Loading...
Sequel Contractors05/14/2013 12:55 FAX MAYOR: ` Pou.v Low MAYORPRO TEN: WNJAMAL CON _ COUNCIL MEMBERS: 6ANOMAR A MA AP CLAN: STCV 'LY May 13, 2013 City of �Rqsemead [6001/003 8838 E. VALLEY BOULEVARD PC BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569.2100 FAX (626) 307 -9218 , CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER.2 To all prospective bidders under Bid.Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 1. You hereby informed that Alternate No. 2 shall be added to the Contract Bid Schedule of Items: Alternate No. 2 Stor m.Drain Construction NO UNIT OF EST UNIT ITEM .2 ITEM DESCRIPTION MEASURE CITY PRICE COST 19 Install Storm Drain System as LS 1 indicated on the attached Plans Complete. TOTAL ALTERNATE, BID PRICE No.2 (SCHEDULE BID PRICE):$ Dollar amount in written form .2. The rest of Bid.Documents as originally issued shall be used in submitting bids, and an :acknowledgement of receipt of this Addendum Number :2 shall :be entered on the page CBF - 5 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 OSEMEAD By Rafael Fajardo -� Associate Civil Engineer Page I 1,10/1,18/ZU1S 14: -41 rK MAYOR: POLLY.LDW MAYOR PRO TEM: WILLIAM ALARCON COUNCIL MEMBERS: SANDRA ARMENTA MAROARETCLARK STEVEN LY � VU1 /UV1 City of Wpsemead 8838 E.VALLEY - BOULEVARD P.0 BOX 399 ROSEMEAD. CALIFORNIA 91770 TELEPHONE (626) 569 -2100 FAX (626) 307.921 S CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER To all prospective bidders under.Bid.Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 Bid Item No. 5 of Base Bid Schedule on CBF —2 "EST. QTY. (Estimated Quantity) 1,1102 Tons shall be replaced by 1,102.00 Tons. 2. 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— 5 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. May 7, 2013. By l � Rafael Fajardo Associate Civil Engineer UEL WNTR 'a�i 1140 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM ROSEMEAD BOULEVARD TO VALLEY BOULEVARD PROJECT No. 21015 BIDDER: WQU CilJWPiA a 3% %u'G CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE .............................................. ...........................CBF1 - CBF6 SECTION 2 BID DATA FORMS ........................................ ......................... CBF7 2.A BID BOND ................................................. ...........................CBF8 2.13 LIST OF PROPOSED SUBCONTRACTORS ..................... CBF9 -CBF11 SECTION 3 NON - COLLUSION AFFIDAVIT ................ ....................CBF12 -CBF13 BIDDER: MQUELC LgFTDACiM M SECTION 1 - BID SCHEDULE CBF -1 BIDDER: SEQUELWUrPa/YGT0 e BID SCHEDULE SCHEDULE OF PRICES FOR MISSION DRIVE STREET RESURFACING PROJECT FROM ROSEMEAD BOULEVARD TO VALLEY BOULEVARD PROJECT No. 21015 BASE BID SCHEDULE Z CBF -.2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 ZSODU. °O and specifications. See technical Z S OOV, provisions TP -2, TP -3 & TP4. 2 Disposal of Waste Materials. LS 1 29 000. 3 Cold mill 2.0- inches thick existing SF 183,700 � pavement. .6J 4 Construct 1.5 inches thick TONS 1,653 00 pavement overlay ARHM -GG -C / 1 136 , S9 - 7. (PG 64 -16) as indicated on the plans. 5 Construct 1.0 inches thick TONS " ub Asphaltic Leveling course D1 �t 1 �� y 0 ' (PG 64 -10) as indicated on the plans. 6 Remove 6- inches of existing SF 500 pavement and replace it with 3.5- inches of AC B -PG 64 -10 Base �y00 Course over compacted native. 7 Remove, Dispose and Construct SF 7778 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. 09990- 8 Remove, Dispose and Construct SF 2270 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. 9 Remove, Dispose and Construct LF 592 inches Curb and 24- inches Gutter per SPPWC Std. Plan G 120 -2. Z CBF -.2 ' BIDDER: 'UE1. -00MM a= = I J , I 00 �1 L TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ I T 3-12 . T�YZ .} 014 ' I —E- out 2 7Hoy -s4tih — 1 -Hu"h12E10 Dollar amount in written form SEVENT —rteO 0 t_L_4P6 CBF -3 UNIT OF EST. UNIT ITEM N0. ITEM DESCRIPTION MEASURE QTY. PRICE COST 10 Remove, Dispose and Construct EA 5 PCC Curb Ramps per SPPWC Std. Plan 111 -4. 11 Adjust Sewer Manhole to Grade EA 29 per APWA Std. Plan 205 -1 and 206 �00 -1. 12 Adjust Water Valve /Gas Valve to EA 32 00 00 Grade. 13 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, O� Sleeve & Dome will be provided by the City at no cost).�� 14 Install Traffic Striping, Traffic LS 1 gp ca Signal Loops, and Pavement _ 90 000 t f o GOO Markers ( Including 8" Raised . , Pavement markers per the Striping Plans and Specifications Complete. 15 Prepare a Storm Water Pollution Prevention Plan (SWPPP) LS 1 16 Remove, Salvage and Install EA 6 00 QQ Street Name Signs on Existing Poles, City the Signs. /Q�� will provide 17 Remove, Salvage and Install EA 2 ©o 00 Street Name Signs on new /O0' 11 Poles, City will provide the Signs. I J , I 00 �1 L TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ I T 3-12 . T�YZ .} 014 ' I —E- out 2 7Hoy -s4tih — 1 -Hu"h12E10 Dollar amount in written form SEVENT —rteO 0 t_L_4P6 CBF -3 BIDDER: SMUE CTM M& y IM ALTERNATE BID ITEM No. t WROUGHT IRON FENCE INTERSECTION OF WALNUT GROVE AVENUE AND MISSION DRIVE NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 18 Install Wrought Iron Fence 6 LF 320 "o ao feet, 1 1/2" rails and 3/4" pickets, g0, o all tubing 100% galvanized inside ' and out and powder coated and 2" post per Kingmetals or approved equal. TOTAL ALTERNATE BID PRICE No. 1 (SCHEDULE BID PRICE):$ S ( 00. - r amount in written form TOTAL BASE & ALTERNATE BID PRICE $ x{65 972 Dollar amount in written form S t= U t rJT� TW O D o L LA RS U^D 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 certif d check, a cashier's check or a bid bond in the amount of Dollars ($ J_ o ) 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, CBF -4 MAYOR: POLLY LAW MAYORPROTEM: WILLIAM ALARCON COLNCTL MEMBERS: SANORAARMLNTA MARGAR6 CLARX STELENLY May 13, 2013 8838 F. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569 -2100 FAX (626) 307 -9218 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER 2 To all prospective bidders under Bid Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 1. You hereby informed that Alternate No. 2 shall be added to the Contract Bid Schedule of Items: Alternate No. 2 Storm Drain Construction NO UNIT OF EST UNIT ITEM 2 ITEM DESCRIPTION MEASURE CITY PRICE COST 19 Install Storm Drain System as LS 1 (nn indicated on the attached Plans SS Uvc , S S O oo . Complete. TOTAL ALTERNATE BID PRICE No.2 (SCHEDULE BID PRICE):$ `, flf =T` flVt INoy�-ftN� �oC.L.�►2S Dollar amount in written form 2. The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number 2 shall be entered on the page CBF — 5 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 - F R�OSEMEAD By / /`Rafael Fajardo Associate Civil Engineer Page i BIDDER 41 PUP- a `ut + 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. 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 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. r By: Type or Print Name .T resid&t Title Bidder's /Contractor's State of Incorporation Partners or Joint Venturers: Bidder's License Number(s): 610600A NOTES: BI DDER: SWUEL COUr uYAC r O RS, ING 13546 IMPERIAL HWY. SANTA FE SPRINGS, CALIF. 90670 Business Street Address 13546 IMPERIAL HV'JY. SANTA FE SPRINGS, CALIF. 90670 City, State and Zip Code (562) 802 -7227 Telephone Number G!!9-/FORAIIA 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) 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 -6 I l IUllld5 0.1-dGK 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: Aly11,04, 2004 & President A 0 6 k M ichael A. Mahler Assistant Secretary Abel lvl�gal es Director, Vice President & Secretary BIDDER: SWUEL(Y,dTPeAGTQ SECTION 2 BID DATA FORMS CBF -7 BIDDER: SEQUEL CONl6 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 -9 BIDDER: SEQUELCOMPACTO ING 2.8 LIST OF PROPOSED SUBCONTRACTORS (continued) ( — Duplicate Next 2 Pages if needed for listing additlonal subcontractors."] Name and Location Description of Work of Subcontractor to be Subcontracted CSUI�CR 10rZ 4ye - wCkr) Name: Address' CM 1�S pp �/f / Name and Location Description of Work of Subcontractor to be Subcontracted c Name: LCeitt �&ffi Address -CJ N (, ovC // { - � 00 t X-D Name and Location Description of Work of Subcontractor to be Subcontracted Name: MAl2TIIJt Co/Jr J € Address: 'Z Jyt Name and Location Description of Work of Subcontractor to be Subcontracted Cft5e LArO S OM VC— `i Name: Address: �uV2U C� Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: CBF - 10 BIDDER: SEQ UEL MURACTO INN 2.0 REFERENCES The following are the names, addresses and telephone numbers forth ree public agencies for which BIDDER has performed similar work within the past two (2) years: �� 1. Name and Address of Owner Name and telephone number of person familiar with project amount Type of Work Date Completed 2. and Address of Owner and telephone number of person familiar with project Contract amount 3. Name and Address of Owner Name and telephone number of person familiar with project amount :1 Type of Work Date Completed Type of Work Date Completed Name and Address of Owner Name and telephone number of person familiar with project 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 OWNER: CITY OF INGLEWOOD ADDRESS: ONE MANCHESTER BLVD INGLEWOOD, CA 90301 PHONE NO.: (310) 412 -5333 CONTACT: HUNTER NGUYEN PROJECT: STREET IMPROVEMENTS FY 2011 -12 PROJECT AMOUNT: COMPLETION DATE $1,252,355.09 OCTOBER 2012 2. OWNER: CITY OF UPLAND ADDRESS: 1370 NORTH BENSON UPLAND, CA 91786 PHONE NO.: (909) 291 -2930 CONTACT: EDDIE RHEE PROJECT: PINE STREET IMPROVEMENTS PROJECT AMOUNT: $887,749.58 COMPLETION DATE DECEMBER 2012 3. OWNER: CITY OF ROLLING HILLS ESTATES ADDRESS: 4045 PALOS VERDES DRIVE NORTH ROLLING HILLS ESTATES, CA 90274 PHONE NO.: (909) 957 -0188 CONTACT: BARRY KNUTSON PROJECT: HAWTHORNE BLVD IMPROVEMENTS PROJECT AMOUNT: $707,105.69 COMPLETION DATE AUGUST 2012 4. OWNER: CITY OF LYNWOOD ADDRESS: 11330 BULLIS ROAD LYNWOOD, CA 90262 PHONE NO.: (310) 800 -6904 CONTACT: JORGEROQUE PROJECT: JOSEPHINE STREET IMPROVEMENTS PROJECT AMOUNT: $544.195.19 COMPLETION DATE AUGUST 2012 5. OWNER: CITY OF MONTCLAIR ADDRESS: 5111 BENITO STREET MONTCLAIR, CA 91763 PHONE NO.: (909) 721 -1760 CONTACT: STEVESTANTON PROJECT: VARIOUS INTERSECTION IMPROVEMENTS PROJECT AMOUNT: COMPLETION DATE $389,723.00 JULY 2012 SEQUEL CONTRACTORS, INC. ST. LIC 4610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Fax (562) 802 -7499 (562) 802 -7227 Office STATEMENT OF EXPERIENCE 6. 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 OCTOBER2011 7. OWNER: CITY OF TUSTIN ADDRESS: 300 CENTENNIAL WAY TUSTIN. CA 92780 PHONE NO.: (7 14) 573 -3175 CONTACT: ERIC LOKE PROJECT: ANNUAL ROADWAY AND SIDEWALK REHAB PROJECT AMOUNT: $2.455.881.00 COMPLETION DATE SEPTEMBER 2011 8. OWNER: PORT OF LONG BEACH ADDRESS: 925 HARBOR PLAZA LONG BEACH, CA 90802 PHONE NO.: (562) 5904172 CONTACT: MICHAEL MELGOZA PROJECT: WEYERHAEUSER PAVEMENT REHAB AT PIER T PROJECT AMOUNT: $4,062,704.94 COMPLETION DATE MARCH 2011 9. 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: $4,775274.00 COMPLETION DATE SEPTEMBER 2010 10. 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: $4,087 COMPLETION DATE FEBRUARY 2010 SEQUEL CONTRACTORS, INC. ST. L1C a610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Fax (562) 802 -7499 (562) 802 -7227 Office STATEMENT OF EXPERIENCE H. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE 12. 13. 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 OWNER: CITY OF SANTA MONICA ADDRESS: 14374 Tll STREET SANTA MONICA, CA 90401 PHONE NO.: (310) 458 -8732 CONTACT: ALLAN SHETH PROJECT: ANNUAL STREET, SIDEWALK MAINTENANCE PROJECT AMOUNT: $7 COMPLETION DATE SEPTEMBER2009 14 OWNER: ADDRESS PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE 15. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE CITY OF INDUSTRY 255 NORTH HACIENDA BLVD. INDUSTRY, CA 91744 (626) 333 -0336 GERRY PEREZ AZUSA AVE / RAILROAD STREET. WIDENING $5,206,130.08 SEPTEMBER 2008 CITY OF WESTMINSTER 8200 WESTMINSTER BLVD. WESTMINSTER. CA 92683 (714)898 -3311 JAKE NGO WESTMINSTER BLVD. MEDINA ISLANDS $2,157,180.00 FEBRUARY 2008 BIDDER: SMUEL CGAff PA0,M6'n riM SECTION 3 NON - COLLUSION AFFIDAVIT CBF -12 BIDDER: SECLIEL CU : T AGTO' M 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 ay, any fee to any corporation, partnership, company association, organization, bid de ory, or to any member or agent thereof to effectuate a collusive or sham bid. Thomas S. Pack Typed or Printed Name President Title `EL GrGMI 6 V 19 U 04& ING Bidder Subscribed and sworn WOW 9 9, 2013 , 20 This _ day of IA b (Seal) am pl )U uA�,'�J O Notary Public in and for the State of California My Commission Expires: CBF -13 CALIFORNI ALL-PURPOSE ACKNOWLEDGMENT ' �(`— � Z T�'C.�` '2K'M� - C ^ �"4CzMK�.2 =�(` — • �nwM:= r. ra �rs� 0 .G�t%Y��CeK'.C'� State of California 1 County of LOS ANGELES J On MAY 2 2 2013 before me, Daniel Bustamante, Notary Public Date r Here Insert Name and Title of the Oflicer �. — personally appeared Thomas S. Pack t'If2GId6 Neme(s) of Signer(s) � DANIEL BUSTAMANTE O t COMM. #2005801 NOTARY PUBLIC, CALiEORN:A p LOS ANGELES COUNTY Cemalssion Exc rIM JAN; ANY li..Ct 7 ••••1•••••••••.•.••••1.1••• 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 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(A is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her / thetr authorized capacity(ias), and that by his /ber /their signature($) on the instrument the personal, or the entity upon behalf of which the pel acted, executed the instrument. 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 Signers) Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): — [I Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGNTTNUMBPRINF = OF. SIGNER _.. 0 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited l =l General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHfTHUMBPR!n :'.OF SIGNER.•:• 02007 National Notary Associatlom 9350 De Soto Ave., P.O.Bcx 2402•Chatsworth, CA 91313- 2402 -w NationalNotaryorg Item#5901 Protest Call Toll-Free 1.800-876-6827 9 toed w AawollV dt V sel6noo 4113 ---(/ , VAIrls (lb'3S) eouawV to ue woo AlainS pue qlenseo siajaneil 'slpZ ew 10 ABP qls SM'd3lV3S CINV g3NOIS •} noo a4J Aq Pam aq al saa; ,sAawoue algeuoseej 6u!onloul '1!ns 4ons ut a3NMC 8 41 Aq pajanou! slsoo Ile And ile4s AJaanS p!es'paJanaaaa s! 1uaw6pnf pue a3NMO 84; Aq puoq s!41 uadn 146nojq s! 1!ns Juana a41 ul •10aga pue e0ao; pn; ut u!ewaj legs 1! es!roua4Jo '.Plop pun pnu eq Ilegs uogS6ilgo s141 ua41' ;oe.4uoO a4; Aq pannbej aq Aew se suogeog!1Ja0 ja4 40 Aue sags!wn; pue 'sluewasaopua pue saleog!}jao aoueinsul pajinbai a41 sa4swin; (sleuelew pue jogel tol4uawAed as ;uejen6 01 ja4}o a41 pue aouewjo,pad ll44;Ie; aa;ueaen6 01 euo) spuoq paa!nbej auJ saggwn; 's;uawnooq pig pies 41!nn punoq JoealuoO ;o wjo; uej4pm e41 o ;u! saa ;ua 'sluawnooq pig paouaJa}ai -anoge a41 Aq paimbai iauuew a4; ui pue aw!1 a4J u!41!nn 'pue 21 NMO aul Aq AjcAA eqj .to; ;oej ;uoo a papjerne si led!oui.ld p!es ;! '3d!O33d{3HJ • MON paWp'sluewnooq pig 6ulAuedwooae pue sp!g 6u!JIAUI, ao!loN ay1 u! W04 Jas se lnafo,id Hulvejansall laaj ;S an!jd uo!ss!W a4; Jo; PaJinbej >IaoAA lie wopad of 33NM0 a41 0l p!q e pe4jwgns se4 !ed!ouud pies `Sb3b3HM sluese-ld esa41 Aq Alwj!; 'ApManas pue Al ;ulof 'SU613ee pue 'sJOSSaoons 'sJoleJls!wwpe 'sao;noaxe 'sna4 mo 'sanlasjno puiq aon'apew eq o; A1njj pue p!m wns 4ol4m iO 1uawAed 94; ao; iaoud P!8 Ie1ol a411 ( %o l) ;uanjEad uel ue4; ssal lou bu!aq ' %N g) Sbdl�0c7 piq aql to lunowe lelol aql to luawad ual 10 wns a4; ul f2J3NM0 a41 Palled JG]4ewaJa4) 4'd3W3SO4 80 li(O a41 olun punoq Alwil; play Gin 'AlainS se eouawV Jo Auedwoo Rlamg pue Allenseo SJGIaneil pue 'led!ouud se ou sioloeiluoo Jan ag iVi 1 :SiN3S3bd 3S3Hi A8 N3W ?Id MONN dNOB Ql6 Y •jagwnu abed pue aweu s,lapp!g a4; 4J!M paglluap! Auadoid ein sw.lod elect pig s1! ;o abed Aiana leyl ainsus 11e4s Dapple •pannbeu uo1leiwo;ul 94; ap!noad Alalenbepe o; AJessaoau aie se slaegs Auew se asn pue aledaid ilegs sjapo!e swjod a ;eq Pie 6wnn0110; a41 ;o Hone uo umogs lewao; a4; q ;IM eouepi000e ui elep p!g s ;i Jlwgns 11e4s JaPNG oul'sioloeiluoolan ag :2:QGJIR LZ99 aaid- I10111epa9pJoaa Z069ttw 610MEIONleuopaN/+ - ZOhZ-C1816 vo ggO+slego.ZObZ x09'O'd "any ol 00SC6•u AMONIea06aN 499ZO I :6u!luasaidad sllau6!S JO410 ❑ JoleAJ9suo0 to ueiplen0 ❑ aalswl ❑ loed ul AawogV ❑ Iejaua0 ❑ pal!wl - ) ❑— laulled ❑ (s)alUl— jeoll}O alelodjoo ❑ lenp!AIP01 ❑ :aweN s,lau6!S a3faols io wlaa�urnus,aole :6uiluasejdad sl jeubiS :1a410 ❑ loleAJasuo0 jo uepen0 ❑ aalsnil ❑ toed u! /awogy ❑ Paua0 ❑ PaBw!l ❑ — IaulJed ❑ $s)aR!1— laolllOalejodjoo ❑ IenpinlPul ❑ aweN s,aau6lS (s)jau61S Aq pawlel0 (sal)Rlloede0 :anogV paweN ueyl Jag10 (0 :s86ed to jagwnN ale0 luawnoo0 :luawnoop to adll jo all!1 ;uawnooa pagoeuV }o uo!;duosaa luawnoop jagloue of wjol s!ql to luawgoeneaj pue lenowai lualnpnejl luanajd pinoo pue luawnoop aql uo 6u!1(laj suosiad of algenleA avoid .few 1! 'Mel Aq pannbai lou s! Molaq uopewolu, aql g6nogl 7VNOIldO algnd AM-N l0 aweuft r � aAnleu6!g 10 leas le!0140 pue pu y /w SS3NiIM loaaloo pue anil sl ydujdeled 6u!o6alol ayl le41 e!wolpe0 to a3e1S aql 10 sMel aql aapun Aun aid d0 AIWN3d japun Apliao I luawnilsw all palnoaxa 'paloe 4e)uoslad a41 yo!gm to llegeq uodn A1!lue all to '(a)uosaad all luawnilsui a41 uo keinleu6!s uaylµaq /s!q Aq lell pue *!),( peduo pazuollne yagl /A2q /siq ui awes a41 palnoexe Aegl /aqs /eq le41 aw 01 pa6palMou>oe pus luawnilsw u!ll!m aql of paquosgns aee /sl (E)aweu asogm (Ouosaad all aq 01 aouap!Ae (aoloelslles to s!seq all uo aw of panold oynn anogV IeaS ARION aaeld s ••••••••• AHV nNVt PJ •••NN•••••••••••••••••• • u9d'tC nNVf segtl•3 uo!ss!wwoo Ary Z A1Nnoo sriow sol i� � tlIN;40 AatllON 108900z# AINOO o j 31NVnvisn9I3lNVC3 � (spau6610 (s)ewery pajeadde �(Ileumed �uapisa� �ioUd'Ss�luoul laolllo aV110 e5li Pue aweN pasul a1aH awaaola4 u0 E a ale0 OlIgndAMON'elueweprale)uea LOZ 9 G A M S313JNd SOl 10 (luno0 e!wople0 10 alelS 1N3WOC131MON3I3V 3SOdund VINHOA11VO ACKNOWLEDGMENT State of California County of Oran on 05/06/2013 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp who proved to me on the basis of satisfactory evidence to be the person(.E) whose name($) islere subscribed to the within instrument and acknowledged to me that he /theffhey executed the same in his /4e4*eeir authorized capacity(iee), and that by hisFHer#keir signature($) on the instrument the person(E), or the entity upon behalf of which the person($) 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. DEBRA SWANSON a �p COMM. # 1997119 ° s g NOTARY PUBUC•CAUFORNIAX 1Z ORANGE COUNTY Co (Seal) MYCONINIEXP. NOV 10,2016 POWER OF ATTORNEY TRAVELERS Farmington Casually Company SL 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 SL Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact Na 224524 certificate No. 004817992 KNOW ALI, MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company and SL 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 Stales 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 Aliso VIBIo , State of California , their true and lawful Attorney(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 require or pern e " - O>pceedings allowed by law. NV � �� 19th IN WITNESS WHEREOF, the Comp �nAegl ave caused this instrument to signedn d their corpora seals to be hereto affixed, this y of A VV 22 $.A� Farmington Casually Company �,,Aky � Fidelity and Guarantyllnsurance Gompany� l� Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casually and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ' 6S POO4V I R,rG f � ,P I,N4U 9R 9 >U NO SI YDLRp > R ptYR/y OV- ) 1 >r f \ f \ ) 4 W :'fpPVD ^ , 1977 g a :; aR �, teas ap `:_SE 0.La e�:SHRL,$ :� ��ryAtdT•- 4 1 4� ANA State of Connecticut City of Hartford ss. By: — A�e�__ Georg Thompaua, tor ice prcsident 19th April 2012 On this the day of , 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,T[7n In Witness Whereof, 1 hereunto set my hand and official seal. � My Commission expires the 30th day of June, 2016. P rW/BU� # �s )n & ;. In C. Tctreault. �J Public 58440 -6 -11 Printed in U.S.A. IS INVALID WITHOUT THE RED