Loading...
HomeMy WebLinkAboutSequel Proposal)\ _;: BIDDER'S PROPOSAL FOR AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMONO BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101 o/1q;-, 20~ Date To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: -rttoM&S S. ~' Prz~s1oe=NT ABEL A· \M&&ALLA~e& J \J. e M\CM"eL !\. M&\-\LEYl-, Seqz..e--rA\t'i ,_. -.""' _-,,__· _..,,,_ -, ~ -· ' -7'_ ' ' ................ ......._ ·---.""' '-----: :"'<----"'_,,. v ::---..._,, _ .. -~ (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co-partnership, give the name, under which the co-partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City-G~ Diamond Bar when this proposal form.was obtained. (e) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. 15 SEQUEL CONTRACTORS, INC. Fax (562) 802-7499 ST. LIC #610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 (562) 802-7227 Office ACTION BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS 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, 2019 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; RESOLVED 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 FUR1HER, 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 ~t of the foregoing resolution and the action set forth therein. Abel Magallanes Director, Vice President & Assistant Secretary ~L-Director & Secretary (f) That, if this bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g) That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of · Tk:rJ Pe~c._1;:-rJ-r DoLLARs ($ IC 0/6 ) . Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. l'55Y u, IM PE]2.\~L !\VJ'i ,1-L1 Address of Bidder 'SAN::rn. fE ~~1NCJ~ ~oe:no [ . I City Zip Code Sig TttoMAs ~.'PAW, ~s IDe-AJ-r 16 0E"QUEL (oN/RAC..tc(lS, /AJC · BID SCHEDULE FOR AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE IM~ROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101 BASE BID "SCHEDULE A" -RESIDENTIAL & COLLECTOR STREETS, PROJECT NO. SI24101 ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT A-1 1 LS MOBILIZATION AND e a DEMOBILIZATION )S"(),OOO. .?S-0. 000. -A-2 1 LS TRAFFIC CONTROL AND !! °" PUBLIC SAFETY ,;2S°{) I 0°°' ;;>S-t?, ocx>. -A-3 1 LS WATER POLLUTION CONTROL ~ u-~>, {)()(), ;J~ DCD, -A-4 CONSTRUCTION STAKING AND /I() 1 LS If~ 0()0,-' MONUMENT PRESERVATION /'l t;;, OO!J' A-5 1 LS PUBLIC NOTIFICATION •• SlO Jo,ooo. -~(),()00, -A-6 1 EA ADJUST GAS VALVE FRAME DO ' f>O AND COVER TO GRADE (ptJo' -ctJ. -A-7 231 EA ADJUST WATER VALVE FRAME "" ':! AND COVER TO GRADE fpoo, -f'JS,bf>O, ADJUST STORM DRAIN A-8 52 EA MANHOLE FRAME AND COVER ()Ill 10 /,7~. -3~/()0, TO GRADE ADJUST SANITARY SEWER A-9 199 EA MANHOLE FRAME AND COVER 00 ·~ (:, 7r;, ... 11'1, $')~. TO GRADE ----.. A-10 2 EA ADJUST ELECTRICAL MANHOLE -IJO FRAME AND COVER TO GRADE ~ {)()(), -t/, ()(){), -REMOVE EXISTING A-11 38 EA IMPROVEMENTS AND INSTALL "" .,. NEW ADA COMPLIANT CURB ,, 'JOO. -~ s~~ oo, -17 0E"QUEL CotJ~C.IOl2..S1/AJc. ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT RAMP PER SPPWC STD. PLAN 111-5 REMOVE EXISTING IMPROVEMENTS AND INSTALL A-12 1 EA ADA COMPLIANT CURB RAMP ,, tJo AT BRONCO LANE ENTRANCE Jo,O()(), -~o. ()()(), -TO HERITAGE PARK REMOVE EXISTING CURB AND A-13 1,117 LF GUTTER AND RECONSTRUCT "" e>I: PER SPPWC STD. PLAN 120-3 //o, -I~ 2, '170, -{A2-6 or A2-8) REMOVE EXISTING CROSS A-14 4,981 SF GUTTER AND RECONSTRUCT ~S'. '! ~" PER SPPWC STD. PLAN 122-3 I ~'I,~~~,-( 8" DEPTH) REMOVE EXISTING DRIVEWAY A-15 589 SF APRON AND RECONSTRUCT PER f 8, '! ~ SPPWC STD. PLAN 110-2 /(), (?.()~I -{TYPE A OR C) APPLICATION OF TYPE II "~ A-16 158,607 SY SLURRY SEAL I. 9! 10'1, ").63. A-17 139,154 SY APPLICATION OF CAPE SEAL ~.If§ ?("&, 18~. ~~ A-18 27,844 SY COLD MILL EXISTING AC s.?? IO (1. 5" DEPTH) /&. (), /() 1. -A-19 2,740 SY COLD MILL EXISTING AC 6, 2§ ,,. (2.0" DEPTH) 17,/2~ •. -A-20 3,446 TON CONSTRUCT ARHM OVERLAY /75".~ ~ (1. 5" DEPTH) ~ bJ,())f), A-21 339 TON CONSTRUCT ARHM OVERLAY /7~ ~ ~" (2.0" DEPTH) • SCJ, 1 'J'>,, 7.~ 1:?1, ~o.z A-22 18,422 SF BASE REPAIR (6" DEPTH) D~ /~!21~.-tV rr. ~~ A-23 16 EA INSTALL TRAFFIC LOOP '" # DETECTOR (TYPE E) t/()O, -t,1{60, -INSTALL TRAFFIC LOOP •t> (JD A-24 5 EA '-/OD, -;i., ()() ()' -DETECTOR (TYPE F) 18 JEQUfL UvJ#AAC.;6,1, /Nl. ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT REMOVE TRAFFIC STRIPING A-25 1 "° Oo LS AND MARKINGS (SLURRY SEAL )~Of)(), -:J~()OO. -AND CHIP SEAL STREETS) THERMOPLASTIC TRAFFIC A-26 1 LS STRIPING, PAVEMENT ~ Clj MARKINGS, MARKERS, CURB /3(),00~ / 10,0()(). MARKINGS, AND SIGNPOSTS. TOTAL AMOUNT BASE BID "SCHEDULE "A" ITEMS (IN FIGURES)-+ $ J, 7t,O, '1~7. ~ TOTAL AMOUNT BASE BID "SCHEDULE A" (WRITTEN IN WORDS): 'ihree M.'I t~",.. fevtM Hf/Vl..J/',.:f ),"'-1-..,_ 7Zt te>e.t s~J fofA..r Hr.vte:fr~J f",'£& $evl2/1 ~ llevr r.:>rfr P. "'(/ 4 .fs BASE BID "SCHEDULE B" -ARTERIAL STREETS (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER), PROJECT NO. SI24103 ITEM EST. UNI DESCRIPTION UNIT AMOUNT NO. QUANT. T WRITTEN IN WORDS PRICE B-1 1 LS MOBILIZATION AND <e ~ DEMOBILIZATION f ~(),()()O, /~(),/)()(), TRAFFIC CONTROL AND PUBLIC 9 /. B-2 1 LS SAFETY 'Jw,oo~ 'Joo, b(}(). · ,,. ~ B-3 1 LS WATER POLLUTION CONTROL ~s:o~-;1~()004 CONSTRUCTION STAKING AND 0"' Do B-4 1 LS ~f).000. -r:b I DC!>. -MONUMENT PRESERVATION -. --B-5 1 PUBLIC NOTIFICATION I» Do LS 1~000-1~000. -. B-6 1 ADJUST GAS VALVE FRAME AND -· "' EA COVER TO GRADE /, /O(). -I, 100, 19 0-€QUEL L~tJ'TAAC70f2..S, /A.JC. ITEM EST. UNI DESCRIPTION UNIT NO. QUANT. WRITTEN IN WORDS AJv'IOUNT T PRICE B-7 223 EA ADJUST WATER VALVE FRAME H -AND COVER TO GRADE /, /()(), -'J l(~I' "],(){)I -B-8 25 ADJUST STORM DRAIN MANHOLE •I'> "" EA FRAME AND COVER TO GRADE /,~(}(), -]7,S-00, -ADJUST SANITARY SEWER B-9 77 ,,. •• EA MANHOLE FRAME AND COVER TO /,~00, -/I~ ~()0. -GRADE ADJUST ELECTRICAL MANHOLE eHI DI> B-10 14 EA FRAME AND COVER TO GRADE ~~co, -J~OOtJ. -B-11 16 ADJUST TELECOM MANHOLE ,,. e EA FRAME AND COVER TO GRADE ;2,~()0. -t/t>, Dot>. REMOVE EXISTING IMPROVEMENTS AND INSTALL B-12 28 EA NEW ADA COMPLIANT CURB •• llP RAMP PER SPPWC STD. PLAN ,, l(OO, -/ 7'!, 'JOO, -111-5 REMOVE EXISTING CURB AND B-13 761 LF GUTTER AND RECONSTRUCT PER / 10. ~ -SPPWC STD. PLAN 120-3 (A2-8'2, 710. -8 or A2-10) REMOVE EXISTING CROSS B-14 733 SF GUTTER AND RECONSTRUCT PER Ct> eo SPPWC STD. PLAN 122-3 ( 8" ;;~, -/g, 'JJ~. -DEPTH) REMOVE EXISTING DRIVEWAY B-15 589 SF APRON AND RECONSTRUCT PER /<:/. "!. .,, SPPWC STD. PLAN 110-2 /0, 'b;l. -(TYPE A OR C) INSTALL CONCRETE BUS PAD B-16 910 PER SPPWC STD. PLAN 131-3 00 SF -:?~. ~~ ]/, i~O. -(8" DEPTH) B-17 25,434 SY APPLICATION OF CAPE SEAL (,. '! IS",, 'II&/.~ B-18 30,151 SY COLD MILL EXISTING 1.?!" 113 IO(,{, .~5 PAVEMENT (2.0" DEPTH) B-19 148,084 SY COLD MILL EXISTING "9~' '"· ~' PAVEMENT (2.5" DEPTH) t/. 7.! CONSTRUCT ARHM OVERLAY (JI? °'' B-20 3,731 TON (2.0" DEPTH) 11./tJ. -s;; ~. ?,tto, -• 20 ~·€"QV€\. u/J-rfl.AC..Tof2..~J /AJC. ITEM EST. UNI DESCRIPTION UNIT AMOUNT NO. QUANT. T WRITTEN IN WORDS PRICE B-21 18,325 TON CONSTRUCT ARHM OVERLAY /${". ~ ;J, l.f 7 '3, 17~ (2.5" DEPTH) B-22 34,698 SF BASE REPAIR (8" DEPTH) '7. ~ 'J1J, lt>O, ~ B-23 127 EA INSTALL TRAFFIC LOOP ... Q) DETECTOR (TYPE E) t(Ol>, -!;o,goo. -INSTALL TRAFFIC LOOP "" tJO B-24 59 EA DETECTOR (TYPE F) lf O{) -~ J, {,'()(), -' THERMOPLASTIC TRAFFIC B-25 1 LS STRIPING, PAVEMENT ~ to MARKINGS, MARKERS, CURB 170,000. /70,000. -MARKINGS, AND SIGNPOSTS. B-26 1 LS COORDINATE VIDEO DETECTION I# 06 ZONE ADJUSTMENTS ~~t:t), -s:~l)O. -RELOCATE PEDESTRIAN PUSH B-27 1 EA BUTTON ON EXISTING TRAFFIC (JO Ill> SIGNAL POLE t/, ()()(), -tt, 0 ()'!), -REMOVE EXISTING SIDEWALK AND RECONSTRUCT PER SPPWC B-28 200 SF STD. PLANS 112-2 AND 113-2 16. ".!' ,,, ( 4" DEPTH) [REVOCABLE BID 1, 'JOO, -ITEM] TOTAL AMOUNT BASE BID "SCHEDULE B" ITEMS (IN FIGURES)--+ $r ~ ~.~89,98~. -TOTAL AMOUNT BASE BID "SCHEDULE B" (WRITTEN IN WORDS): fl~ fa'lt /{ ;""' Cc 'J~J HI/Vt.JN J Ee .,t-.7 Iv 1~-< rz.I> it -r:t>v/ Ale~ tfvv...d._,,-4J Jcstr±, /t-• D1>/f *Vs )J1/le1' p-;~ C-.fs 21 ~ 'S E'"QV EL. Co~c..'f Ot'U, I/..)<. • BASE BID "SCHEDULE C" -GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS, PW23402 ITEM EST. DESCRIPTION NO. QUANT. UNIT WRITTEN IN WORDS C-1 1 LS CONSTRUCTION STAKING AND MONUMENT PRESERVATION C-2 1 LS MOBILIZATION C-3 2 EA TEMPORARY PROJECT IDENTIFICATION SIGNS C-4 1 LS TRAFFIC CONTROL REMOVE EXISTING CURB AND C-5 40 LF GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 120-3 TYPE A3-6 REMOVE EXISTING CURB AND C-6 40 LF GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 120-3 TYPE A2-6 VARIABLE COLD MILL C-7 3,300 SF EXISTING AC PAVEMENT ( 2,, -3,,) C-8 40 TN ASPHALT RUBBER HOT MIX (ARHM) OVERLAY (2"-3") C-9 1 EA ADJUST PULLBOX TO FINISHED SURFACE C-10 1 EA ADJUST WATER VALVE TO FINISHED SURFACE C-11 35 SF REMOVE AND RECONSTRUCT COLORED CONCRETE C-12 1 LS SIGNING AND STRIPING COMPLETE-IN-PLACE TOTAL AMOUNT BASE BID "SCHEDULE C" ITEMS (IN FIGURES)~ $ 22 UNIT PRICE AMOUNT ., eo J,OD(), -3,0()(>, -<,ooo. ~ ()0 ~()00, -,. ~ 0()(). -er> l(, ()()0, .. ot? 00 {",ooo, -~ooo, -lo~.'!' •o 'I, 'Joo, -f>t> 00 /00. -t(, 000, -!"', ".! .. /l,,~00,, -~00, !!> -?o I(){)(), -•• "" ?ot:>, -700, -CIO ... /, 'JOD, .. /, :J.oo, -/JI> t)I> 100. -J, ~00, -I() OD ~. ()00. -~. 000, -fJf) 61, 100. - S£Q\Je\.. ~N""f'AAC..f'o/2~ /IJ<. TOTAL AMOUNT BASE BID "SCHEDULE C" (WRITTEN IN WORDS) : ~''>6fx-IV i11 ~ 'tZous tM.c/ 0.1\e HI/VI. dre,J Vo I let.rs . BASE BID "SCHEDULE D" -GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 6 (COLD SPRING LANE) I SI24101 ITEM EST. DESCRIPTION NO. QUANT. UNIT WRITTEN IN WORDS D-1 1 LS MOBILIZATION D-2 1 LS TRAFFIC CONTROL & PUBLIC SAFETY D-3 236 LF INSTALL SUBDRAIN SYSTEM INSTALL 4" SCH. 80 PVC D-4 12 LF PIPE INSTALL A RADIAL PIPE TO D-5 2 EA PIPE JUNCTION STRUCTURE, CASE I REMOVE AND REPLACE D-6 3,700 SF EXISTING 3.5" AC OVER 9.5" AB TOTAL AMOUNT BASE BID "SCHEDULE D" ITEMS (IN FIGURES)--+ $ ' UNIT PRICE AMOUNT #U "' ~ 0()() -'8, (){)O, -I • ,,, >,o()(). -Cle ~0()(), -w DP /ti~. -Jtt, ')d-0, -,,. ,,, ?.oo. -;2, l/f>{), -DO N> 3,()()(), ... (,, DOtJ. -/ 1'_ "! iit> 70, ']()()' -I 'J", CJ~ o ~ ' TOTAL AMOUNT BASE BID "SCHEDULE D" (WRITTEN IN WORDS) : 0Ae {ll/l.JreJ rw-11-/.~ flv-e 1houGll'IA.d }JiA~ HV\.J,,.e-.J 'Ti--~11 /)otlp.rs. 23 <s"EQUE'-UtJ-rPAc.-Toit~ f ,.;c · TOTAL AMOUNT BASE BID "SCHEDULE A" + "SCHEDULE B" + "SCHEDULE C" + "SCHEDULE D" ITEMS IN FIGURES)~ $ '1, $ '1~ l/ t, 0 . ~ TOTAL AMOUNT BASE BID "SCHEDULE A" + "SCHEDULE B" + "SCHEDULE C" + "SCHEDULE D" ITEMS (WRITTEN IN WORDS): }v; /\(/ )It: { {i ()/J I tt -,lrJ 1-f ,__J.re .J FPd:;_ Hi,e 11. () f,( s "'-« J r t"Of/V HVll'-oc/' #-; >ex~ VP!( e-.r ~ ?bet.,_ c~4,.. Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is ~DW~ ~orJ'i:::> (Insert 11 $ :[E~ Pt~(..~-r cash 11, 11 cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. 24 ATURE ~AT ~ \ M 1>0-IAL ..}/lJJ \\-\bt\4" s s. p~"'' Pfl-E.s1o~tJT ADDRESS (2Ji s~,~ ~s~~b;~. CITY 'joee1a ZIP CODE cs~ i) so~-122, TELEPHONE (o/O CQOO f\: STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the ...... ,.,~~~rements of, California Business and Professional Code Secti..c~S. OFFICER 25 L I ST OF SUBCONTRACTORS * BI D OPENING DI\1 E ~1 \~ \ t~ PROJE CT ~El'\ iJ ¥E~1 oeN"<1ei L PROJE CT No . ~ 1 ·v-11 c I LocATi oN Srn\.)cc\... ~~1'~c-r~~ .. UH\M.b~~ ~ cL I E NT C..,-r-\ of' D\&MotJt> ~ CONTRACTOR :S£Q\)~l Co~-r~c..-rotl\ \Ne. Name Unde r Li c e nse Addr e ss Per cent Sp e c ific Wh i ch No . o f of De scr i pt i on Subcont r actor Of f ice , Mai l , Total of i s o r Contract Sub c o n t r act Li censed Shop .M ~r'h A 1-'Z C/ ~() IN. fl?Pfh,'/f Kf..1d Pee. Pul{r CtJ11 t:.l"e.fe J'7'f'(7 / Ai.u s.:r, aA &/t70i}. tf. 7 ·~ C"lse lovt~ Gt'f P. te/:kJI )-/-. )"'""ev S°LA l'V'-y i.11~, ("c:. { lt(;l{// Ort?.,.,,.,, CA 1~ 16. 5' ?. $"""/. (11../-er~.J..,fe 971'( Pr?,,~ Av~. 5°fl'iPe r;./rif r I\~ (I\~ . , /08711.ft> FC111.J.~ CA "" 11~ J. 7 ·~ Erl r U./-;t, ./-ie$ {11(~ &u.t:A.,.ry ~/-"lo/ u-1-.·1,1-v A-.Jj14 s.fM«.A lrf s A-,/j11. sf;,,.~, lu .. • -, . '13 ~ 79 8' IC~ro11a. CA Cf'J'i7"'1 7. s ·~ A ~ #-rl ?""' P.o. Zo~ 1t0t>s(, <;. { U rN '>.ea f A-$ f "''" J So-...J.t. t'$'1"'16Cf r~}lt-1 A.,, a cA 7;J "l"J/ c. 3 .. ~ jA/l"Lr•'c::oll'Vl 101~ 11 I:" <;f. c"'.,,, <;£~I /f?we,..,.I • I 'TlfJ79:? .'AA,,dej/.p, CA 9.rJ~ tf.? 'h Sys;.fte,.,,,S I I . ' I I I I f I I I In com * pl iance wi t h the . . Secti o n 4 1 04 th . p r ovis i ons of the Publ. 1 e undersig d b · i c Con t r a c t Co d e l oc ati on o f th l ne idder here with s t f e P a c e o f business e s orth th e name 26 ' an d Ca l ifornia contracto; S E"Q\J&::L Lol\llf2.AC...,ot2.S, It.Jc. license of each Subcontractor -who will perform work or labor or render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor's total base bid amount 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 (0. 5%) of the Prime Contractor's total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 27 Se-Qv~L uf'J-rM{,-rofLJ, /A.Jt. DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777 .1 and 1777. 7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 28 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare ca1i3f nia of 14\ under penalty of perjury under the laws of the State of that the foregoin~is true and correc"S.>J Executed this day , 202~, at ~k\'TA ~ sPtz...11'.Hr~ /(,place of execution) . Name: ~OY\f\1\$; S. 'PAC.,\' Title: 'Ptz..e~\~ Name of Contractor: 0rou~L LotJ'TMctotis. l ~ <. • • 29 r ~-E:Q UEL. l.1JT&l.A (./otz.(1 /l(Jt. BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO ,L If the answer is yes, explain the circumstances in the following space: tJ If\ STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are Eart of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 30 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification~ '3> 12-es106)..}-r '~ Bid Date 3/lj/ tl:j This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last three calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 3 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2021 2022 2023 TOTAL 2024 No. of Contracts 1'\ \ '\ 1.~ loa 3 Total dollar amount of eo1,ooo contracts (in 1,000's) 'lo ooo "L""* oo~ \C\,000 1,000 No. of lost workday 0 0 0 0 c, cases No. oflost work day cases 0 0 involving permanent 0 0 transfer to 0 another job or termination of employment No. of lost workdays 0 c () {) *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary -Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty~ perjury that the information is true and accurate within the~imitatioys of these records. Stoo fL CotJ11lA. c.. "'{t)~ I "K. Name of Bidder (Print 13S"'\ tr. llMfaY~ flw~ Address SA;tsrt\ 1i See.t~c..~, CA qoc,10 City Zip Code State Contractor's Lie. No. & Class {Sc.-i..) f,02.-,"1-1.1 Telephone 31 Se-Q u~ L (o...,llC!Ac..,..or'l.S, /,..;c.. AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) sworn, deposes and says: dA being first duly ) That he is a member of the co-partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co-partnership by who constitute the other members of the co-partnership. Subscribed and sworn to before me this Signature day of ___ , 20 Signature of Officer Administering Oath (Notary Public) 32 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) \\-\C.Wv\~~ ~ · fi.0t.. being first duly sworn, deposes and says: That he is }?1?E-~tJ)~~\ of, Se. Q \J E"L ~tl\V.-Ac...-ro @~, \~c.. a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, f other person. Subscribed and sworn to before me this / '''{~~,, "'r 7 ?I • HOM~S <&. PAUL, Ptz.EStOE~\ day of , 20 -----Signature of Officer Administering Oath (.Notary Public) 33 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 %'~ft~~~~~~~~~~~~~ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Qountyof Los A~(ft::c..e\ On -"3 / 1 't I ~'i before me, namet Bustamante, Notary Pubtfc Date :[H . Here Insert Name and Title of the Officer personally appeared OMA5 S. a~ pP.ES1oeJ-r Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name(g) is/.at"e subscribed to the within instrument and acknowledged to me that he/~/t.Ae'1 executed the same in his/~ authorized capacity(~. and that by his/.berlt~signatur~ on the instrument the person~. or the entity upon behalf of which the person{sT acted, executed the instrument. ••••••••••••••••••••••••••••••••••••••••••• I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. : ~·:l~~~~-).~r,,, DANIEL BUSTAMANTE : ...-'i>'' . I 11\.,,., $'. o gy:,i·~/.'\:it'"'*\" COMM. #2349514 $'. WITNESS my hand and official seal. ~ ~~f "}t, ~I NOTARY PUBLIC· CALIFORNIA O ..::: \<~~:,_,,;. ' LOS ANGU[S COUNTY -" : ·~;,_~;.~" My Comm. f'xpirr.s MARCH 1, 2025 : ••••••••••••••••••••••••••••••••••••••••••• Signature D~ JJ~ Signature of Notary Public Place Notary Seal Above ~~~~~~~~~~~~~~OPTIONAL~~~~~~~~~~~~~~ Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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) Signer's Name: ___________ _ Signer's Name: ___________ _ 0 Corporate Officer -Title(s): ______ _ 0 Corporate Officer -Title(s): ______ _ 0 Partner -0 Limited 0 General 0 Partner -0 Limited 0 General 0 Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator 0 Other: _____________ _ 0 Other: --------------Signer Is Representing: ________ _ Signer Is Representing: ________ _ ·~~~~~~~<l-~~~~~'®~~~~~~~'g(,"§'v~~ ©20i6 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 SE"Q\JE"\.. C.u...JfflAC.""rot.S, l,.;c. AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) r? duly sworn, deposes and says: t_J_k being first That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature ---------' 20 Signature of Officer Administering Oath . (Notary Public) 34 5'~QVE"L Cs:>NfllAC...rOtZ..f, /#c. AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Nf tr being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this Signature day of , 20~~~-Signature of Officer Administering Oath (Notary Public) BOND No. ~~~~~~~~-35 \ ; BID BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has issued an invitation for bids for the work described as follows: AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402); AND GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) WHEREAS Sequel Contractors Inc 13546 Imperial Highway, Santa Fe Springs, CA 90670 (Name and address of ~Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and~~~~~~~~~~-Merchants Bonding Company <Mutual\ 6700 Westown Parkway, West Des Moines. IA. 50266-7754 (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal Sum Of Tenpercentofthetotalamountofthebid Dollars($ 10% ), being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become 40 ;: ·~· null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: March 13, 2024 "Principal" "Surety" Seauel Contractors, Inc. Merchants. Bondjng .Cnmpaay 'M"trn1l) ~ "'· .... "\ ...... . By: . rn"·""-· .v~---= ·~ ;:: J:tJk". Th ._ . Pack ,-';....;..._-'\·,-·-By· V~ L{ 1'0-1bfJ ,-..'....._'\\ :. · -----'·-• ~ ............ \,,, ·r.-:;::--~ ........ .-··---,...... , --; ::::·.·":·:.::_Pr~d~nt .:.:-~ ......... ' ... .,. ....... ..... :... ...=. --: ... ~ ::c S'y'· "=" ~ ' '--\ ·.~ By· ::: 1-:-_ . ~ ~ .. _". ·_, ~?: ., ·. ~-~--~_,-: • ~ .. '-:::.~~ -~ ..::-_: . .:..,...-· -~ ~ -;--.'7 ..... ~ ~· -=-;tits, _:_ --·::: Its -"'-~ --\~~'.~-~:--~~% y -~'\ ': ::~~t/ ~-ot:;:·;,~:t~~'>''bond must be dated, al.l signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal) (Seal) 41 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ~'le~~~'£'~~~~~~~~~~~~ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ~ County of ~ A ~ On l}ll/24 Dantel Buttarnante, Notaiy Public Date ):Jere Insert Name and Title of the Officer personally appeared 'fi /~ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name(g) is/awe subscribed to the within instrument and acknowledged to me that he/~/f:Ae'1 executed the same in his/~ authorized capacity(~, and that by his/J::wirit~signatur~ on the instrument the person~, or the entity upon behalf of which the person(.81 acted, executed the instrument. Place Notary Seal Above I certify under PENAL TY 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 . B~ [? JJ, Signature of Notary Public ~~~~~~~~~~~~~~OPTIONAL~~~~~~~~~~~~~~ Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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) Signer's Name: ___________ _ Signer's Name: ___________ _ D Corporate Officer -Title(s): ______ _ D Corporate Officer -Title(s): ______ _ D Partner -D Limited D General D Partner -D Limited D General D Individual D Attorney in Fact D Individual D Attorney in Fact D Trustee D Guardian or Conservator D Trustee D Guardian or Conservator D Other:---------------D Other: --------------Signer Is Representing: ________ _ Signer Is Representing: ________ _ ~~ . :· .'.· ·>·.· . !! .... -. ':<%~~~~~~~~~~~~"'gl;,._"@i,'l:?i<;.~ ©2016 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 . '--. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On March 13, 2024 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(•) whose name(~) ismre subscribed to the within instrument and acknowledged to me that he/el :e/\lit1y executed the same in his/lic:/ll:cil authorized capacity~). and that by his/licdll:eil signaturefs) on the instrument the person~). or the entity upon behalf of which the person(ie) acted, executed the instrument. I certify under PENAL TY 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 w..>-"\Q.._ ~ ~ l\:'M, (Seal) MERCHANTS'tll\a\ BONDING COMPANY™ POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Douglas A Rapp: Timothy D Rapp their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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 actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. ''The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." ''The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of February , 2024 ................ • • • •" • • • • MERCHANTS BONDING COMPANY (MUTUAL) .. ·~~'°t.~~.~~( ••.. .• • ~\~~ .£041.••. MERCHANTS NATIONAL BONDING, INC. i'"J .··f:,~P01i':;·~o··.. .·~~"C::,~POJi;i('.,_;. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY :~.:fJ ~·.~: : .. ·~ .,..:.,;.L~ :!:~ -o-ci:CJ: .::!:!:! -o-~~-: :~: :z: ::z~ :~: :~~. 2003 .:0: -~-" 1933 :c:::. ":."!#~·· ..... : ·~""... : ~ • •• ,, •• •• '."o.. .... • ""~· 'J.C:::-• ··~h>·· .... -;...~ .... •• ".i1:· ... ···'0."·· STATE OF IOWA COUNTY OF DALLAS ss. #•,,:_v .:fi • ~-: •• ~· • • :' -ti • • • ............... . ..... By 7~ On this 3rd day of February 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors . • "' ~ 0 Jl' z 'd e: r-• • IOWf>. Penni Miller Commission Number 787952 My Commission Expires January 20, 2027 (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy .QttM POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. , , -. ~ '. · c. """' --~ · · ·,. .......... '\,, "-' ,,_. \..... ---In Witness Whereof, I have hereunto set my hanct.~~~x~~-~e~i:--0£tn~ Companies on this 13th day of March ............ , ... ,.. ..:: ~ ·," .~..._,~ • .u •G,.,. ., ... _ •• ~.-. ,: ... • .._1\0NJI( •.;:---__ '--. ~\~ •.• !@.,A~--e;-::. •" ~r ......... '1!•-" , '-' • ~"·· ~"A lr,, ... ;:,.~POJ?~· ... O'~: :::::::<b~~V.POq:;.~~ •1' .·r~ ""'>·~--'~ °7,.,k',:;.c,-. : :~ t<''"'~-·~:~ ti'•-:) :4!':._ -o-O~"'!.\!-•t-·...:•.._ . .-...-0-c:f~• : cs:; ;-i:!-·.: z~ --,_ -~:::: :::C~ 2003 .:0.::..-'-·-~-·. 1933-·-\~~. .. Q. • .. "' ---·~... -" ,. ::-t. *. ~··. .··'."o.. .,"'.-.' ~-Y1:-., ---\.:,..(:::-• •• ·.~.... . .. ·~ .... -.. ~ •,,".¥0:•'>-. •••• ·vi.'_ .... ··""b~ ......... ';)~.... --._. ~'"' . .A.,\'"'·· ·#:11 .A. ••• -· ... -~' ·¥\ • .... w ••• . •.•••••• ......... '2024 . v~~.fi. Secretary POA 0018 (1/24) CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM l:,,,,,,,)C,..UV~ '-\,,,,%lN \ ~t'\\....\ vpr1,11 N'-• TITLE OF $tOE:NT SIGNATURE / /F p,:r PS 4F .....-====---""'W VDATE 3/J'l/ iq Please include any additional information available regarding equal opportunity employment programs now in effect within your company: ~ 42 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder; ~' proposed subcontractor , hereby certifies that he has ../ , has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as rpquired by Executive Orders 10925, 11114, or 11246, and that he has \/ , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Comrni ttee on Equal Employment Opportunity, all reports due under the applicable filing requirements. IV(. DATE: 3Lf ~1 '201:'1_. • I NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor ( 41 CFR 60-1. 7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1. 5. (Generally only contracts or subcontracts of $10, 000 or under are exempt) . Currently, Standard Form 100 (EE0-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 43 NON-COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) The undersigned declares: I am the fl?e'S\ DEt-.\T the foregoing bid. of CSmuEL CotJ™er~, the party making IJ(.. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury California that the foregoing is declaration is executed on ~=ti\ 'fi SPP..1rlc..~ [city] , _t8. under the laws of the State of true and correct and that this [date], at ~G' >Et CctJ"JliAA c..-rou, l Nl.. I f.,,,, , :v!U Ill" J'l?C '· notarized~ Business Name l'~S'ilo l\\.<\t?ffi&i..tlw~ ~ ~Sfp...1J6t~, CA 9oc,10 Business Address Attach Notary Acknowledgement Form to this form when submitting 44 ~. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ~~..M,£,'Q~~.w~~:l'."~£"'~~~~~~~E:~ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California A County of Lo~ ~<":(el.f& On 1/1 Cf/ Pf before me, Oantef Bustamante, Notary PubUc Date -. S A Here Insert Name and Title of the Officer personally appeared IHOMA S • ACJI-1 PKSIPENT Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name(g) is/.811'e subscribed to the within instrument and acknowledged to me that he/~/tPe)r' executed the same in his/~ authorized capacity(~, and that by his/J:lerit~signatur~ on the instrument the person~, or the entity upon behalf of which the person(.81 acted, executed the instrument. I certify under PENAL TY 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.~ gj~ Signature of Notary Public Place Notary Seal Above ~~~~~~~~~~~~~~OPTIONAL~~~~~~~~~~~~~~ Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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) Signer's Name: ___________ _ Signer's Name: ___________ _ D Corporate Officer -Title(s): ______ _ D Corporate Officer -Title(s): ______ _ D Partner -D Limited 0 General D Partner -D Limited D General D Individual D Attorney in Fact D Individual D Attorney in Fact D Trustee D Guardian or Conservator D Trustee D Guardian or Conservator D Other:---------------D Other: --------------Signer Is Representing: ________ _ Signer Is Representing: ________ _ ~~~~~<..~~~<;.~'%,~%~~~~'@;.~~~~~ ©2016 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past three years. Only projects in excess of $2,000,000 each qualify as similar for this project. 1. Project Title ies:llrJ s\,Jt ~~ ~.k.;b Contract Amount k 21897, OtJn :.:. A' Type of WorktJ-, • ...... 6l-1-·f ~~ ~ Client Phone(~'U 9ot.t 17710 % Subcontracted lQ 2. Project Title Date Completed 3. Project Title Ro\~J S'\~q-, j~J §>~~ Contract Amount 4' ?.( ?,9, OIJQ t. Type of Work J.,.,w~ .4 C"'uJc. ~fl~ Client CA-~ !f J',,.Ju~J Agency Project Manager ...JefV\f f~ Date Comp le ted_-----'l.__2._,./_i__.;:3'--------Phone ~'') ~" .. ~OV( % Subcontracted _l2 NOTE: If requested by the City, the financial statement, references, comprehensive to permit an apprai~ rmation sufficiently financial condition. Bidder's Signatur 10 SEQUEL CONTRACTORS, INC. Fax (562) 802-7499 1. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE 2. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE 3. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE 4. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE 5. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE ST. LIC #610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 (562) 802-7227 Office STATEMENT OF EXPERIENCE CITY OF DOWNEY 11111 BROOKSHIRE A VE. DOWNEY, CA 90241 (562) 904-7710 DESI GUTIERREZ RESIDENTIAL STREET PAVEMENT REHAB $2,897,00.00 JULY2023 CITY OF BELLFOWER 16600 CIVIC CENTER DR. BELLFLOWER, CA 90706 (562) 755-7158 FRANK PRECIADO BELLFLOWER BL VD. STREET IMPROVEMENTS $1,717,236.00 OCTOBER 2023 CITY OF SOUTH GATE 8650 CALIFORNIA A VENUE SOUTH GATE, CA 90280 (323) 562-9574 KEN TUONG RESIDENTIAL STREET REHAB PHASE I-III $7,450,000 JANUARY 2024 CITY OF GARDENA 1700 W. 162ND ST. GARDENA, CA 90247 (310) 217-9528 FRANK SANCHEZ BUDLONG A VE. STREET IMPROVEMENTS $1,597,200.00 OCTOBER 2023 CITY OF LYNWOOD 11330 BULLIS RD. LYNWOOD, CA 90262 (310) 603-0220 MIRFATTAHI CIP PRIORITY 2 STREET IMPROVEMENTS $1,148,000.00 MAY2023 SEQUEL CONTRACTORS, INC. Fax (562) 802-7499 6. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE 7. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE 8. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE 9. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE 10. OWNER: ADDRESS: PHONE NO.: CONTACT: PROJECT: PROJECT AMOUNT: COMPLETION DATE: ST. LIC #610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 (562) 802-7227 Office STATEMENT OF EXPERIENCE CITY OF POMONA 505 GAREY A VE POMONA, CA91766 (909) 532-5061 MICHAEL LEE JAMES PLACE ALLEY IMPROVEMENTS $578,987.00 JUNE2022 CITY OF CHINO 13200 CENTRAL A VE CHINO, CA 91710 (909) 334-3250 MARIA FRASER PIPELINE A VE IMPROVEMENT PROJECT $3,291,250.00 MARCH2022 CITY OF INDUSTRY 15625 MAYOR DAVE WAY INDUSTRY, CA 91744 (626) 956-8034 JERRY PEREZ ROLAND STREET IMPROVEMENT PROJECT $2,789,000.00 DECEMBER 2023 CITY OF SAN DIMAS 245 BONITA A VE. SAN DIMAS, CA 91773 (909) 477-9137 BRANDON SLATER EATON ROAD IMPROVEMENTS $784,477.00 MAY2023 CITY OF WESTMINSTER 8200 WESTMINSTER BLVD. WESTMINSTER, CA 92683 (714) 548-3492 CINDY HUYNH WYOMING ST AND ALLEY IMPROVEMENTS $595,466.00 FEBRUARY 2023 Form W-9 (Rev. October 2018) Department of the Treasury Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. Internal Revenue Service I ~ Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return}. Name is required on this line; do not leave this line blank. 5e." ~e I CoHl-l'd.L!.1-or.s~ /11 ~. 2 Business name/disregarded entity name, if different from above ~ 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions {codes apply only to gi following seven boxes. certain entities, not individuals; see a. _/ instructions on page 3): § 0 Individual/sole proprietor or 0 C Corporation L!J S Corporation 0 Partnership D Trust/estate ai ~ single-member LLC Exempt payee code (if any} ___ _ Q. 0 ~ t; 0 Limited liability company. Enter the tax classification {C=C corporation, S=S corporation, P=Partnership) .,. ___ _ 5 2 Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check c ti LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is Exemption from FATCA reporting code {if any} ·;: .5 another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that a. ~ is disregarded from the owner should check the appropriate box for the tax classification of its owner. ·~ 0 Other (see instructions} .,. (Applies to accounts maintained outside the U.S.) /I; 5 Address (number, street, and apt. or suite no.} See instructions. Requester's name and address (optional} ~ 13~4(, ,-:",., ----• r-6 City, state, and ZIP code <;,Mf-c f.e <;, CA qot?o Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number {SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number {EIN). If you do not have a number, see How to get a TIN, later. Social security number DJ -DJ -I I I I I or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. [ Employer identification number 11~ I -1lll$IoI1 I ttl ;;> I'! Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number {or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or {b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person {defined below); and 4. The FATCA code{s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and divi nds on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secure erty, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number {SSN), individual taxpayer identification number {!TIN), adoption taxpayer identification number (ATIN), or employer identification number {EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) ~t:,No; 10231X Date.,. /)j l1q Id • Form 1099-DIV {dividends, including those from stocks or mutual funds) • Form 1099-MISC {various types of income, prizes, awards, or gross proceeds) • Form 1099-8 {stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S {proceeds from real estate transactions) • Form 1099-K {merchant card and third party network transactions) • Form 1098 {home mortgage interest), 1098-E {student loan interest), 1098-T {tuition) • Form 1099-C {canceled debt) • Form 1 099-A {acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Form W-9 (Rev. 10-2018)