Loading...
Sequel ContractorsBIDDER: SEQUEL GON T'RACTORS',INC SECTION 1 - BID SCHEDULE CBF -1 BIDDER: SEQUEL CONTRACTO INN BID SCHEDULE SCHEDULE OF PRICES FOR MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No. 21007 BASE BID SCHEDULE 0 CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 ZO coo and specifications. See technical , ! �� 004D. provisions TP -2, TP -3 & TPA. ! 2 Disposal of Waste Materials. LS 1 Z sss. Z9 SSS 3 Cold mill 2.0-inches thick existing pavement. SF 291,300 �� fy /, f7 , LJ 4 Construct 1.5 inches thick TONS 2,735 so pavement overlay ARHM -GG -C 3 y7� (PG 64 -16) as indicated on the / plans. 5 Construct 1.0 inches thick Asphaltic Leveling course D1 TONS 1,825 OO (PG 64 -10) as indicated on the ! plans. 6 Remove 6- inches of existing SF 500 pa pavement and replace it with 3.5- inches of AC B -PG 64 -10 Base �r 0 �� Course over compacted native. 7 Remove, Dispose and Construct 4- inches thick PCC Sidewalk per SF 5,700 ` SPPWC Std. Plan 113 -1. 8 Remove, Dispose and Construct SF 820 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. 9 Remove, Dispose and Construct LF 423 8- inches Curb and Gutter per Plan Std. d f0� 120 -2. 10 Remove, Dispose and Construct PCC Cross Gutter per SPPWC SF 1,500 �1 o0 490 Std. Plan 123 -2. (/ d 0 CBF -2 BIDDER: SEQUEL CONTRACTO INN � TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ , I q l F dbu Y*S Dollar amount in 4N*b - ,�l CrNTS CBF -3 UNIT OF EST. UNIT ITEM NO, ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Remove, Dispose and Construct EA 3 CIO PCC Curb Ramps per SPPWC Std. Plan 1114. 12 Adjust Sewer Manhole to Grade EA 58 per APWA Std. Plan 205 -1 and 206 /�r„� 52 -1. 13 Adjust Water Valve /Gas Valve to Grade. EA 50 14 Install Survey Well Monument EA 13 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). 15 Install Traffic Striping, Traffic LS 1 ne aD Signal Loops and Pavement (p�� DOO , �� 0 00 , Markers per the Striping Plans and Specifications Complete. 16 Prepare a Storm Water Pollution Prevention Plan LS 1 n 07 d6 ' (SWPPP) p( 17 Remove, Salvage and Install EA 47 0 Street Name Signs on Existing Poles; City will provide the Signs. 18 Remove, Salvage and Install Street Name Signs on Existing EA 6 Da //O Poles; City will provide the Signs. 19 Furnish and Install Solar In -Road EA 2 cc Pavement Lighting System Complete per Plans and q�O / I 90 000. Specifications. 2 Locations with total of 36 In -Road Pavement Lights. 20 Furnish and Install Solar Speed EA 2 ap Feedback Sign System -7 L) OCO 1 yz V�� Complete per Plans and 7 Specifications. � TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ , I q l F dbu Y*S Dollar amount in 4N*b - ,�l CrNTS CBF -3 BIDDER: SEQUEL_ CQWRACTOR INC 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 bid bond in the amount of Dollars ($ 1O90 ) said amount being not less than ent 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 thirty (30) 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 CBF -4 BIDDER: .Si. t r C i4ONI n pia``f'CTO INC 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 -5 BIDDER: SEQUEL CONMACTORS, INC M President Title Bidder's /Contractor's State of Incorporation: Partners or Joint Venturers: 13546 IMPERIAL HWY. SANTA FE SPRINGS, CALIF, 90670 Business Street Address 13546 IMPERIAL HWY. SANTA FE SPRINGS, CALIF. 9Q670 City, State and Zip Code (562) 802 -7227 Telephone Number CALIFORNIA Bidder's License Number(s): NOTES: 1) 2) 3) 610600A 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 autbority to do so. CBF -6 Thomas S. Pack Type or Print Name BIDDER: SEQUEL CON7F'iACTl` R , IW SECTION 2 BID DATA FORMS CBF -7 BIDDER: SEQUEL CONTRACTORS, INC 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 afterthe deadline for submission of bids to submit the information requested by the Owner about each subcontractor, otherthan the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) 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. BIDDER: SEQUEL CONTRACTO L% INC 22 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Ned 2 Pages if needed for listing additional subcontractors.*1 Name and Location Description of Work of Subcontractor to be Subcontracted Name: (-WC) If o s Address V lJCGE Name and Location Description of Work of Subcontractor to be Subcontracted Name: 's XT11 �Vw� RL ' " 0 /� ! Address: Wlo 1-M 2 Name and Location of Subcontractor Name: (.F EA1(TI/NE Address: LA 4? /-E Name and Location of Subcontractor Description of Work to be Subcontracted ,61& reele; Description of Work to be Subcontracted Name: F R S Address Vv\,1 LO W% Name and Location of Subcontractor Name: Address Description of Work to be Subcontracted CBF - 10 BIDDER: SEQUEL laO 11iY' C O RS, INC 2.0 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: L 'k."A'WED 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 Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. and Address of Owner and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -11 SEQUEL CONTRACTORS, INC. ST. LIC #610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Fax (562) 802 -7499 (562) 802 -7227 Office STATEMENT OF EXPERIENCE 1. 2. 3 4. 5. OWNER: CITY OF ANAHEIM ADDRESS: 200 S. ANAHEIM BLVD ANAHEIM, CA 92805 PHONE NO.: (310) 525 -0684 CONTACT: ALAN BRAATVEDT PROJECT: KATELLA AVE. SMART STREET PROJECT AMOUNT: $6,440,769.00 COMPLETION DATE OCTOBER 2011 OWNER: CITY OF TUSTIN ADDRESS: 300 CENTENNIAL WAY TUSTIN, CA 92780 PHONE NO.: (714) 573 -3175 CONTACT: ERIC LOKE PROJECT: ANNUAL ROADWAY AND SIDEWALK REHAB PROJECT AMOUNT: $2,455.881.00 COMPLETION DATE SEPTEMBER 2011 OWNER: PORT OF LONG BEACH ADDRESS: 925 HARBOR PLAZA LONG BEACH, CA 90802 PHONE NO.: (562) 590 -4172 CONTACT: MICHAEL MELGOZA PROJECT: WEYERHAEUSER PAVEMENT REHAB AT PIER T PROJECT AMOUNT: $4,062,704.94 COMPLETION DATE MARCH 2011 OWNER: CITY OF WEST HOLLYWOOD ADDRESS: 8300 SANTA MONICA BLVD. WEST HOLLYWOOD, CA 90069 PHONE NO.: (323) 848 -6475 CONTACT: DON UYENO PROJECT: SUNSET BLVD REVITALIZATION PROJECT AMOUNT: COMPLETION DATE $4,775,274.00 SEPTEMBER 2010 OWNER: CITY OF ANAHEIM ADDRESS: 200 S ANAHEIM BLVD ANAHEIM, CA 92805 PHONE NO.: (714) 765 -5285 CONTACT: ROBERTPALAEOLOGUS PROJECT: KATELLA AVE SMART STREET PROJECT AMOUNT: COMPLETION DATE $4,087,034.75 FEBRUARY 2010 SEQUEL CONTRACTORS, INC. ST. LIC #610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Fax (562) 802 -7499 (562) 802 -7227 Office STATEMENT OF EXPERIENCE 6. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE CITY OF GLENDALE 633 E. BROADWAY GLENDALE, CA 91206 (818) 937 -8250 ARMOND SIMONIAN COLORADO STREET WIDENING $2,335,764.23 DECEMBER 2009 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: COMPLETION DATE $6,866,722.86 DECEMBER 2009 8. OWNER: CITY OF SANTA MONICA ADDRESS: 14374 IH STREET SANTA MONICA, CA 90401 PHONE NO.: (310) 458 -8732 CONTACT: ALLAN SHETH PROJECT: ANNUAL STREET, SIDEWALK MAINTENANCE PROJECT AMOUNT: $7,509,562.72 COMPLETION DATE SEPTEMBER 2009 9. OWNER: CITY OF INDUSTRY ADDRESS: 255 NORTH HACIENDA BLVD. INDUSTRY, CA 91744 PHONE NO.: (626) 333 -0336 CONTACT: GERRY PEREZ PROJECT: AZUSA AVE / RAILROAD STREET. WIDENING PROJECT AMOUNT: $5,206,130.08 COMPLETION DATE SEPTEMBER 2008 10. OWNER: CITY OF WESTMINSTER ADDRESS: 8200 WESTMINSTER BLVD. WESTMINSTER, CA 92683 PHONE NO.: (714) 898 -3311 CONTACT: JAKE NGO PROJECT: WESTMINSTER BLVD. MEDINA ISLANDS PROJECT AMOUNT: $2,157,180.00 COMPLETION DATE FEBRUARY 2008 SEQUEL CONTRACTORS, INC. ST. LIC #610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Fax (562) 802 -7499 (562) 802 -7227 Office ATEMENT OF EXPERIENCE IL 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 12. OWNER: CITY OF DOWNEY ADDRESS: 11111 BROOKSHIRE AVE. DOWNEY, CA 90241 PHONE NO.: (562) 904 -7118 CONTACT: NOE NEGRETE PROJECT LAKEWOOD BLVD. IMPROVEMENTS PHASE 1A PROJECT AMOUNT: $6,274,630.00 COMPLETION DATE AUGUST 2006 13. OWNER: PORT OF LONG BEACH ADDRESS: 925 HARBOR PLAZA LONG BEACH, CA 90802 PHONE NO.: (562) 590 -4172 CONTACT: GARY CARDAMONE PROJECT: PIER E BERTH D28 -E27 NEW GATE PROJECT AMOUNT: $6,279,157.00 COMPLETION DATE APRIL 2006 14. 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 BIDDER: SEQUEL CONTRACTO ING SECTION 3 NON - COLLUSION AFFIDAVIT CBF -12 BIDDER: SEQUEL COMMACTOR INC 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 dep itory, or to any member or agent thereof to effectuate a collusive or sham bid. Thomas S. Pack Typed or Printed Name President Title SEQUEL GONTFIACTORS, INC Bidder Subscribed and sworn before me This _ day of , 20_ (Seal) Notary Public in and for the State of California My Commission Expires: CBF - 13 aGr: .o.,. .' aLa a a. ..� a..a_. at,.aca .s •.. a. =a,. a a3,r -.�.• a �. a<,� ate- aLa.,. - � e _ was State of California 1 County of L ANGELES J On JUN 0 6 2012 before me, naniel Bustamante, Notary Public Date Here Insert Name and Tills of the Officer personally appeared Thomas S. Pack President Narrate) 01 Signer(s) !1 f 4040004 ?11494444001111090490 H M 0000? 01m e E DANIEL BUSTAMANTE D COMM, #1825327 � NOTARY PUBLIC - CALIFORNIA p LOS ANGELES COUNTY My Commission Expires December 20, 2012 d 1101140111114111111011 /11111111040111110114 who proved to me on the basis of satisfactory evidence to be the person/g3'j whose name( is /ire subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her /their authorized capacity(iss), and that by his /bar /their signature(a) 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 m1�,hand offic al. Signature J► (/^ 1 : 2 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 anothgr document. Description of Attached Document Title or Type of Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual Number of Pages: Signer's NamE ❑ Individual . ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): _ _ ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact • ❑ Attorney in Fact ❑ Trustee Top of thumb here ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02007National Notary Association -9350 De Sato Ave,,P.O.Box2A02•Chanworth,CA 91313-2402•w.aw.NaBonalNofary.org Item 45907 Reorder: Call Toll -Free 1A0D876 -6821 SEQUEL CONTRACTORS, INC. ST. LIC #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: APA1.64, 2004 & President 0 � r t y Abe�all es Director, Vice President & Secretary Il4ichael A. Mahler Assistant Secretary HIDER: 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 1D BOND KNOW ALL MEN BY THESE PRESENTS: THAT Sequel i Principal, and as as Surety, are held firmly bound unto the CITY OF ROSEME.AD (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; far 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 Mission Drive Street Resurfacing Project asset forth in the Notice Inviting Bids and accompanying Bid Documents, dated dunes, 2012 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 hound 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 29th day of May , 2012 . I-A _ BY: S. Pack PleskW Travelers Casualty and Surety Company of America (SEAL) Sur ry Slgnat Douglas Att orney in Fact CBF -8 CALIF State of California l County of L ANGELES )} On MAY 2 9 2012 before me, Daniel Bustamante, Notary Public Here Insert Name and Title of the Officer Date personally appeared Thomas S. Pack Pr®SkWA o IIIWIee111111 /1eM1o •IIO111ee1eee1oeleeee j ; 'E�"°(,'°PS DANIEL BUSTAMANTE e I COMM. #1825827 tea.- �'^ e� NOTARY PUBLIC - CALIFORNIA O f LOS ANGELES COUNTY -� p ° ` °� " "' My Commission Expires December 20, 2012 /1 /111 /N111///11/1/01e who proved to me on the basis of satisfactory evidence to be the person(s) whose name(a) ish^ 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/thet signature(o) on the instrument the personal, or the entity upon behalf of which the person(R)' 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. Signature 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) Signer's Name: ❑ Individual • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General • Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT - OF SIGNER r' LE 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: RIGHTTHUMBPRINT. ' OF SIGNER um 02987 National Notary Association• 9350 De Soto Aw., P.O. Box 24M- Chatsworth, CA 91313- 2402 -w NationalNotaryorg Item N5907 Raorder .GaIITWI- Free1- 81ME78-8112] ACKNOWLEDGMENT State of California County of Ora On 05/29/2012 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared UOUgiaS A. Kapp who proved to me on the basis of satisfactory evidence to be the person(i,!) whose name($) isAOFe subscribed to the within instrument and acknowledged to me that he /eheAMey executed the same in his /*@FAkelf authorized capacity(i*, and that by hisAwfigl4eir signature(05 on the instrument the person($), or the entity upon behalf of which the person(yr) 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. WETNESS my hand and official seal " °`'w DEBRA ;;A 5 o- ' COMM. # 1522117 X ® NOTARYPUBLICCALFORNN X ` ORANGE COUNTY N My Comm. Wres NOV % 2012 Signature � (Seal) WARNING: THIS POWER OF ATTORNEY TRAVELERS / J Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 224524 Certificate No. 0 0 4 7 5 2 9 / O KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Timothy D. Rapp, and Douglas A. Rapp of the City of A 'cn Viejo , State of California , their one and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 6th day of March 20t2 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 2 Y Gr..Vlr ^Xf p P� 1N5 q t - Pp PtT 9N � �-` ? A � �y pppp �� S Cf I1 ".^^vw11E9 [EOPPOfl1iE:i4 MVURAT ^ 9 i a 11992 p ]7 yD € ! r ' : - ` NarrtrosoO a�tw6n9 @ S b�^N'[cN' "9S �9rJf \ aI. /ctt$8 N. g Ww�' Y u, 1896 ,pay A� State of Connecticut City of Hartford as. By: At�� Georg Thompson, tpce President On this the 6th day of March 2012 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.Tp In Witness Whereof, I hereunto set my hand and official seal. TAA ' W wk l.. My Commission expires the 30th day of June, 2016. * 'OUBLIG t► Marie C. Tetreault, Notary Public �s 58440 -6 -11 Printed in U.S.A.