Loading...
HomeMy WebLinkAboutProposal and Bid Bond - Sequel ContractorsCALIf ORillA DEPARTMENT OF PUBLIC WORKS ADDENDUM NO.2 Diamond Bar Boulevard Complete Streets Project CIP# 51256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 2 and attach it to the bid. ~'-.-1°2;'121J25 Director of Public rks/C'ty Engineer ~rofljl?N;;:;t". t . d Signature S ~';r -1t"t,J"K f ADDENDUM NO.2 CITY OF DIAMOND BAR The Contractors shall note that, due to this project's funding through the State Active Transportation Program, the California Conservation Corps (CCC) Pomona/Los Angeles Satellite Center has expressed interest in performing certain minor items of work associated with this project to satisfy program compliance requirements. CCC representatives have been informed that the project's construction is being advertised on PlanetBids. Should the CCC partner with any prirne contractor or subcontractor, all CCC workers shall be compensated at the state prevailing wage rates required under the contract. The Contractors shall note the following responses to the questions published in PlanetBids, as of 12:00 PM on October 13, 2025. 1. Question: Please provide the manufacturer information and model number for the tree grates. Response: Custom Tree Grates, 48" x 71.313" in Halves. From 100% recycled cast gray iron. 3/8" maximum slot openings for ADA compliance and pedestrian safety. Finish is natural cast iron. Tree openings: 16", 19" and 22". Weight: 400Ib/set. See construction plans (Sheet 15 of 47) for additional details. Manufacturer: Ironsmith -Bill Evans. WEvans@ironsmith.biz/706-776-5077x109. 2. Question: Will the City allow the bus pad work to take place during a night shift? If so, will the City allow up to two lanes closed in order to construct the bus pad? Response: The Contractor shall submit proposed phasing as part of their traffic control submittal; phasing will be reviewed at this time. The Contractor's attention is directed to other traffic control requirements within the specifications and the Caltrans Standard Specifications 12 for clear area width requirements. END 2/2 DIAMOND BAR CALIFORNIA DEPARTMENT OF PUBLIC WORKS ADDENDUM NO.1 Diamond Bar Boulevard Complete Streets Project CIP# SI256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1 and attach it to the bid. / ADDENDUM NO .1 CITY OF DIAMOND BAR The Contractors shall note the following changes that are being made to the Request for Bids. 1. Current Information for Bidders, Insurance and Bonds, reads as follows: " ... Damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $2,000,000 for one person injured in the accident and in the amount of not less than $2,000,000 for more than one person injured in the accident and in the amount of not less than $1,000,000 with respect to any property damage aforesaid." Revised Information for Bidders, Insurance and Bonds, shou ld read as follows: " ... Damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $5 ,000 ,00 0 for one person injured in the accident and in the amount of not less than $5 ,000 ,00 0 for more than one person injured in the accident and in the amount of not less than $5,000,00 0 with respect to any property damage aforesaid." 2. Current Special Provisions, Public Convenience and Safety, Sequencing Requirements, reads as follows: At no time shall more than two corners of intersections be inaccessible to pedestrians. The following is ADDED to Special Provisions, Public Convenience and Safety, Sequencing Requirements, and it should read as follows: At no time shall more than one corner of the Diamo nd Bar Bou levard 1 Go lde n Spr in gs Dri ve inte rsec tio n be inaccessible to pedestrians. The Contractors shall note the following responses to the questions published in PlanetBids, as of 12:00 PM on October 8,2025. 1. Question: Please confirm whether this project is subject to a PLA (Project Labor Agreement), a PSA (Project Stabilization Agreement), a CBA (Collective Bargaining Agreement), a CWA (Community Workforce Agreement), or any other union agreements of that nature? Response: This project is not subject to any of the mentioned agreements. 2. Question: Is this project subject to State Prevailing Wage Rates OR Federal Davis- Bacon Wage Rates (or both)? Response: This project is subject to State Prevailing Wage requirements only . 3. Question: Please confirm that the listed Pre-Bid Meeting on 10109/25 is Mandatory. Response: Yes, the pre-bid meeting on October 9, 2025, is mandatory. A sign in sheet will be provided and a list of attendees will be uploaded to PlanetBids for reference . 2/3 ADDENDUM NO.1 4. Question: Is an original hard copy of the Bidder's Bond required to be submitted to the agency's office by/before the bid due date and time? Response: Yes, the original hard copy of the Bidder's Bond (proposal guarantee) is required to be submitted to the Office of the City Clerk at Diamond Bar City Hall prior before the bid due date and time. 5. Question: What will be the phasing for bid items 9 and 22? The plans call for removing 8.5", but the specs don't say that we need to pave anything back the same day. Since this is a heavily traveled street, how many inches can we leave the road down? Response: The Contractor shall submit proposed phasing as part of their traffic control submittal; phasing will be reviewed at this time. The specifications do not require that asphalt concrete removal areas be paved back in the same day. The Contractor's attention is directed to other traffic control requirements within the specifications and the Caltrans Standard Specifications 12 for clear area width requirements. 6. Question: Will the street be allowed to be closed for the AC removals on the demolition plan? Also, will they have to be paved back the same day flush? Referring to the 8.5" area (6.5" HMA + 2" ARHM) -not the cold mill area. Response: No full street closures are permissible for this project. The Contractor shall submit proposed phaSing as part of their traffic control submittal; phasing will be reviewed at this time. The speCifications do not require that asphalt concrete removal areas be paved back in the same day. The Contractor's attention is d irecled to other traffic control requirements within the specifications and the Caltrans Standard Specifications 12 for clear area width requirements. 7. Question: In the instructions to bidders, it talks about liability insurance of 2 million dollars, but in the sample contract, it states that the amount is five million dollars. Which value is correct? Response: Five million dollars. 8. Question: If five million is required for auto, general liability, and employee liability, can a company use an umbrella policy to reach those limits in combination with their current policies? Response: Yes, an umbrella policy can be used to reach the limits. 9. Question: Do you require the original bid bond received by the City prior to the bid date or is a scanned copy/eleclronic submission acceptable? Response: Yes, the original hard copy of the Bidder's Bond (proposal guarantee) is required to be submitted to the Office of the City Clerk at Diamond Bar City Hall prior before the bid due date and time. END 3/3 BIDDER'S PROPOSAL CITY OF DIAMOND BAR DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT CITY PROJECT NO. SI256 Date ----</-.::/)f-,II.:..../.!:.rP---" 20 de 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: >rfN! (;" hvc ~ f5 J;-. fI;()-~i' .s ~c j -,1(""/,,..-:/-/11.,,1 ,,4-At..cJ~"'J -t/. /. /1/('t,;~1 "" /f.,.t.I", -s;,rrl'tCl1 (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 of 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. (f) That a representative of the undersigned attended the mandatory pre-bid meeting. dlJl~ 11/t,,)/",-YI~ .. lc MAl'/'; l/r~[,../ ,u/",,,W Name of representative Title (g) 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. (h) 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 12 c iii' 0 3 ('l 0 -::::I o Q. C" co Ol ., III co., ~Ol 0 0 1\.)1: 0'1 CD s:< III ~ ::::I Q. aro -0 o 3 -<'0 -o-ro ~ I III !P.cn 0.-., s:1II co ~ co III <:!:-o ::::I ., cc 0 ..... III 5l # Contractor's Company Name 14 C-r",,.,.,, p, , t"~ 15 ;:-5 (CY"\ \-d;LC\W-"S \nc. 16 V(~ 5a~a.~~\.-~c- 17 18 19 20 21 22 23 24 25 26 Diamond Bar Boulevard Complete Streets Project October 9, 2025 Mandatory Pre-Bid Meeting Representative's Name Telephone Email W II"'" IF 1-110 !l>"-" -Sb' -ses+ ""J""""~@~b.n:.-\\-.-e.or.$. . ..,,~ y;-,., c'\ C v\/Di\4\ G'S'6"S8 bO,!O Y/(··a...£;'fSt.C-.")'>r(4C"t-D-rS '; r1<:"' .. cr.:.-~ ~~~ 1ha.e? , ~ I t;)(" -!f0l" -~ I C, v1~o.>".M@Va.~oO. toM 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 T~ ~N:C DOLLARS ($ 'b ic). 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. Address of Bidder ~Ti\ "It-lft21tJCi-S, CA-90& 7D City Zip Code Signature of Bidder /fillMAS S. PAGI'-, rp-f:S{Oes-f 13 SEQUEL CONTRACTORS, INC. ST. LIe 11610600A 135<46 IMPERIAL HWY SANTA,FE SPRINGS, CA 90670 1 Fax (562) 802 -7499 (562) 802 -72 2 7 Office ACTION BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF SEQUEL CONTRACTORS , INC. The undersigned being all of the Directors of SEQUEL CONTRA TORS, 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, 2024 in accordance with the Bylaws of the Corporation and the California Corporation Code. WHEREAS , t he Board of Directors deems it adv isable to authorize the officers of the Corpo rat ion, A bel Maga ll anes, Thomas S. Pack and Michael A. Mah ler, respective ly, to execute bid bonds on be half of the Corporation with any agency, person, company or municipality; RESOLVED FURTHER, tbat 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 municipaHty; 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 ; RESOL YEO 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.; RESOL YEO FURTHER, that Abel Magallanes, Thomas S. Pack and Michael A. Mahler be , and they hereby are autborized 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 bave executed this unanimous written consent to indicate this adoption of the consent of the foregoing resolution and the action set forth therein. AbeIMag~ Vice President & Assistant Secretary Director & Secreta ry I • • 1 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 'ESID\>eis 'Bar-,{t) (Insert "$ lD "10 cash", "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 prope of the City of Diamond Bar, and this proposal and the acceptance thereof may be cons ide d ull void. NAME OF BIDDER (PRIN ) /3S Lj (q ) WI fE)?-1 AL-tI Wj ADDRESS ~Tec 1i= ~tJUJ (J} CIT ~'~1{) TELEPHONE 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 requirements of California Business and Professional Cod ecl" n 7 28.15. s. Pf\CJL i) J IOENT GNATURE OR AUTHORIZED OF ICER 19 contractor 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. 21 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 rnay 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 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 under penalty of perjury under the laws of the correct. Executed this day of_--U0Lj...l1 ~(o!"""" __ -,.~~~~~~L!!~:ill'::!!l,l~::.tt Signature Name: Title: Name cif Contractor: 22 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 ofthe 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 If the answer is yes, explain the circumstances in the following space: tJlf\ 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 part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature e>f this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 23 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification S \ L. S (q Bid oate __ l.L..::t::l",-+{.Ll (o"4-{k"""'-'-S-L-_____ _ 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 five 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 5 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2020 2021 2022 2023 2024 TOTAL 2025 No. of Contracts \1 \6 \~ 1..-\ \\ e~ q. Total dollar amount of \ oel'" \<1 (lCJC \g,ooC oOe) V cPo oc.c> " oo() contracts (in 1,000's) ~, 1-1.., 0, \°°, , No . of lost workday 0 (J 0 cases () 0 0 0 No. of lost work day cases involving 0 0 permanent transfer to 0 0 D another job or 0 0 termination of employment No. of lost workdays <:> 0 i) 0 0 (l) 0 '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 declare under penalty of perjury that the information is true a these records . SmUFI ~NTI-{l,G.Tb?!! we Name of Bidder (Print ailable to me at this time and I ccurate within the limitations of Address State Contractor's Lic. No. & Class ~1f\ ~ SfgJ ~!.-S CJ... qObto City Zip Code Telephone 24 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) lBDMl\S'S. ?A(}t-, being first duly sworn, deposes and says: That he is fu51 DENI of, SEQ \.lEL CcNII4\C:"''''~. INC 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, for himself r any other person . Subscribed and sworn to before me this _________ dayof ______________________ , 20 ____ __ Signature of Officer Administering Oath (Notary Public) 26 CALI F ORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Cal ifornia Cou nty of LoS" A,x.-r:. u: S On 10 f Ito 1 ... 5" before me, !)<lnlal Bustamante, Nota ry PublIc I Dale Here Insert Name and Title of the Officer pe rsonally a ppeared @ '/lAP(::;, S. PWL. Name!s) of Signer!s) who proved to me on the basis of satisfactory evidence to be the person~ whose narne~ is/....., su b scribed to t he within instrument and acknowledged to me that he/~U>e;r executed the same in h i s~ authorized capac i ty(~, and that by his/l:l<!rlt~signature\8l on t he instrument the person ~, or the entity upon behalf of wh ich the person~ acted, executed the instrument. ~ • • • • • e • • • • • • .. • .. '" DAN IEL BU STAMANTE ~ "a' --No tary Public -Californ l. f i :: ; Los Angetes County ! ~ , .. Commi ss ion # 25 13546 - ... " '10". My Camm. Expi res Mar 1, 2029 Place Notary Seal Above I certify under PENALTY OF PERJURY under t he la ws o f the State of California that t he foregoing parag raph is t rue and c orrect. W IT N ESS m y hand and official seal. Signature ile f]J~ 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. D escription of Attached Documen t Title or Type of Document: ____________________________ _ Document Date: ___________________ Number of Pages: _____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(i es) Claimed by Signer(s) Signer's Name: ____________ _ Sig ner's Name: ____________ _ o Corporate Officer - T itle(s): ______ _ C Corporate Officer -Title(s): ______ _ o Partner -0 Limited 0 General o Partner -0 Limited 0 General o Individual 0 Attorney in Fact :::J Individual C Attorney in Fact o Trustee 0 Guardian or Conservato r LJ Trustee C Guardian or Conservator o Other: ::-__ -,.,-_________ _ Signer Is Representing: _________ _ o Other: ::----c---------- Signer Is Representing: _________ _ ~"QG"QG'Q{,.'C{.~~.g(..~~~~~~<..~~-Qt.'Ct.<g..~~'C<;.~~.X:'{X.~..x~"§~~'Q(;.'Q:,'{N~~~~ ©2016 National Notary Association' www.NationaINotary .org' 1-800-US NOTARY (1-800-876-6827) It em #5907 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. SIGNATURE DATE ID"~ll.r I I Please include y d itional information available regarding equal opportunity employment programs now i effect within your company: 35 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 j, proposed subcontractor _, hereby certifies that he has J, has not _' participated in a previous contract or subcontract subject to the Equal Oppprtunity Clause, as required by Executive Orders 10925,11114, or 11246, and that he has _V_., h 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 Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. DATE: _---'-I O--/-! !-I (0 ___ , 20 zs= S \JE"L ~o,:2.! I}JC BY: ~-.~~~~~--------------~ (TITLE) NOTE: The above certification is required by the Equal Employment Opportunity Regulations ofthe 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 (EEO-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. 36 NON-COLLUSION DECLARATION STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) mOWlf\S S. PN: I,L , being first duly sworn, deposes and says : That he is fj4:SIDeN::I of, Sffi(\JH-Cc~TIl-A,c..:roo..s, INC the party making the foregoing bid, that the bid is not made in the interest of or on behalf of, any und isclosed person, partnersh ip, company associat ion, organization, or corporation; that the bid is genuine and not collusive or sham; that the b idder has not directly or ind irectly induced or so li cited another bidder to put in a fa lse 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 refra in from bidding; that the bidder has not in any manner, directly or indirectly, sought by ag reement, 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 se c ure any advantage against the public body awarding the contact o r anyone intereste d in the proposed contract ; that all statements conta ined in the bid are tru e ; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown the reof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation , partn hip, company association , organization, bid depository, or to any member or agent there 0 ffectuate a collusive or sham bid. STATE OF CALIFORN IA COUNTY OF LOS ANGELES ) )SS ) . . 1iJOl\\~5 S. p~ ~(I~ Ignature of Bidder I' I -s 82 J\TI-J\~ro Subscribed and sworn to before me this ___ day of _______ , 20 __ . Notary Public in and for the County of ______________ , State of California 37 CALIFORNIA ALL·PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 J1 County of t, 5 /1"'f//'-S On ___ /._#LA ___ I "'"I'-'O~--,r,---__ before me, __ -,-,n""a",ni ... 8,-,1 &i=sC""la ... mc--8::cn ... te:!., .:..:N:.::ot:::.8",r'f,--P,-,u=bIIc==-· _____ _ Date IJ;re Y'sert jlame o/'d Title of the Officer personally appeared _____ -'1!'----h'----"_ ..... _ • ..:r_S=--'-~__',:=&'_tr'__·-_'_r__'ff_ ·"'--,f.:,:c--,J= ~"..._f'--________ _ Namels) of Signerls) who proved to me on the basis of satisfactory evidence to be the person~ whose name(/!) is/...., subscribed to the within instrument and acknow ledged to me that he/~/ti:>e;'" executed the same in his/~ authorized capacity(~, and that by his/""""t",,""signature~ on the instrument the person(sj, or the entity upon behalf of which the person~ acted, executed the instrument. ~ n n • • • • .00 • • • m DAN IEL BLs-AMANTE f -., ~ > Notary Public· C,liforn i, : i! ;;; _".;: L.os Angeles County ~ ;. .', f Commission il2S, 3546 - ~"L. c~ .. ,· My Comm. Expires Mar " 2029 Place Notary Seal Above 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 w2dJ; 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(i es) Claimed by Signer(s) Signer's Name: .,--_--:=--,--:-______ ~ o Corporate Officer -Title(s): ______ _ o Partner -0 Limited 0 General o Individual 0 Attorney in Fact o Trustee 0 Guardian or Conservator o Ot her: -=-__ --: _________ ~ Signer Is Representing: _________ _ Signer's Name: ::-__ =:-,--______ _ = Corporate Officer -Title(s): _--, ____ _ C Partner -0 Limited 0 General = Individual [J Trustee [1 Attorney in Fact o Guardian or Conservator o Other: ~ ____________ _ Signer Is Representing: _________ _ tR.~'C{.'<Ql.·~(.:~~~.·<.:~c<:;~:c'!;x,.'g;.~~~"g,'C{..~~~~~'COP.(..'9:."'G<,'Q{.~~'G<.cg;_Q...~~ ©2016 National Notary Association' www.NationaINotary.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 five years. Only projects that are in excess of $2,500,000 each qualify as similar for this project. 1. 2. 3. Project Title _, E\.:J:> fuE Type ofWork~ \VlAfil-t)veY\ll.~~ Client ~ or SO\J1H. CrI\;.t: Contract Amount -$ y Sl~, '17f. s- f ' Agency Project Manager £l...\PQ ~I\I.f\\. '-\ Phone ($<0'2) q (g 8-Y 9 Co Cl Date completed~'1 % Subcontracted '3fc Project Title ~(:,'jJ,:t\\ \M~I>IL(C\./ eNtMt-k~l Type ofWorkBw> Cot-J~~(,"I"N Client C.11'1 C!P t\~-w.C.W€" Contract Amount ~ (0, (., L{ I, CoOS"". ~ • Agency Project ManagerJ~s\l~ \ll\'-tf2-~lJE1.>hone (;'IC)SlJ'l-l9~~ Date comPleted.tP--'"' % Subcontracted 29 Project Title C.J\~~,t::.f ~ l~tF-fM.."",~contract Amount ~ s,) ,68, "'1'-1. '9 Type of Work51?ee"r \ M T'j1.()\JE)\I\eN'1'~ Client~~ \NCrLE\N6CD Agency Project Manager~v~ r-JCI"\.I~hone ("11<» U I z.~ ~II\ Date completed~u.. % Subcontracted 51 NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. <;;g:; Mf\tHffi Bidder's Signature/_-----fl.~ !'::d,1L'----__ --.J!f 8 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. Lie #610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 (562) 802-7227 Office STATEMENT OF EXPERIENCE CITY OF SOUTH GATE 8650 CALIFORNIA AVE. SOUTH GATE, CA 90280 (562) 968-4860 ELIAS SAIKAL Y GARFJELD AVE STREET IMPROVEMENTS $4,576,975.00 JUNE 2024 CITY OF INDUSTRY 15625 MAYOR DAVE WAY INDUSTRY, CA 91744 (562) 896-2260 CHRlSLUM GALE AVENUE IMPROVEMENT PROJECT $2,159,926.00 JULy 2024 CITY OF SOUTH GATE 8650 CALIFORNIA AVENUE SOUTH GATE, CA 90280 (323) 562-9574 KENTUONG RESIDENTIAL STREET REHAB PHASE I-1Il $7,450,000 JANUARY 2024 CITY HAWTHORNE 4455 W. 126TH STREET HAWTHORNE, CA 90250 (310) 349-2980 JESUS V ALESQUEZ NORTH MOBILITY ENHANCEMENTS $6,641,605 SEPTEMBER 2024 CITY OF LYNWOOD 11330 BULLIS RD. LYNWOOD, CA 90262 (310) 603-0220 MIRFATTAHI CIP PRIORITY 2 STREET IMPROVEMENTS $1,148,000.00 MAY 2023 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. Lie #610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 (562) 802-7227 Office STATEMENT OF EXPERIENCE CITY OF INGLEWOOD I MANCHESTER BLVD. INGLEWOOD, CA 90301 (310) 412-5111 HUNTER NGUYEN CITYWIDE STREET AND ALLEY IMPROVEMENTS $5,988,644.00 SEPTEMBER 2024 CITY OF BELLFLOWER 16600 CMC CENTER DRIVE BELLFLOWER, CA 90706 (562)755-7158 FRANK PRECIADO LOCAL STREET GRIND AND PAVE $532,920.60 MARCH 2024 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 AVE. SAN DIMAS, CA 91773 (909) 477-9137 BRANDON SLATER EATON ROAD IMPROVEMENTS $784,477.00 MAY 2023 CITY OF LAWNDALE 14717 BURIN AVE LAWNDALE, CA 90260 (310) 973-3265 NICK PETREVSKI RESIDENTIAL STREET REHABILITATION $2,028,653.77 NOVEMBER 2024 IB~D BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has issued an invitation for bids for the work described as follows: DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT. CITY PROJECT NO. 81256 WHEREAS Sequel Contractors, Inc. 13546 Imperial Highway, Santa Fe Springs , CA 90670 (Name and address of Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we. the undersigned Principal. and Merchants Bonding Company (Mutual) 6700 Westown Parkway , West Des Moines, lA, 50266-7754 (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety. are held and firmly bound unto Public Agency in the penal sum of Ten percent of the total amount of the bid Dollars ($ 10% ), being not less than ten percent (10%) ofthe 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 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. 33 , . 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. :.. --·Qat~d:~. October 03. 2025 _"._ nprir]Cipi;t _ Sequel Confr actors, Inc . By: ___________ _ Its "Surety" Merchants Bonding Company (Mutual) By:_-:-:--________ ___ Its --' . '- Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. 34 CIVIL CODE § 1189 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 Los A N(,.E 1,6S On I () /. tJ 3/2 S"" before me, __ -'D=S=fl-'le_f _Bu_$_·tetna_· ._. _n_te_,_N_ot_ary_P_U_*_· _. ____ _ Date Here Insert Name and Title of the Officer personally appeared :THOMAS S'. PA'¥- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name~ isl.B1I!"8 subscribed to the within instrument and acknowledged to me that he/~/tj:;;ey"' executed the same in his/~ authorized capacity(~, and that by his/~tl;l&ir'signature~ on the instrument the person(st, or the entity upon behalf of which the person~ acted , executed the instrument. ~ •• e ••• dh ••• ".~ ,~': 0, >~ DANIEL BUSTAMANTE ~ I / .... ~' Notary Public' Califor1ia Z i " -Los Angeles County ~ ~ Commission 112513546 ,. My COlr.m. Expi ~;s Mar 1, 2029 Place Notary Seal Above I certify under PENALTY OF PERJURY under the la w s of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature fk! gv4~ Signature of Notary Public ------------------------------OPTJONAL ------------------------------ 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: ___ ~~---------------Numberof Pages : ______ _ Signer(s) Othe r Than Named Above: ___________________________________________ _ Capacity{ies} C l aimed by Signer(s) Signer'S Name: ____________ _ Signer's Name: ____________ _ o Co rporate Officer -Title(s): ______ _ o Corporate Officer -Title(s): ______ _ o Partner -0 Limited 0 General o Partner -0 Limited [J General o Individual 0 Attorney in Fact o Individual 0 Attorney in Fact o Trustee 0 Guardian or Conservator o Trustee 0 Guardian or Conservato r o Other: ______________ _ o Other: __________________ __ Signer Is Representing: _________ _ Signer Is Representing : _________ _ ©2016 National Notary Association· www.NationaINotary .org • i-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 ___ o_c_t_o_be_r_0_3..:.,.' _20_2_5 ___ 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(15) is~ subscribed to the within instrument and acknowledged to me that heml la"tha!r' executed the same in his;'lic::'~l:eil authorized capacity~), and that by his),1 w::'tlioil signaturete) on the instrument the person (eo), or the entity upon behalf of which the person('8) acted, executed the instrument. I certify under PENAL TV 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 L A .. "'iO...&-Q§N\ .... (Seal) MERCHAN~ BONDING COMPANYTM 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 , and MERCHANTS NATIONAL INDEMNITY COMPANY , an assumed name of Merchants National Bonding, Inc., (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 By-Laws adopted by the Board of Directors of the Companies. "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 0 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 2nd day of June 2025 ...... .............. .. ...... .... •• ~,,\NG cci·.. • ..... ~ \0 N,jfi·... •• ~AL '1Il) •• MERCHANTS BONDING COMPANY (MUTUAL) •• (l~ •.•••••••.• ~A • .' ~~ ......... ~', • ",,0 •••• ---~~. MERCHANTS NATIONAL BONDING, INC. : qj.··C~PO~.f···."'i: l~ "'C~PO~;;"'" 0'·, :~<t-/\..\fOR-1,;' •• ",,-00 MERCHANTS NATIONAL INDEMNITY COMPANY :~/t;j ~ ... :;L •• :~ ... t;j ~"~: :~ /u'?' ~\~' • .;;e.ce -0-0''-· -ce:ce -0-0:0 -.~: , ,"". :cc:-=3:: :4(:-:-:.2' :0 • • :r.: 19"33 : c::. ::t: 2003 ::z: • ,c(: : ° · •• ~'" .: ':'1. :..... : 11): ''':' '. ::J: • ~ ~ -:."" -. .. .. : • \.)\ 'b • • ~"" .... ~: -.f!, .... . ... ,." 00 ~'" ./~ .. •• ~ .............. ~.. ··.~Ift··· ...... ··:'l.f!i.··· • ~~ ',------•• 't:~' •••• . 'i:.l ••• ••••• 1:1 "..... ....... ~ ..... . . .. .. -........... . .... STATE OF IOWA COUNTY OF DALLAS ss . By President On this 2nd day of June 2025, 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), MERCHANTS NATIONAL BONDING, INC ., and MERCHANTS NATIONAL INDEMNITY COMPANY ; 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 . Penni Miller Commission Number 787952 My Commission Expires January 20, 2027 (Expiration of notary's commission does not invalidate this instrument) Notary Public I, Elisabeth Sandersfeld , Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF- ATTORNEY executed by said Companies , which is still in full force and effect and has not been amended or revoked . In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 3rd day of October ,2025. •••• '.. . ~,1"···"'. • ••••• .. ~;\~~~~ .. ~.~~~.. . .. ~~ ~.~~. ~~l~... . ~~~~~~_~'!/)~;;. : qj .. :;:.~POI?';·"'"'t.·. ..;,_· ... -:....~PO~;.· ... 0'" .. · .... <t-/ .... (\fO/?;:-•• ""-.. • rI):CJ." -.::Y)".-~. :i:.J:(.~ "')".~':. ..... ,~-'v~\~. ".to.: ..... ~. •.• .... ~ .• '~'V '.",," :~;.:s -0'-d ·,~·,:;;e_;!S -0-d:c:I: .~: ~ ~ " • II![:-... :..3· ~fI:I:: _ : -: • z; : n • • :r.~ _ t e 33 --~;c::: ::t ~ -2003 ;2: ~4.'. :0: •• ~. _'" : ~. ':. (j ., --: .. 0: • ~ " " ~ • '.~''"S:., ..... ~~.~ \~.~ ....... ,... -:">d;i"" ./.4\ • • ~ _ .. ,......~. ".~ ........ ''l.f!i... • ~ ,---•• ' 't-</If • • •.• #' -.. '1:1 ••• ....!!~~; 1:I ~"" ... 4t ~ _ ••• ........... ... . '" .... ............ -., .... . . '-" '. . '-. POA 0018 (B:7~5) , . ' .. ~ Secretary