Loading...
All American Asphalt03/19/2012 16:10 FAX I.i (r CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NO.1 To all prospective bidders under Bid Documents for the RESIDENTIAL STREETS RESURFACING PROJECT PROJECT No. 21003 16001/001 You are hereby informed that the Bid Item No. 5 and Bid Item No. 22 shall read as follows: The estimated tonnage quantity stays the same as in the original bid. 2. In addition, Alternate Bid Item No. 1 on page CBF — 4 shall read as follows: ALTERNATE BID ITEM No. 1 MUSCATEL AVENUE FROM MISSION DRIVE TO GRAND AVENUE The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number 1 shall be entered on the page CBF — 6 of the Contract Bid Forms. Failure to provide such acknowledgement shall render the bid as non - responsive and subject to rejection. BY ORDER OF THE CITY OF ROSEMEAD Date: March 19` 2012. By afael Fajardo Associate Civil Engineer BIDDER I I Ame l h /l SECTION 1 - BID SCHEDULE CBF -1 BIDDER: PI C111lPYIC r \SQ "`I BID SCHEDULE SCHEDULE OF PRICES FOR RESIDENTIAL STREETS RESURFACING PROJECT PROJECT No. 21003 BASE BID SCHEDULE CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 �Sg�3.5a a 58? 3.sb and specifications. See technical provisions TP -2, TP -3 & TP -4. -� 2 Disposal of Waste Materials. LS 1 c�d0 - SQL 3 Cold mill 2.0- inches thick existing SF 533,020 S33oa pavement. o �� 4 Construct 1.5 inches thick TONS 5,000 pavement overlay ARHM -GG -C (PG 64 -16) as indicated on the _ plans. 79 •!D�D 5 Construct Y inches thick TONS 1,788 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the 0 plans. 6 Remove 6- inches of existing SF 7,200 pavement and replace it with 3.5- a5 a 3 (4W inches of AC B -PG 64 -10 Base 3, Course over compacted native. 7 Remove, Dispose and Construct SF 12,942 4- inches thick PCC Sidewalk per y- �S 5503_ 5a SPPWC Std. Plan 113 -1. 8 Remove, Dispose and Construct SF 2,500 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. 9 Remove, Dispose and Construct LF 533 8- inches Curb and 24- inches 3 $ _ a Ua S y Gutter per SPPWC Std. Plan 120 -2. 10 Remove, Dispose and Construct LF 100 PCC Cross Gutter per SPPWC �S - co Std. Plan 123 -2. CBF -2 BIDDER: N 1 �Me6eu �* 1� TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ O CpCP "- 00 1A CBF -3 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE CITY. PRICE COST 11 Remove, Dispose and Construct EA 22 PCC Curb Ramps per SPPWC Std. Plan 111 -4. 12 Adjust Sewer Manhole to Grade EA 94 per APWA Std. Plan 205 -1 and 206 -1. o28a0a 13 Adjust Water Valve /Gas Valve to EA 84 Grade. 3o ipgaa 14 Install Survey Well Monument EA 27 per City of Rosemead Std. Plan S08 -001. See Section 2 -9 Surveying of the General Provision -7 per details (Cover, 3°ZS 1 S Sleeve & Dome will be provided by the City at no cost). 15 Install Traffic Striping, Traffic LS 1 Signal Loops and Pavement Markers per the Striping Plans QODa- CJ OCO and Specifications Complete. 16 Prepare a Storm Water Pollution LS 1 °20CU Prevention Plan (SWPPP) oZOCO 17 Paint Home Addresses (Curb EA 600 — Numbering). 18 Install Truncated Domes Only EA 8 yellow color by Amorcast or Approved Equal. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ O CpCP "- 00 1A CBF -3 BIDDER: 1111 f 1���Can 1 `SO ALTERNATE BID MUSCATEL AVENUE [gISSIDA priv`e b 6rcLaA Aytntkt- FROM CBF -4 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 19 Clearing & Grubbing per plans LS 1 and specifications. See technical 54a _ 54a provisions TP -2, TP -3 & TP-4. 20 Cold mill 2.0- inches thick existing SF 74,160 - 7 q [ b pavement. 0 10 21 Construct 1.5 inches thick TONS 700 pavement overlay ARHM -GG -C (PG 64 -16) as indicated on the _ plans. 22 Construct W inches thick TONS 232 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the _ plans. 23 Remove, Dispose and Construct SF 3,318 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. 24 Remove, Dispose and Construct SF 595 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. " 25 Remove, Dispose and Construct EA 9 PCC Curb Ramps per SPPWC �a00 Std. Plan 111 -4. 26 Adjust Sewer Manhole to Grade EA 6 _ per APWA Std. Plan 205 -1 and 300 /?00 206 -1. 27 Adjust Water Valve /Gas Valve to Grade. EA 6 % 3Q 1 28 Install Survey Well Monument EA 5 per City of Rosemead Std. Plan S08 -001. See Section 2 -9 Surveying of the General Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 29 Install Traffic Striping, Traffic Signal Loops Pavement LS 1 S� and Markers per the Striping Plans and Specifications Complete. CBF -4 BIDDER: A 1A ff( n ASeI16l.I� TOTAL ALTERNATE BID PRICE No. 1 (SCHEDULE BID PRICE I ':� U O00 0 cb - 1 ^ '_, S \h -'V O Dollar amount in written form ALTERNATE BID ITEM No. 2 TREE PLANTING UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 30 Install Truncated Domes Only EA Z yellow color by Amorcast or 3� _ Approved Equal. TOTAL ALTERNATE BID PRICE No. 1 (SCHEDULE BID PRICE I ':� U O00 0 cb - 1 ^ '_, S \h -'V O Dollar amount in written form ALTERNATE BID ITEM No. 2 TREE PLANTING TOTAL ALTERNATE BID PRICE No. 2 (SCHEDULE BID PRICE):$ 10 1 "0 • ,r W -i � 1 106 Dollar amount in vAritten form TOTAL BASE & ALTERNATE BID PRICE CNW. rn I WI NA Si Dollar amount in written form $ 0 G a 000.00 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 CBF -5 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 31 Install 24 -Inch Box Parkway Tree EA 200 "Chinese Pistache" including 90- 3� - 700 0 0 days maintenance period and tree wells. TOTAL ALTERNATE BID PRICE No. 2 (SCHEDULE BID PRICE):$ 10 1 "0 • ,r W -i � 1 106 Dollar amount in vAritten form TOTAL BASE & ALTERNATE BID PRICE CNW. rn I WI NA Si Dollar amount in written form $ 0 G a 000.00 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 CBF -5 BIDDER: 1 t IkMp Can 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 he is a certified check, a cashier's check or a id bon in the amount of 1 Ti ( O � QUA Dollars ($ ) 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 contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts 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) Workinq 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. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -6 BIDDER: A l l f 11 i s (C" A , ; Qhn I 0 Signature Rob v-+ L2 dl Type or Print Name U10,e f re, 51 - Title 4 0 0 C s .} 0"1 S} Business Street Address con3 (\Q City, State and Zip Code U D Telephone Number Bidder's /Contractor's State of Incorporation: O1 1 ` ( Y ) 0, Partners or Joint Venturers: Bidder's License Number(s): NOTES: 1) 2) 3) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. If Bidder is a corporation, enter State of Incorporation in addition to Business Address If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -7 ALL AMERICAN ASPHALT AL AMER A P.O. BOX 2229, CORONA, CA 92878 -2229 STATE CONTRACTORS LICENSE #267073 -A CORPORATE RESOLUTION Resolved, that this Corporation, All American Asphalt, on February S, 2012 authorizes Robert Bradley to execute contracts and agreements on behalf of the Company in the capacity of Vice President, Michael Farkas Secretary TELEPHONE: 951- 736 -7500 • FAX: 951 - 739 -4671 SECTION 2 BID DATA FORMS 2.13 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 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) t °Duplicate Next 2 Pages if needed for listing additional subcontractors."i Name and Location Description of Work of Subcontractor to be Subcontracted Name: S U i rY"1 s t `1 Address G� 5 0 CA Name and Location Description of Work of Subcontractor to be _ Suub , contracted c10,0.00 Name: U 10,0.00 /1 ees Address V ,Cr{ Name and Location of Subcontractor Name: CQ Q P✓D may} Addres Ot/Ca? 1 C14 Description of Work to be Subcontracted CtYf CaJ Name and Location of Subcontractor Name: Address _ Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address. Description of Work to be Subcontracted CBF - 11 BIDDER: ' 1 / 2.c The following are the names, addresses and telephone numbers forth ree public agencies for which BIDDER has performed similar work within the ia^st twq (2) years: 1. Name and Address of Owner 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 and telephone number of person familiar with project Contract amount Date Completed CBF - 12 "2011" PAST WORK REFERENCES City of Compton 205 South Willowbrook Avenue Compton, CA 90220 Contact: Loujuana Mitchell, (310) 761 -1437 County of San Bernardino 825 E. Third Street San Bernardino, CA 92415 Contact: Franklin Luna, (909) 387 -7920 County of Riverside 2950 Washington Street Riverside, CA 92504 Contact: David Hylkema, (951) 850 -6075 City of Stanton 7800 Katella Avenue Stanton, CA 90680 -3162 Contact: Quang Le, (714) 890 -4234 City of Long Beach 333 West Ocean Blvd., I O Floor Long Beach, CA 90802 Contact: Chuck Ramey, (562) 570 -6634 City of Paramount 16400 Colorado Boulevard Paramount, CA 90723 -5012 Contact: Len Gorecki, (562) 220 -2111 City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Contact: Dave Verone, (714) 375 -8471 Department of Transportation 464 W. Fourth Street San Bernardino, CA 92410 -1400 Contact: Imad Abugharbieh, (951) 277 -8579 Northwood Avenue Reconstruction Contract Amount: $1,180,000.00 Start: 10/18/2010 Completed: 5/4/2011 Cajon Blvd. Contract Amount: $565,000.00 Start: 3/11/2011 Completed: 4/8/2011 De Luz Road Rehabilitation Contract Amount: $740,000.00 Start: 4/25/2011 Completed: 5/23/2011 2010/2011 Citywide Reconstruction Contract Amount: $322,322.00 Start: 3/1/2011 Completed: 4/30/2011 Annual Contract Street Reconstruction Contract Amount: $3,433,415.00 Start: 5/1/2010 Completed: Still On -Going Neighborhood Street Resurfacing Contract Amount: $899,909.00 Start: 11/1/2010 Completed: 3/30/2011 Slater Avenue Improvements Contract Amount: $1,926,341.00 Start: 8/2/2010 Completed: 2/30/2011 Route 91 Project Contract Amount: $5,732,812.00 Start: 3/1/2010 Completed: 3/30/2011 "2009" PAST WORK REFERENCES City of Costa Mesa 77 Fair Drive P.O. Box 1200 Costa Mesa, CA 92628 -1200 Contact: Tom Banks, (714) 536 -5431 City of Dana Point 33282 Golden Lantern Dana Point, CA 92628 Contact: Archie Rempher, (949) 248 -3500 City of Beverly Hills 345 Foothill Road Beverly Hills, CA 90210 Contact: Juan Martinez, (310) 285 -2521 County of San Bernardino 825 East Third Street San Bernardino, CA 92415 -0835 Contact: Sri Srirajan, (909)387 -7935 City of Redondo Beach 415 Diamond Street Redondo Beach, CA 90277 Contact: Javier Urista, (310) 318 -0661 City of Westlake Village 31200 Oak Crest Drive Westlake Village, CA 91361 Contact: Roxanne Hughes, (805) 653 -6597 Department of Transportation 12975 Culver Blvd. Los Angeles, CA 90066 Contact: Sixto Ramin, (213) 216 -4406 City of Rialto 150 South Palm Avenue Rialto, CA 92376 Contact: Eddie Chan, (909) 820 -2651 Prop 1 B Street Maintenance Contract Amount: $993,993.00 Start: 7/2009 On -going — not completed yet Annual Roadway Resurfacing Project Contract Amount: $3,982,982.00 Start: 4/2009 On -going — not completed yet 2008 -09 Street Resurfacing Contract Amount: $4,085,000.00 Start: 1/2009 Completed: 8/2009 Arrow Route Contract Amount: $1,980,000.00 Start: 2/2009 Completed: 7/2009 Public Improvement Package Contract Amount: $1,678,000.00 Start: 1/2009 Completed: 9/2009 Joint Cities Pavement Rehab. Project Contract Amount: $1,242,241.11 Start: 6/2009 Completed: 9/2009 Route 27, Contract No. 07- 2Y4904 Contract Amount: $915,511.00 Start: 6/2009 Completed: 9/2009 Route 210 Detour Contract Amount: $1,983,548.00 Start: 6/2009 Completed: 9/2009 "2010" PAST WORK REFERENCES City of Santa Ana Segerstrom Avenue Rehabilitation 20 Civic Center Plaza Contract Amount: $2,094,618.00 Santa Ana, CA 92701 Start: 11/2009 Contact: Edward Torres, (714) 647 -5018 Completed: 3/30/2010 City of Chino 13220 Central Avenue Chino, CA 91790 Contact: Emani Naghmeh, (909) 464 -8367 Street Rehabilitation Project FY 08/09 Contract Amount: $2,127,501.00 Start: 11/2009 Completed: 5/31/2010 City of Costa Mesa 77 Fair Drive Costa Mesa, CA 92628 -1200 Contact: Thomas Banks, (714) 754 -5222 City of Westminster 8200 Westminster Boulevard Westminster, CA 92683 Contact: Tuan Pham, (714) 898 -3311 ext. 209 City of Paramount 16400 Colorado Avenue Paramount, CA 90723 -5012 Contact: Ed Cox, (562) 908 -6205 City of Cerritos 18125 Bloomfield Avenue Cerritos, CA 90703 -3130 Contact: Rash Syed, (562) 916 -1221 City of Anaheim 200 South Anaheim Boulevard Anaheim, CA 92805 Contact: Sean Ramsey, (714) 765 -5059 City of Garden Grove 11222 Acacia Parkway Garden Grove, CA 92842 Contact: (714) 741 -5180 Rehabilitation of Vanguard Way Contract Amount: $517,646.00 Start: 12/2009 Completed: 2/30/2010 City -wide Overlay 09 -10 St. Improvement Project Contract Amount: $1,171,416.00 Start: 2/1/2010 Completed: 5/30/2010 Resurfacing in Rosecrans Avenue Contract Amount: $572,209.00 Start: 10/1/2009 Completed: 5/30/2010 Bloomfield Avenue Improvements Contract Amount: $1,103,000.00 Start: 3/1/2010 Completed: 6/20/2010 Magnolia Avenue Street Improvements Contract Amount: $868,000.00 Start: 4/1/2010 Completed: 7/20/2010 Harbor Boulevard Street Rehabilitation Contract Amount: $919,000.00 Start: 3/1/2010 Completed: 6/30/2010 SECTION 3 NON - COLLUSION AFFIDAVIT CBF -13 NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true, and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. i ypea or rnmea Name � ^^ Title Bidder Subscribed and sworn before me This day of A 20 (Seal) 'e Notary Public in and for the State of California My Commission Expires: CBF - 14 CALIFORNIA JURAT WITH AFFIANT STATEMENT State of California County of Riverside CARMEN MARIE OGNOA Commission # 1812634 = a Notary Public • California £ .. Riverside County My Comm. Expires Sep 8. 2012 Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this 20th d ay of March 2012 , Date Month By (1) Robert Bradley Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (rr (and ( of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me.) Signature C L2 �ti Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this forth to another document. Description of Attached Document Title or Type of Document Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signers Name: • Individual • Corporate Officer — Title(s): ❑ Partner— o Limited o General ❑ Attorney in Fad Top of thumb here ❑ Trustee ❑ Other: Signer is Representing Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner— c Limited o General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: Top of thumb here BIDDER: All American Asphalt Bid Bond No. 08597423 Bid Date. March 21, 2012 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 All American Asphalt as Principal, and Fidelity and Deposit Company of Maryland , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Amount Bid- - - - - -- ($ 10% of Amount Bid ) , 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 Residential Streets Resurfacing Project as set fprth in the Notice d S � [� w u Inviting Bids and accompanying Bid Documents, dated P h Ji Vhrc Ql ctrc $� � 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 19 th day of March , 2012 All American Asphalt (SEAL) Fidelit and Deposit Company of Maryland (SEAL) Principal Surety _\_ L B By: ct?. z n=tW5 // ignature o�Y/ br /' f / (r , p�S tgna ure Rebecca Haas - Bates, Attorney -in -Fact CBF -9 CALIFORNIA ALL- PURPOSE ACKNOWLEDGEMENT State of California County of Riverside On March 20, 2012 before me, Carmen Marie Ochoa Notary Public owe Here Insert name and Title of the Of is personally appeared Robert Bradley Namats) of Slgnerpi who proved to me on the basis of satisfactory evidence to be the person(s) whose name(e) is /are subscribed to the within instrument and acknowledged to me that hem executed the same in his /NeO#40ir authorized capacity(ies), and that by NSA4004pe4 CARMEN MARIE OCHOA signatures) on the instrument the personal, or the entity upon behalf Ri ssion # 1812634 of which the persons) acted, executed the instrument. Public - California County I certify under PENALTY OF PERJURY under the laws of the State of . Expires Sep 8. 2012 California that the forgoing paragraph is true and correct. WITNESS my and and official seal. Signature Place Notary seal Above Bat re of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(iay Claimed by Signers} Signer's Name: Robert Bradley Signer's Name: o Individual ulndividual X Corporate Officer — Title(s): Vice President • Partner— o Limited o General • Attorney in Fad Top of thumb here ❑ Trustee u Other: Signer is Representing: c Corporate Officer — Title(s): _ o Partner— o Limited o General o Attorney in Fad o Trustee o Other: Signer is Representing: EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages .... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of 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 the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. 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 FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 19th day of March 1 2012 Assismnt Sermian, H, ea�..A A .. @. H. �T • �yA -� -9 A X3...0. n H 0 0 0 v ..0 -@ .D 9 n0. vs_- A,nvs .. 0 n A -vi - nN, nF ..W -N. N ..H..vs..n - N..'+:�..:r. 3 State of California County of Orange On 03/19/2012 before me, A. Wilkison, Notary Public nan Hare Intent Name UM Tale d Me dMaer personally appeared Rebecca Haas -Bates who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/em subscribed to the within instrument and acknowledged to me that +te/she/tFrey executed the same in+li_/herM%* authorized capacityfiee), and that by leis/herMeiF signatures) on the instrument the person(*,, or the entity upon behalf of which the person(O acted, executed the instrument. A. WILKISON Commission # 1866283 a t4i Notary Public - California z Z Orange County My Comm. EXPlree Sep 26. 2013 J Place Notary Seal bow 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. Signature e/ SlgnaNre of NaWry PUNIC OPTIONAL Though the information below is not required by taw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 03119/2012 Number of Pages: One Signer(s) Other Than Named Above: All American Asphalt Capaclty(ies) Claimed by Signer(s) Signers Name: Rebecca Haas -Bates ❑ Individual Corporate Officer— Title(s): _ Partner —C1 Limited C General Q Attorney in Fact Trustee Guardian or Conservator L Other: Signer Is Representing: Fidelity and Deposit Company of Maryland InGrrr rnouerHlvr GF SIGIIEFl Signer's Name: ❑ Individual ❑ Corporate Officer — Tiffe(s): ❑ Partner — ❑ Limited L General -i Attorney in Fact L Trustee Guardian or Conservator ❑ Other: Signer Is Representing: Top of thumb here