Loading...
Sequel Contractors Inc.CBF -1 BID SCHEDULE SCHEDULE OF PRICES FOR WALNUT GROVE AVENUE RESURFACING PROJECT PROJECT No. P84329 BASE BID SCHEDULE CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 and specifications. See technical TP TP es ae provisions -2, -3 & TP - 4. 2 Disposal of Waste Materials. LS 1 3 Cold mill 2.5 inches thick existing SF 462,580 �7, �y�• pavement. 4 Construct 1.5 inches thick TONS 4,350 pavement overlay ARHM -GG -C 9 00 �9/' S00 a4 (PG 64 -16) as indicated on the plans. 5 Construct 1.0 inches thick TONS 2,900 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the % W. plans. 6 Remove 6- inches of existing SF 160 pavement and replace it with 3.5- inches of AC B -PG 64 -10 Base Course over compacted native. 7 Remove, Dispose and Construct SF 6,025 4- inches thick PCC Sidewalk per o0 00 SPPWC Std. Plan 113 -1. 8 Remove, Dispose and Construct SF 434 PCC Driveway Approaches per oo L/7� SPPWC Std. Plan 110 -2. 9 Remove, Dispose and Construct LF 93 8- inches Curb and 24- inches ao �O• — qy �/ Gutter per SPPWC Std. Plan 650, 120 -2. 10 Remove, Dispose and Construct LF 20 8- inches PCC Curb Only per �/S o0 00 SPPWC Std. Plan 120 -2. CBF -2 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 73,'38, N %�G 114 11 41` o C e w"ri Aimee ZousAn sel en Dollar amount in written form CBF -3 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Remove, Dispose and Construct EA 10 PCC Curb Ramps per SPPWC OOD - ov oJD 00D, - Std. Plan 111-4. 12 Remove, Dispose and Construct LF 100 PCC 6- Inches PCC Curb and 6- Ov co Inches PCC Gutter per SPPWC Std. Plan 120 -2. 13 Remove, Dispose and Construct SF 200 00 PCC Alley Intersection per - SPPWC Std. Plan 130 -2. 14 Adjust Sewer Manhole to Grade EA 30 per APWA Std. Plan 205 -1 and 206 -1. 15 Adjust Water Valve /Gas Valve to EA 82 Grade. 16 Install Survey Well Monument EA 9 per City of Rosemead Std. Plan S08 -001. See Section 2 -9 00 Surveying of the General Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 17 Install Traffic Striping, Traffic LS 1 Signal Loops including DLC cable, Pullboxes, rigid cable, and Pavement Markers m ed per sheets 6, 7, 8, & 9 of the Striping Plans and Specifications Complete. 18 Prepare a Storm Water Pollution Prevention Plan LS 1 00 6000, — 6, goo. - (SWPPP) 19 Paint Home Addresses (Curb EA 200 00 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 73,'38, N %�G 114 11 41` o C e w"ri Aimee ZousAn sel en Dollar amount in written form CBF -3 :.. • w iNgIR ALTERNATE BID ITEM 1 TOTAL ALTERN BID # 1 PRIC (SCHEDULE BID PRICE): ANC Au6Q/4a' -7,/ Av G /qG/ 2%PUSAAl l 5fx Dollar amount in written form ALTERNATE BID ITEM 2 $ NO. ITEM DESCRIPTION UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 20 Construct Landscape and Irrigation on the median along fa Rush Avenue as indicated on the Plans and Specifications Complete 3s /3 (D�/ on sheets 11, 12 and 13. LS 1 �%�, TOTAL ALTERN BID # 1 PRIC (SCHEDULE BID PRICE): ANC Au6Q/4a' -7,/ Av G /qG/ 2%PUSAAl l 5fx Dollar amount in written form ALTERNATE BID ITEM 2 $ NO. ITEM DESCRIPTION UNIT OF MEASUR E EST. QTY. UNIT PRICE ITEM COST 21 Remove, Dispose and Construct Colored PCC Cross Walk (Chromix) with Lithochrome Colorhardener on top per Plans and Specifications on Exhibit "K' 3s /3 (D�/ Complete per LM Scofield �%�, Company or Approved Equal. Contact person Bruce Umeck 818- 324 -3534. SF 14,652 TOTAL ALTERNATE BID # 2 PRICE (SCHEDULE BID PRICE): ®/ t t A&M i nod Jar amount in written form / OUSAin �%X �/nnoCP -cep f� �O / /C�J TOTAL AMOUNT INCLUDING BASE PRICE AND ALTERNATES: $ / 307, 9yY _ Dollar amount in written form �%nr.e P P// 4-7 CBF -4 :.. • =• s- Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a h&JIo d ng in the amount of Dollars ($ ° 1 Ie ) said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractors license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) if project is not completed in forty -five (45) calendar days. The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. CBF -5 so 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. Lei -.1 0 President Title 1 IMPERIAL HWY, UWA FE SPRINGS, CALIF. 90670 Business Stree Add ess 13W IWRI�L HWY, S ANTA FE SPRINGS, CALIF. 90670 City, State and Zip Code (562) 802 -7227 Telephone Number 130W IMPERIAL I-W Bidder's /Contractor's State of Incorporation: CALIFORNIA SANTA FE SPRINGS, CAL IF. 90670 Partners or Joint Venturers: Bidder's License Number(s): 610600 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 -7 I names �i. I'A(`k Type or Print Name SECTION 2 BID DATA MS "IDDER: SEQUEL CONTRACTORS, vr4C. 23 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers 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 -10 O� III • • ? •"" 2.113 LIST OF PROPOSED SUBCONTRACTORS (continued) ("Duplicate Next 2 Pages if needed for listing additional subcontractors. "] Name and Location Description of Work of Subcontractor to be Subcontracted Name: / -- 1 - irle2 ax Address Z"" Name and Location of Subcontractor Name: S t 7 oG�: Address: Name and Location of Subcontractor Name' 1 Z. e. Address na A clwl Description of Work to be Subcontracted Description of Work to be Subcontracted G ®o Name and Location of Subcontractor Name: �ie taAjs e �Bv Address ri -q 6 Description of Work to be Subcontracted Gatl plc �� Name and Location of Subcontractor Name: Address Description of Work to be Subcontracted CBF - 11 �� • r + fit' � ". 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. and Address of 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 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF - 12 SEQUEL CONTRACTORS, INC. PORT OF LOS ANGELES ST. LIC 8610600A 925 S. PALOS VERDES STREET 13546 IMPERIAL HWY SAN PEDRO, CA 90731 SANTA FE SPRINGS, CA 90670 Fax (562) 802 -7499 (562) 802 -7227 Office JILL SHIMAMOTO / BRIAN CHUC STATEMENT OF EXPERIENCE 1. OWNER: CITY OF ANAHEIM ADDRESS: 200 S ANAHEIM BLVD DECEMBER 2009 ANAHEIM, CA 92805 PHONE NO.: (714) 765 -5285 CONTACT: ROBERTPALAEOLOGUS PROJECT: KATELLA AVE SMART STREET PROJECT AMOUNT: $4,087,034.75 COMPLETION DATE FEBRUARY 2010 2. OWNER: CITY OF GLENDALE ADDRESS: 633 E. BROADWAY GLENDALE, CA 91206 PHONE NO.: (818) 937 -8250 CONTACT: ARMOND SIMONIAN PROJECT: COLORADO STREET WIDENING PROJECT AMOUNT: $1,926,471.00 COMPLETION DATE DECEMBER 2009 3. 4. 5. OWNER: PORT OF LOS ANGELES ADDRESS: 925 S. PALOS VERDES STREET SAN PEDRO, CA 90731 PHONE NO.: (310) 732 -7634 CONTACT: JILL SHIMAMOTO / BRIAN CHUC PROJECT: SAN PEDRO WATERFRONT ENHANCEMENTS PROJECT AMOUNT: $6,636,700.00 COMPLETION DATE DECEMBER 2009 OWNER: CITY OF SANTA MONICA ADDRESS: 14374 T" STREET SANTA MONICA, CA 90401 PHONE NO.: (310) 458 -8732 CONTACT: ALLAN SHETH PROJECT: ANNUAL STREET, SIDEWALK MAINTENANCE PROJECT AMOUNT: $8,259,040.00 COMPLETION DATE SEPTEMBER 2009 OWNER: CITY OF HAWTHORNE ADDRESS: 4455 W. 126 STREET HAWTHORNE, CA 90250 PHONE NO.: (310) 349 -2997 CONTACT: ALAN LEUNG PROJECT 135 STREET RECONSTRUCTION PROJECT AMOUNT: $803,068.00 COMPLETION DATE SEPTEMBER 2009 STATEMENT OF EXPERIENCE 6. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE a 10. CITY OF INDUSTRY 255 NORTH HACIENDA BLVD. INDUSTRY, CA 91744 (626) 333 -0336 GERRY PEREZ AZUSA AVE / RAILROAD STREET. WIDENING $3,884,998.75 SEPTEMBER 2008 OWNER: CITY OF WESTMINSTER ADDRESS: 8200 WESTMINSTER BLVD. WESTMINSTER, CA 92683 PHONE NO.: (714) 898 -3311 CONTACT: JAKE NGO PROJECT: WESTMINSTER BLVD. PROJECT AMOUNT: MEDINA ISLANDS PROJECT AMOUNT: $2,157,180.00 COMPLETION DATE FEBRUARY 2008 OWNER: CITY OF COSTA MESA ADDRESS: 77 FAIR DRIVE COSTA MESA, CA 92628 PHONE NO.: (714) 754 -5223 CONTACT: TOM BANKS PROJECT: 17 STREET BEAUTIFICATION PROJECT AMOUNT: $2,801,689.75 COMPLETION DATE OCTOBER 2007 OWNER: CITY OF RANCHO PALOS VERDES ADDRESS: 30940 HAWTHORNE BLVD. RANCH PALOS VERDES, CA 90275 PHONE NO.: (310) 544 -5252 CONTACT: BINDU VAISH PROJECT: ANNUAL STREET MAINTENANCE PROJECT AMOUNT: $1,500,000.00 COMPLETION DATE DECEMBER 2005, 2006, 2007 OWNER: CITY OF DOWNEY ADDRESS: 11111 BROOKSHIRE AVE. DOWNEY, CA 90241 PHONE NO.: (562) 904 -7118 CONTACT: NOENEGRETE PROJECT LAKEWOOD BLVD. IMPROVEMENTS PHASE IA PROJECT AMOUNT: $6,274,630.00 COMPLETION DATE AUGUST 2006 SEQUEL CONTRACTORS, INC. CITY OF TUSTIN ST. LIC N610600A 300 CENTENNIAL WAY 13546 IMPERIAL HWY TUSTIN, CA 92780 SANTA FE SPRINGS, CA 90670 Fax (562) 802 -7499 (562) 802 -7227 Office DENNIS JUE STATEMENT OF EXPERIENCE 11. OWNER: PORT OF LONG BEACH ADDRESS: 925 HARBOR PLAZA PHONE NO.: LONG BEACH, CA 90802 APRIL 2006 (562) 5904172 CONTACT: GARY CARDAMONE PROJECT: PIER E BERTH D28 -E27 PROJECT AMOUNT: NEW GATE $6,279,157.00 COMPLETION DATE APRIL 2006 12 13. 14. 15. OWNER: CITY OF TUSTIN ADDRESS: 300 CENTENNIAL WAY TUSTIN, CA 92780 PHONE NO.: (714) 573 -3030 CONTACT: DENNIS JUE PROJECT: IRVINE & NEWPORT INTERSECTION PROJECT AMOUNT: $4,034,000.00 COMPLETION DATE APRIL 2006 OWNER: CITY OF SEAL BEACH ADDRESS: 211 EIGHTH STREET SEAL BEACH, CA 90740 PHONE NO.: (714) 431 -2527 CONTACT: RAYMOND VELASCO PROJECT: VARIOUS STREET IMPROVEMENTS PROJECT AMOUNT: $917,329.50 COMPLETION DATE AUGUST 2006 OWNER: CITY OF LAGUNA BEACH ADDRESS: 505 FOREST AVE. LAGUNA BEACH, CA 92805 PHONE NO.: (949) 497 -0345 CONTACT: FRED SHAHIDI PROJECT: VARIOUS DOWNTOWN STREET IMPROVEMENTS PROJECT AMOUNT: $791,357.15 COMPLETION DATE JANUARY 2006 OWNER: CITY OF ANAHIEM ADDRESS: 200 S. ANAHIEM BLVD. ANAHIEM, CA 92805 PHONE NO.: (714) 765 -5776 CONTACT: CHUCK SMITH PROJECT: LINCOLN & STATE COLLEGE. INTERSECTION PROJECT AMOUNT: $1,757,836.00 COMPLETION DATE AUGUST 2005 SECTI N ON-COLLUSION AFFI CBF -13 • ♦ i. +e NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will n pay, any fee to any corporation, partnership, company association, organization, bid ository, or to any member or agent thereof to effectuate a collusive or sham bid. Thomas S. Pack Typed or Printed Name I' Il cOWRACTO Bidd WE ATTAGMI Subscribed and sworn before me This _ day of 20_ (Seal) Notary Public in and for the State of California My Commission Expires: CBF - 14 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 3 v!' rc�.S,�.,.ca•,�,m¢i' ,n ,n�Ga>,.sas,.aSr- w.S..a. ?n _s> � .c csC9,S!�, ca. c. ;,ssS.cs.,sa .�5,'.a ALA.. a� . ,.a. �"qC. o �. q . w3 State of California County of LOS ANGELES On MAY 17 201 before me, Daniel Busiamante, N©taty Public Date Here Insert Name and Title of the Officer personally appeared Thomas S. Pack President Name(s) of Signers) r who proved to me on the basis of satisfactory evidence to be the personf,'ei( whose nameW is /Am subscribed to the @ within instrument and acknowledged to me that DANIEL BUSTAMANTE ! he /shekljey executed the same in his/herftheir authorized COMM. #1825827 capacity(ies), and that by his /he0heir signature%) on the NOTARY PUBLIC - CALIFORNIA p instrument the person(), or the entity upon behalf of LOS ANGELES COUNTY which the person(o acted, executed the instrument. ly commission Expires December 20, 2012 e 0A19 @90010A01AA/0190910@A!e I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my nd and official al. Place Signature Notary Seal Above Signature of Notary Public 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): — ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 'RIOHTTHUMBPRINT OF SIGNER Signer's Nal ❑ Individual Number of Pages: ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in, Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ZT OR SIGNER 0 02007 National Notary Association - 9350 De Soto Ave., P.O.Box 2402- Chatsworth,13A 91313- 2402- www.NafionalNotaryorg Item #5907 Reorder. Call Toll -Free 1- 800 - 876 -6827 SEQUEL CONTRACTORS, INC. ST. L1C #610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Fax (562) 802 -7499 (562) 802 -7227 Office ACTION BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTOS OF SEQUEL CONTRACTORS, INC. The undersigned being all of the Directors of SEQUEL CONTRATORS, INC. a California Corporation, do hereby take the following action by this written consent at a meeting of the Board of Directors held on April 4, 2004 in accordance with the Bylaws of the Corporation and the California Corporation Code. WHEREAS, the Board of Directors deems it advisable to authorize the officers of the Corporation, Abel Magallanes, Thomas S. Pack and Michael A. Mahler, respectively, to execute bid bonds on behalf of the Corporation with any agency, person, company or municipality; RESOVED FURTHER, that Abel Magallanes, Thomas S. Pack and Michael A. Mahler are authorized to execute labor, material, and faithful performance bonds in connection with contracts to be entered into with any agency, person, company or municipality; RESOLVED FURTHER, that Abel Magallanes, Thomas S. Pack and Michael A. Mahler are authorized and directed to execute and deliver street improvement contracts and related agreements with any agency, person, company or municipality on such terms conditions as they deem advisable in their sole discretion; RESOLVED FURTHER, that Abel Magallanes, Thomas S. Pack and Michael A. Mahler be, and they hereby are authorized by their sole signatures on any document to bind this corporation to contract, bids, bonds, etc.; RESOLVED FURTHER, that Abel Magallanes, Thomas S. Pack and Michael A. Mahler be, and they hereby are authorized and directed to take any and all such other actions and execute such other documents as may be necessary or appropriate to carry out the purposes of the foregoing authorizations. In witness thereof, the undersigned Directors have executed this unanimous written consent to indicate this adoption of the consent of the foregoing resolution and the action set forth therein. Dated: Atu`i1A4.2004 0 Abel Mligalkiries Director, Vice President & Secretary Michael A. Mahler Assistant Secretary BIDDER: Sequel Contractors, Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Sequel contractors, Inc. as as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten percent of the total amount of the bid (� 10% ) , being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Walnut Grove Avenue Resurfacing Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated May 18, 2011 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance Certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 11th day of May 20 11 Vigilant In comp (SEAL) �ety -- ,,_-89natu Timothy D. Rapp Attorney in Fact CBF -9 State of California County of LOS MG U =w° On Oslo // / before me, Da niel Pu. t alanfe, Peat nrYy Public Date Here Insert Name and Title of the Officer personally appeared Thomas S. Pave! President Names) of Signers) eo/ ee> eeee/ eee >eee >eeeeeea +eeeeseoe♦es <ee♦ ` "�� `'^ DANIEL BUSTAMANTE � " • " COMM. #1825827 � " ,NOTARY PUBLIC - CALIFORNIA p e p LOS ANGELES COUNTY —` ♦ "� ° '+ "' My Commission Esplres December 20, 2012 6 ♦ e Oee♦ Oe e0e00e00000e0l1/0100e10100100e who proved to me on the basis of satisfactory evidence to be the person(ig whose nameX is /tub subscribed to the within instrument and acknowledged to me that he /sheAheq executed the same in his/he#their authorized capacity(ies), and that by his /herltheir signature() on the instrument the personX, or the entity upon behalf of which the personOO 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 Signature hand and official eal. Place Notary Seal Above Signature of Notary Public 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Pages: Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact • E-1 Attorney in Fact E] Trustee Top of thumb here El Trustee Top of thumb here 7) Guardian or Conservator ❑ Guardian or Conservator El Other: El Other: Signer Is Representing: Signer Is Representing: 02007 National Notary Association 9350 De Soto Am, P.O. Box 2402- Chat.rth,CA 91313- 2402 -w NationalNotaryorg Item #5907 Former: Call Toll -Free 1- 800 -876 -6827 ACKNOWLEDGMENT State of California County of Orange ) On 05111/2011 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Timothy D. Rapp who proved to me on the basis of satisfactory evidence to be the personw whose namex is /PK subscribed to the within instrument and acknowledged to me that he /00 /they executed the same in his /her /their authorized capacity(jas), and that by his/bar/their signature(2) on the instrument the person(,a�, or the entity upon behalf of which the person* acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. s o.,hP DE9RA SWANSON � �� m GQ�iM. # 1822117 st7 � : ® o NOTAkY PUBLIGCALIFQRNIA � � � ORANGE COUNTY � Signature (Seal) °4c lay Comm, Fxp25 NOV 10, 2012 Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby onstitute and appoint Linda D. Coats, Matthew J. Coats, Douglas A. Rapp and Timothy D. Rapp of Laguna Hills, California - each as their true and lawful Attorney - in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed In the course of business, and any instruments amending or aitertng the Same, and consents to the modification or alteration of any Instrument referred to in mid bonds or obligations. In Wi nesa Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16th day of November, 2009. Kenneth Cpl Wendel, Assistant Secretary �'R . Norris, Jc, Vice PyxiT ent STATE OF NEW JERSEY as County of Somerset On this 16th day of November, 2009 before me, a Notary Public New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Pourer of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Pourer of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David S. Norris, Jr., and knows him tobe Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is In the genuine handwdling of David B. Norris, Jr., and was thereto subscribed by authority of said By. Laws and In deponents presence. Notarial Seat KATHERINE J. ADELAAR QFErR NOTARY PUBLIC OF NEW JERSEY 2 Cammiaeion en FaP rms ras Ju ly 1 6, 2014 Notary Public CERTIFICATION Extract from the By- LaRANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY; "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers. Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and she seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing 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 beating 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 with respect to any bond or undertaking to which It is attached:' 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies°) do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (it) the Companies are duly licensed and authorized to transact surety business In all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and fill) the foregoing Power of Attorney is true, correct and In full force and effect. Given untler my hand and seals of mid Companies at Warren, NJ this May 11, 2011 3`_ t`'t r �+' " O � — s — • u * 5 v Kenneth C. Wendel, Assistant Secretary I THE HE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3658 e -mail: surety9chubb.cont Form 15- 10- 02258 -U (Ed. 5.03) CONSENT