Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC-1536 A CONTRACT
)
THIS CONTRACT, made and executed this 1414h day of OCT05EIL ,
19°15, by and between the CITY OF ARCADIA, California, hereinafter referred to
simply as"City",'and SEQ:1�E�.. �A�TtLAe'i�.5
hereinafter referred to simply as "Contractor".
WITNESSETH: That the parties hereto do mutually agree and covenant as •
follows:
i _I 1. For and in consideration of the payments and covenants hereinafter specified
to be made and performed by City, Contractor shall perform and complete the
following:
ARCADIA DOWNTOWN 2000 STREETSCAPE PROJECT -
r REMAINING CONTRACT WORK PURSUANT TO
RESOLUTION NO. 5882
and to perform and complete the same in a good and workmanlike manner
all the work pertaining thereto shown on the Plans and Specifications
therefor; to furnish at his own cost and expense all tools, equipment, labor,
services, and materials necessary therefor (except such materials, if any, as
in the said specifications are stipulated to be furnished by the City), and to
perform all work as required by this Contract, General Provisions, Special
Provisions, Technical Specifications, Construction Plans, drawings and
details, and all addenda issued by City to the foregoing.
2. For furnishing all said materials and labor, services, tools, and equipment,
and doing all work specified herein, also arising out of the nature of the work
aforesaid, or from the action of the elements, or from any unforeseen
difficulties which may arise or be encountered in the prosecution of the work
until its acceptance by the City, and for all risks of every description
connected with the work, for all expenses incurred by or in consequence of
the suspension or discontinuance of work, except such as in said
specifications are expressly stipulated to be borne by the City and for well
and faithfully completing the work in the manner specified in said Plans and
Specifications, the City will pay and the Contractor shall receive in full
compensation therefor the unit price as bid per item as field measured or on
a documented time and materials basis for work items not included in the
Scope of Work (Attachment 1), the total price for the several items furnished
Lpursuant to the specifications, as set forth in Contractor's bid heretofore filed
by him and accepted by City, at the times and manner specified in the
Contract Documents.
L3. Contractor agrees to perform the work according to the terms of this Contract
for price(s) named in the bid, and City agrees to pay the same at the time,
Lin the manner, and upon the conditions stipulated in the said contract
documents.
L
- 1 -
4. Subject to the provisions of this Contract, all terms, covenants, conditions,
and provisions hereof shall inure to and shall bind each of the parties hereto
and each of their respective heirs, executors, administrators, successors, and
assigns.
5. The provisions of the Contract, General Provisions, Supplementary
Conditions, Special Provisions,Technical Specifications, Faithful Performance
Bond, Labor and Materials Bond, Certification of Contractor, Insurance,
Exhibit A, Construction Drawings and Details, and all addenda issued by City
to the foregoing are hereby incorporated in and made part of this Contract by
reference and are collectively referred to therein and herein as "Contract
Documents".
6. Should any inconsistencies exist in the Contract Documents, the provisions
of this Contract, including the Notice to Bidders, Scope of Work, and Segment
Work Schedule, which are attached hereto as Attachments 1, 2 and 3,
respectively, and incorporated herein as if fully set forth, shall take
precedence over any other provision of the Contract Documents.
S
7. Contractor shall be responsible for compliance with the Apprenticeable
Occupations Regulations of Labor Code, Section 1777.5, including
compliance by all subcontractors.
8. Any provision of the Contract Documents may be added,.amended or waived
by the City's Engineer as he, in his sole,discretion, determines, or after a
request by Contractor.
9. The requirements for the Faithful Performance Bond and the Labor and
Materials Bond shall be fulfilled within three (3) working days from the date
of execution'Of this Contract. All such bonds shall be approved as to form by
the City Attorney. Failure to provide such bonds shall be considered a
material breach of the Contract. and this Contract shall be terminated
immediately. However, no work shall be commenced until the insurance
requirements are met and approved by the City Attorney.
10. Work shall be commenced and completed in accordance with the Segment
Work Schedule attached hereto as Attachment 3. No work shall be
commenced on a segment until the date for commencement of that segment
is specified in the Segment Work Schedule unless authorized in writing by the
City's Engineer.
11. Liquidated Damages shall be paid in accordance with the provisions of
Section 6-9 of the Standard Specifications for the Public Works Construction,
1994 Edition, except that the amount to be paid shall be Five Thousand
Dollars ($5,000.00) per day.
• - 2 -
12. Wherever the term "City Engineer" or "City's Engineer" is utilized in the
Contract Documents, it shall mean with the written concurrence of the Deputy
City Manager/Development Services Director.
13. Contractor represents and affirms that it is not affected by any labor dispute,
work stoppage or strike; that the labor contracts of its subcontractors are not
scheduled to expire for the term of this Contract, and that these Contracts
contain "no strike" provisions. Contractor agrees that should any labor
dispute, work stoppage or strike affect it or its subcontractors or any
employees of same, Contractor shall continue to perform according to the
Emergency Work Schedule and shall not be executed from non-performance
and that the Contractor is subject to the Liquidated Damage provisions of this
Contract for such non-performance.
14. City shall have the right to delete, or reduce quantities of work or bid items
at any time without incurring costs. This shall be done by written notice from
the City's Engineer to the Contractor and the contract shall be deemed to be
amended accordingly. City may contract with others to accomplish the
deleted or reduced work.
15. Insofar as any specific provision of the City contract documents is inconsistent
with the Greenbook, City contract documents shall prevail.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be
executed the day and year first above written.
"CITY OF ARCADIA" CAti "CO RACTOR"
1 1
-1 4,f//p
By i �.1•,0.
City Manager
(SEAL) -
ATTEST:
Clerk
APPROVED AS TO FORM:
N42
City Atto ney
///
- 3 -
e6 1.4 sf'
ATTACHMENT 2
FINAL BID PROPOSAL FORM
REMAINING CONTRACT WORK
BID PROPOSAL
Quantities shown on this bid schedule are approximate and shall be used for bid
purposes. Final payment for work shall be based upon actual quantities performed or
installed at the unit prices indicated on the following bid schedule:
Note: All underground construction in Huntington Drive including, but not limited to, utility
relocation, storm drain and water line construction shall be constructed at night
between the hours of 11 p.m. and 7 a.m.
BID SCHEDULE
Item Est. Unit
No. Qty. Unit Description Price Total
1 L.S. Mobilization $182,61e) $182,07$
2a L.S. Traffic Control Plan $ Oct 3 $ 3000
2b L.S. Install and maintain jobsite traffic control $22;1,000 $2`111,00C
3 L.S. Maintain site safety $ 1S, ■00 $ 15,000
4 L.S. Implement, install and maintain NPDES $ 1000 $ 1000
requirements per approved Storm Water
Pollution Prevention Plan
5 L.S. Coordinate with local businesses, Southern $ 4000 $4000
California Gas Company, and the relocation
of news racks with vendors and City
5a L.S. Prepare environmental assessment for $ 500 $ 5OO
construction yard
6 L.S. Obtain and pay for any and all permits, fees $ 500 $ 500
and licenses
7 L.S. Reestablish survey monuments, centerline $ -- $ —
ties and coordinate with surveyors
8 L.S. Final cleanup $ 1000 $ 1000
9 L.S. Miscellaneous and work required to complete $ -- $
the contract and not included under other bid
items
10 640 L.F. Construct bowout culvert with cover . $Co I $39,040
ION 350 L.F. Can-c. 4A.Lc to.oroct eut.Arc L-t Cow ► 4i1 r ICp,4 S
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:10172V 0301 EMER-WRKBID\ADDENDUM.AWTTACH-2.BID Page 1
►► Zoo L.F. C'.. „4,-V. VALs X03:C-t9Lvtia wl0 &At it. ►4 2Q,00
Item Est. Unit
No. Qty. Unit Description Price Total
11 450 L.F. Construct bowout culvert without cover $ 30 $ X3,500
12 Remove and reconstruct existing decorative
brick crosswalk at the following locations:
1,200 S.F. • intersection of Wheeler and First Avenues
• Huntington Drive: mid-blocks between
1,800. S.F. Santa Anita and First Avenues and First
and Second Avenues
2350
—34199- S.F. Total - Bid Item No. 12 $ t'sj $ 0)5rjp
13 41466 S.F. Construct new decorative brick crosswalk per $ $
itt•'3SO street plans ‘4.S0
►2►,o'13
14 2,310 L.F. Seal cold joint with waterproof flexible sealant $ 4 $1240
15 6,470 L.F. Construct curb and 6-inch gutter, includes No. $ 1 k $ .
4 longitudinal rebar at bowout culverts °11,110
16 2,200 L.F. Construct 18-inch gutter $ ce, $trJ (a00
17 1,400 L.F. Construct 8-inch or 9-inch curb and 18-inch $ ►2. $
gutter ►(0,500
18 L.S. Construct roof drain assembly on south side $ $
of Huntington Drive and First Avenue Co OOO (0 MO
19 1,250 L.F. Construct 6-inch gutter $ $ $►t,OQo
20 130 ELT Place slurry seal $ ►90 $241100
21 L.S. Remove existing catch basin, construct new $ $
catch basin, local depression and lateral (bOOO $Ob0
22 L.S. Construct curb drain extension on south side $ $
of Huntington Drive and First Avenue Co000 (0000
23 5,000 S.Y. Remove existing pavement $ 1 $35,000
24 3,100 S.Y. Remove existing A.B. $ tj $tSISOO
25 3,600 L.F. Remove existing curb $ 3 $%0 Soo
26 NOT USED $ --- $
27 300 L.F. Remove existing curb $ 3 $ '100
28 L.S. Relocate existing underground utilities $ clp1e $gOOO
29 L.S. Relocate existing aboveground utilities $ ' 000 $ 3OOO
30 400 C.Y. Remove existing soil to 6-inches below $ 24 $
subgrade 1 O,400
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:'0172‘030\EMER-WRKBIDADDENDUM.AWTTACH-2.BID Page 2
Item Est. Unit
No. Qty. Unit Description Price Total
31 1,385 Ton Place A.C. (includes miscellaneous paving as $ $
A0
directed by Engineer) 55,4r00
32 2,547 Ton Asphalt rubber hot mix per attached $ COO? $
specification - Exhibit A 1(oQ31102„
33 900 C.Y. Place aggregate base (includes $ . $
miscellaneous paving as directed by 2(e) 252)0
Engineer)
34 22,200 S.Y. Place SAMI $ 5.So $11,100
35 4,130 S.Y. Coldmill 0.2' $ B.40 $14l04Z
36 16,820 S.Y. Coldmill 0.1' $ I.4 O $23•BA4
37 L.S. Install striping $ (0000 $(0000
38 L.S. Install pavement markings $ 10,0DO $1OiO00
39 5,000 EA. Install raised pavement markers $ 2 $101000
40 79 EA. Relocate existing sign $ \Oo $X1900
41 17 EA. Install new sign $ 200 $34!00
42 23 EA. Remove existing sign $ 50 $\1S0
43 1,800 L.F. Install 3" conduit and pullrope $ --- $
44 L.S. Install detector loops $ $
45 L.S. Install 1" conduit stubout $ .- $
46 1 EA. Install new pedestrian push button (PPB) post $ $
47 3 EA. Relocate existing PPB post $ ^ $
48 L.S. Relocate existing controller and cabinet $ $
49 L.S. Relocate existing signal pole, equipment, and $ -- $
sign
50 2,194 L.F. Abandon existing 12" waterline and fill with $ $
sand B 1'1,SS2
51 2,000 L.F. Install 12" diameter ductile iron pipe $ F( 1 $142,obc
52 6 EA. Install 6"x 4"x 2-1/2" fire hydrant $ 3100 $ 152),(000
53 7 EA. Remove and salvage existing fire hydrant $ 550 $SSW
54 1 EA. Install 30"x 12" tapping nozzle and 12" $ $
tapping valve 100 10 0
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:101721030\EMER-WRKBIDWDDENDUM.AATTACH-2.BID Page 3
Item Est. Unit
No. Qty. Unit Description Price Total
55 L.S. Reinstall new fire hydrants on previously $ $
installed new burys in bowout areas on the
north side of Huntington Drive between Santa
Anita and Second Avenues
56 2 EA. Relocate and reconnect existing fire hydrant $ 2.000 $400 0
as directed by Engineer
57 15 EA. Abandon existing service line and install 1" $ r $
service line and connect to meter 1OISOO
58 2 EA. Abandon existing service line and install 2" $ X00 $
service line and connect to meter 2.200
59 2 EA. Install 1" air and vacuum valve assembly $ 3000 $(0000
60 NOT USED $ --- $
61 620 L.F. Construct 18" RCP storm drain $ (I5 $'524-‘oQ
62 500 L.F. Construct 24" RCP storm drain $ 12S $(402. o
63 NOT USED $ -- $
64 NOT USED $ — $
65 NOT USED $ $
66 NOT USED $ $
67 4 EA. Construct manhole per APWA Standard Plan $ $
321-0 3200 121 co o
68 NOT USED $ -- $
69 13 EA. Construct catch basin per APWA Standard $ $
Plan 300-1, W= 3.5' 2(o0 ■ 35v0p
70 1 EA. Construct catch basin per APWA Standard $ $
Plan 300-1, W= 7' %200 3200
71 2 EA. Construct catch basin per APWA Standard $ $
Plan 300-1, W= 10' 4.000 16000
72 NOT USED $ -- $
73 NOT USED $ $
74 1 EA. Construct catch basin per APWA Standard $ $
Plan 304-1, one grate 'L(900 2(o0O
75 NOT USED $ -- $
76 L.S. Remove existing catch basin and connector $ $
pipes and bulkhead remaining pipe 4)000 Cd000
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:10172\0301EMER-WRKBIDIADDENDUM.AIATTACH-2.BID Page 4
Item Est. Unit
No. Qty. Unit Description Price Total
77 9 EA. Construct concrete collar $ 'O $(0. 130
78 L.S. Construct blanket protection $ --- $
79 L.S. Relocate existing utility $ -- $
80 16 EA. Construct junction structure per APWA $ $
Standard Plan 331-0 2.000 321000
81 3 EA. Connect roof drain to catch basin $ 4.Q O $ 1200
82 12,000 S.F. Remove existing gutter $ 1.50 $ 1$1000
Items 83-99 - NOT USED
100 L.S. Install traffic signal poles, conduit and wiring $ —^ $
per Traffic Signal Plans TS2 through TS5
101 500 L.F. Install 3/4" conduit $ ---- $
102 1,200 L.F. Install 1" conduit $ �. $
103 2,600 L.F. Install 1-1/2" conduit $ -- $
104 250 L.F. Install 2" conduit $ $
105 300 L.F. Install 2-1/2" conduit $ --- $
106 22,500 L.F. Install No. 10 AWG copper conductor $ $
107 8,700 L.F. Install No. 8 AWG $ -- $
108 17,100 L.F. Install No. 6-AWG $ —
109 56,000 L.F. Install No. 4 AWG $ --- $
110 150 EA. Install Pull boxes $ $
111 132 EA. Install receptacles with GFI device and test $ — $
button
112 L.S. Install two-headed ornamental pedestrian $ $
luminaires (includes previously installed
footings and all appurtenant work, 3 spares to
be stored as directed by the City)
113 40 EA. Install single-head ornamental pedestrian $ $
luminaires (3 spares to be stored as directed
by the City)
114 60 EA. Install overhead street luminaire; remove and $
replace head
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:10172\0301EMER-WRKBIDADDENDUM.AIATTACH-2.BID Page 5
Item Est. Unit
No. Qty. Unit Description Price Total
115 L.S. Locate and remove previously installed $ -- $
irrigation and electrical stubouts in bowout
areas on the south side of Huntington Drive
between Santa Anita and Second Avenues.
116 23 EA. Install sign/monument light fixture $ — $
117 23 EA. Install wall light fixture $ --- $
118 60 EA. Install palm tree up lights $ --- $
119 8 EA. Install service pedestal $ -- $
120 35 EA. Remove and relocate existing overhead street $ $
luminaire poles
121 22 EA. Remove and return overhead street luminaire $ $
to City
Items 122-200 - NOT USED
201 L.S. Remove existing street trees $ 201000 $2.0,000
202 25,000 S.F. Sawcut and remove existing sidewalk and $ S,S0 $
construct new decorative 4" concrete 212,5D0
sidewalks (includes infill of blocked out areas
for street lights, pull boxes, etc., as directed
by Engineer. Sawcut, save in-place and wire
tie existing gas meter boxes for reuse with
new sidewalk on south side of Huntington
Drive).
202a 10,400 S.F. Sawcut and remove existing sidewalk and $ Co .to $
construct new standard grey sidewalk with P10 q2.0
2' x 2'grid (includes infill of blocked out areas
for street lights, pull boxes, etc., as directed
by Engineer. Sawcut, save in-place and wire
tie existing gas meter boxes for reuse with
new sidewalk on south side of Huntington
Drive).
202b 5,000 S.F. Sawcut and remove existing paving and $ 2:4,00 $
construct new decorative 6"thick concrete 40,060
alley slabs and driveway approaches.
203 7,110 S.F. Remove existing sidewalk and construct new $ .®o $
j concrete handicap ramps 411
204 150 L.F. Furnish and install 6" concrete mow strip $ ►t $ I bOO
205 L.S. Furnish and install tree grates and frames $ $
(includes existing frames previously set, (0(0f000 CO(0,tlb0
approximately 148 grand total)
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:101721030\EMER-WRKBIDWDDENDUM.A\ATTACH-2.BID Page 6
1
202c. S.F. eo. mr moo. cctLei 4),o a--w 12'x2' iii 4.(os Sc
CcRg) 4"o t, (00 -c -(. . k$.3\o Q ov 60,6
2.02..A S.'F. Co. '. PLeoz-r vim.5.vqz.). w‘ 5 te (0,%S SF
Row, 4■..1ooH Qa-treiw 4"erg d %.e t, ■ \o ,
Item Est. Unit
No. Qty. Unit Description Price Total
206 28 EA. Furnish and install stone pilasters (24" x 24') $ 11x0 $
with precast concrete caps 301b00
207 3 EA. Furnish and install stone pilaster with signage $ $
(5'x 5'x 10) and precast concrete cap and 14 ��
base moldings 42po0
_ 208 65 L.F. Furnish and install stucco walls with precast $ $
concrete caps \O S (ot326
209 840 L.F. Furnish and install 16" stone seat wall with $ $
- precast concrete caps ct U Qj2i320
210 36 EA. Furnish and install 6' steel strap benches $ 3S0 $121 C900
211 30 EA. Furnish and install trash receptacle $ 3S0 $\01500
212 12 EA. Furnish and install 42" precast concrete pots $ 500 $ 300
213 27 EA. Furnish and install 25-1/2" precast concrete $ 32S $��r1 S
pots
214 L.S. Remove and salvage existing street furniture $ , $
and concrete pole
215 L.S. Furnish and install topsoil for bowout planters $ $
and medians to a minimum depth of 18", 401000 4c,00�
including grading and compaction
216 L.S. Furnish and install soil amendment and fine $ $
grading C006 Coo®O
217 8,125 S.F. Furnish and install sodded lawn $ O.(00 $ 4ce15
218 22,250 S.F. Furnish and install nitrogen stabilized ground $ $
fir or redwood bark ground cover to a 1" 0.= 44s'o
depth in all bowout and median planters
219 1,270 EA. Furnish and install one gallon plant material, $ $
including backfill mix and fertilizer 'Y(4020
220 1,480 EA. Furnish and install five gallon plant material, $ $
including backfill mix and fertilizer G l9,2Q40
221 26 EA. Furnish and install 15 gallon shrub material, $ 3S $�\O
including backfill mix and fertilizer
222 53 EA. Furnish and install 15 gallon tree material, $ $
including staking, root guard, root barrier, 100 ''j'30 O
backfill and fertilizer
223 75 EA. Furnish and install 20' palm tree, including $ $
backfill mix 115 O S6,2SO
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:D172\0301 EMER-WRKBIDADDENDUM.AWTTACH-2.BID Page 7
,
Item Est. Unit
No. Qty. Unit Description Price Total
224 208 EA. Furnish and install 24" box tree, including $ $
staking, root guard, root barrier, backfill and $00 (02.1400
fertilizer
225 21 EA. Furnish and install 36" box tree, including $ $
staking, root guard, root barrier, backfill and 1.j 440
fertilizer r
226 4 EA. Furnish and install 48" box tree, including $ $
staking, root guard, root barrier, backfill and ‘12Ol7 5200
fertilizer
227 L.S. Purchase and deliver only to project site 15- $ $
gallon trees and 24" box trees 1(atOQO t(0,060 228 L.S. Installation only all 15 gallon trees and 24" $ $
box trees 61001 100'0
229 5 EA. Furnish and install 1-1/2" irrigation backflow $ $
assembly complete 1 OOO 5 OOo
230 1 EA. Furnish and install 8-station irrigation $ $
controller complete with rain guard b30 $oO
231 2 EA. Furnish and install 12-station irrigation $ $
controller complete with rain guard 4100 1'bco
232 1 EA. Furnish and install 16-station irrigation $ $
controller complete with rain guard 1 dO0 I 10
233 1 EA. Furnish and install 24-station irrigation - $ a 1D 0 $11�t7
controller complete with rain guard
234 L.S. Furnish and install complete irrigation system $ $
(includes locating and excavating pre-installed �
stubouts in bowout areas on north side of '©SA Ott 10SiO0.0
Huntington Drive
235 L.S. Perform 60-day landscape establishment $ $
maintenance period for all new planted areas 5000 Soo
following project completion
236 L.S. Furnish and install pole and cables for street $ $
banner
237 34 L.F. Furnish and install new 36" x 8" CMU and $ $
brick retaining wall. Demolish old concrete 160 5100
curb and railroad tie wall.
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:101721 030\EMER-WRKBID ADDENDUM.A\ATTACH-2.BID Page 8
ALTERNATE BID ITEM NO. 1
Pavement overlay on Huntington Drive between Santa Clara Street and Santa Anita
Avenue
Item Est. Description
No. Qty. Unit (Price written in words) Total
la 55 ELT Credit for portion of base bid.item No. 20, "Place $
slurry seal" for the unit price of:
CS SOO)
-AVE -c ,Np*10 ■■Sz. 45*zcL9
lb L,,8. Construct pavement overlay per drawings P1 and $
P2 from Station 8+75 to Station 19+40, including
t)Nti coidmill, A.C. leveling course, SAMI, AHRM, IOC
�Q adjustment of manholes to grade, and adjustment 113S1060
of water valve frame and covers to grade for the
lump sum price of:
Q Z 44.5∎ QCr �-1��Q11+Q.�
Total: ��
t,SC i `�4 —Oita. Pae0 t wX� 41/4c‘,500
(written amount) (Figures)
Note: Construction quantity for base bid item 20, "Place Slurry Seal" will be reduced.
Payment for base bid item 20 will be made at the contract price per E.L.T. Slurry
Seal Actually Placed.
ct o 00 SY C5 '3.SO • COLO h\t_L, O .2'0'
.3030 5'11 o te 3. 4-0 S '( O.e' (Ac.) LeNEL eoJ�S�,
" -ovS Cl &I 4o TTA ; A at.Pc- 'e - qty a30 10
■)IAL-S t 105,00b.OO . `?z4'01. C
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:'017210301EMER-WRKBIDIADDENDUM.AWTTACH-2.BID Page 9
ALTERNATE BID ITEM NO. 4
Remove and replace sidewalk
Item Est. Description
No. Qty. Unit (Price written in words) Total
4 wee• S.F. Replace sidewalk per City's direction, including $ ,00
to ppp sawcut, removal and disposal of existing
concrete, subbase preparation, base, and
concrete work. City may require, at its discretion,
as little or as much work as desired. Payment
under this bid item shall be made per square foot
of sidewalk, as measured in plan view,
constructed.
Total: ak(cArck`?
SOIWO
(written amount) (Figures)
ALTERNATE BID ITEM NO. 5
Remove and replace curb and gutter
Item Est. Description
No. Qty. Unit (Price written in words) Total
5 2,000 L.F. Replace curb'and gutter per City's direction, $
including sawcut, removal and disposal of existing ZO`�
concrete, subbase preparation, base, and
concrete work. City may require, at its discretion,
as little or as much work as desired. Payment
under this bid item shall be made per lineal foot
of curb and gutter, as measured in plan view,
constructed.
Total: $40103O
(written amount) (Figures)
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:1 017210301EMER-WRKBIDIADDENDUM.MATTACH-2.BID Page 11
•
ALTERNATE BID ITEM NO. 6
Item Est. Description
No. Qty. Unit (Price written in words) Total
6 Remove and replace existing brick crosswalk at
the following intersections:
3,510 S.F. • Huntington Drive and Santa Clara Streets
975 S.F. • Huntington Drive and Morlan Place
4,680 S.F. • Huntington Drive and Santa Anita Avenue
9,165 S.F. Total -Alternate Bid Item No. 6 $
Total: bib 40 l -lIUt j mil)o $
114x. ati) �1 TZot) /ice 1�21a92•
(written amount) (Figures)
ALTERNATE BID ITEM NO. 7
Remove and replace decorative brick crosswalk concrete edge bands
Item Est. Description
No. Qty. Unit (Price written in words) Total
7 600 L.F. Remove and replace existing decorative brick $
crosswalk concrete edge bands at the
intersection of Huntington Drive and Second
Avenue (or as directed by Engineer)
- 'TWO
Total: $
1-\\OtC6D` k. �.bkkA—UX I) 1q `boo
(written amount) (Figures)
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:1017210301EMER-WRKBIDIADDENDUM.A ATTACH-2.BID Page 12
ALTERNATE BID ITEM NO. 8
Pressure wash existing decorative brick crosswalks
Item Est. Description
No. Qty. Unit (Price written in words) Total
8 4,000 S.F. Pressure wash existing decorative brick crosswalk $
as directed by the Engineer
3.Cp
Total: $
�� `C�k P�� 12,0�1d
(written amount) (Figures)
ALTERNATE BID ITEM NO. 9
Chip Seal
Item Est. Description
No. Qty. Unit (Price written in words) Total
9 120,000 S.F. Furnish and install chip seal in alleys per $
attached Exhibit B for the unit price of:
6.25
25
Total: $
(written amount) (Figures)
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:101721030\EMER-WRKBIDWDDENDUM.AATTACH-2.BID Page 13
FINAL BID PROPOSAL FORM
REMAINING CONTRACT WORK
BID PROPOSAL
BID SUMMARY
Base Bid (Items 1 through 237) $ 21 ca.'4r 1'3\42
Alternate Bid Items:
Alternate Bid Item No. 1 $ °1°'
Alternate Bid Item No. 2 $ —'
Alternate Bid Item No. 3 $ ----�
Alternate Bid Item No. 4 $ SO,000
Alternate Bid Item No. 5 $ 4,O0
Alternate Bid Item No. 6 $ 32 i ll.SO
Alternate Bid Item No. 7 $ %°t, BOo
Alternate Bid Item No. 8 $
1-100.°k 3o,oo`D
Subtotal - Alternate Bid Items $
GRAND TOTAL $
ADDENDUM A - REMAINING CONTRACT WORK Attachment 2
J:10172\0301EMER-WRKBIDIADDENDUM.MATTACH-2.BID Page 14
r
FAITHFUL PERFORMANCE BOND BOND NO. 8143 47 34
100% of Contract Price PREMIUM: $15,327.00
KNOW ALL MEN BY THESE PRESENTS, THAT WE
SEQUEL CONTRACTORS, INC..____
hereinafter referred to as "Contractor" as PRINCIPAL, and
FEDERAL INSURANCE COMPANY •
a corporation duly organized and doing business under and by virtue of the laws of the
State of California and duly licensed for the purpose of making, guaranteeing, or
becoming sole surety upon bonds or undertakings as Surety, are held and firmly bound
unto the CITY OF ARCADIA, CALIFORNIA, hereinafter referred to as the"City"in the sum
of THREE MILLION TWO HUNDRED THIRTY-FIVE THOUSAND AND N0/100_
Dollars ($*** On 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, assigns and successors, jointly and severally, firmly by these presents.
***($3,235,000.00)
THE CONDITIONS OF THIS OBLIGATION ARE SUCH,that whereas said Contractor has
been awarded and is about to enter into a Contract with the City to perform all work
required pursuant to the contract documents for the project entitled:
REMAINING CONTRACT WORK FOR THE ARCADIA DOWNTOWN 2000 STREETSCAPE PROJECT
(Insert Title Shown on Proposal)
which Contract is by this reference incorporated herein, and is required by the City to give.
this Bond In connection with the execution of said Contract;
NOW,THEREFORE,if said Contractor and his Subcontractors shall well and truly do and •
perform all the covenants and obligations of said Contract on his part to be done and
performed at the times and In the manner specified herein including compliance with.ell
Contract specifications and quality requirements, then this obligation shall be null and
void, otherwise it shall be and remain in full force and effect;
PROVIDED, that any alterations in the work to be done, or in the material to be furnished,
which may be made pursuant to the terms of said Contract, shall not in any way release
said Contractor or the Surety thereunder, nor shall any extensions of time granted under
the provisions of said Contract release either said Contractor or said Surety. and notice
of such alterations or extensions of the Contract is hereby waived by said Surety.
ARCADIA DOWNTOWN 2000 STREETSCAPE , G. FAITHFUL PERFORMANCE - 1
•
In the event suit is brought upon this Rand by the City and Judgment is recovered, said
Surety shall pay all costs incurred by the City in such suit, includin0 a reasonable
attorney's fee to be fixed by the Court.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this •-23RD day of
•__ OCTOBER....._...--------. , 19 -95-
I !
SEQUEL CONTRACTORS, IN, . FEDERAL INSURANCE COMPANY
Principal Surety
•
By._ A.-. ,��, By: .' t....- e,._ :. T_..
I'
(, ) l`_._.. B : -
EA' (SEAL
LINDA D. COATS , ATTORNEY IN FACT
•
•
ARCADIA DOWNTOWN 2000 STREETSCAPE G. FAITHFUL PERFORMANCE - 2
•
•
J,
J -
�f�� ac•�., I
: t
ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On /6-2Z-tb before me, STACY L. JACKSON, NOTARY PUBLIC
Date Name,Title of Officer-e.g."Jane Doe, Notary Public"
personally appeared if i1'1Cix5 .3. 1bL V P 6 6Q(t
Names(s)of Signer(s)
personally known to me or proved to me on the basis of satisfactory evidence to be
the person(s)whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity on behalf of which the person(s) acted, executed the instrument.
Witness my hand and official seal,
• STACY L. JACKSON
COMM. 4982348
de(144) Y� 9 NOTARY PUBLIC-CALIFORNIA g
/ 1 2 ► LOS ANGELES COUNTY
My Comm. Expires Jan, 10, 1997
Sign of Notary
ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent
fraudulent attachment of this certificate to unauthorized documents.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT: Title or Type of Document h'1{1 rut F1;1 o il"erw d-
Number of Pages Date of Document IO-) rC16
OPTIONAL SECTION/
CAPACITY CLAIMED BY SIGNER
_Individual(s) _Partner(s) _Attorney-in-Fact
X Corporate _Other
Officer(s)
Title(s)
SIGNER IS REPRESENTING:
Name of persons or entity(ics)
a ueL Ccrrfc a.6, r�, .
•
ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
•
On 10/23/95 before me, CHRISTOPHER J. COATS, NOTARY PUBLIC
Date Name,Title of Officer-e.g."Jane Doe, Notary Public"
personally appeared LINDA D. COATS
• Names(s)of Signers)
personally known to me or proved to me on the basis of satisfactory evidence to be
the person(s)whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity on behalf of which the persons) acted, executed the instrument.
Witness my hand and official seal,
�$ R CHRISTOPHER�.COATS
#969452 ' >
� 'tea.. cn
/ 4-0:4-1411°
NOTARY PUBLIC-CALIFORNIA -M
• .. LOS ANGEL_ J ES COUNlY
3,oa filly Comm.
Exp ires sly-15,1998
Signs e of otary o00000000GGo-oo0
00G049p GO
ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent
fraudulent attachment of this certificate to unauthorized documents.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT: Title or Type of Document •
Number of Pages Date of Document
OPTIONAL SECTION/
CAPACITY CLAIMED BY SIGNER •
Individual(s) _Partner(s) _Attorney-in-Fact
•
- Corporate _Other
Officer(s) •
Title(s)
� I
SIGNER IS REPRESENTING:
Name of persons or entity(ies) •
•
POWER OF ATTORNEY
FEDERAL INSURANCE COMPANY
ATTN: SURETY DEPARTMENT
15 Mountain View Road,Warren, NJ 07059
(908) 580-2000
Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted
and appointed, and does hereby constitute and appoint Douglas A. Rapp and Linda D.• Coats of Laguna
Hills, California
each its true and lawful Attorney-in-Fact to execute under such designation in its name and to affix its corporate seal to and
deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit:
1. Bonds and Undertakings(other than Bail Bonds)filed in any suit, matter or proceeding in any Court,or filed with any
Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking.
2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the
laws or regulations relating to Customs or Internal Revenue;License and Permit Bonds or other indemnity bonds under
the laws,ordinances or regulations of any State,City,Town,Village,Board or other body or organization,public or private;
bonds to Transportation Companies,Lost Instrument bonds;Lease bonds,Workers'Compensation bonds,Miscellaneous
Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials.
3. Bonds on behalf of contractors in connection with bids, proposals or contracts.
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By-Laws, caused
these presents to be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed
this 10th day of • March 19 94
Corporate Seal
Oda
FEDERAL INSURANCE COMPANY
" , BY
91e-Cansztfi Mat/44y
Kenneth C. Wendel Gerardo G. Mauriz
Assistant Secretary Vice President
STATE OF NEW JERSEY ss
County of Somerset
On this 10th day of March 19 94 , before me personally came Kenneth C Wendel to me known
and by.me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, the corporationdescribed in and which
executed the foregoing Power of Attorney, and the said Kenneth C.Wendel being by me duly sworn,pid-depose and say that
he is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal therect-that the seal affixed
to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By-Laws of said Company,
and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority;and that he is acquainted
with Gerardo G. Mauriz and knows him to be the Vice President of said Company, and that the signature of said Gerardo G.
Mauriz subscribed to said Power of Attorney is in the genuine handwriting of said Gerardo G.Mauriz and was thereto subscribed
by authority of said By-Laws and in deponent's presence.
Notarial Seal
Acknowledged and Sworn to before me
♦ e on the date ab written.
PiJa
Notary Public
%/Ago T A.SL'AYO +j
Notary Public,St.,ts of New Joey
Rio.20,55520
C +rice B2rirss€?ate 2, 1994
PRINTED
UA
Form 15-10-0134(Rev.10-93)GENERAL M-55627(500) .
CERTIFICATION
STATE OF NEW JERSEY
County of Somerset ss.
I,the undersigned,Assistant Secretary of FEDERAL INSURANCE COMPANY,do hereby certify that the following is a true
excerpt from the By-Laws of the said Company as adopted by its Board of Directors on March 2, 1990 and that this By-Law
is in full force and effect.
"ARTICLE XVIII.
Section 2.All bonds,undertakings,contracts and other instruments other than as above for and on behalf of the Company
which it is authorized by law or its charter to execute,may and shall be executed in the name and on behalf of the Company
either by the Chairman or the Vice Chairman or the President or a Vice President,jointly with the Secretary or an Assistant
Secretary, under their respective designations, except that any one or more officers or attorneys-in-fact designated in any
resolution of the Board of Directors or the Executive Committee, or in any power of attorney executed as provided for in
Section 3 below,may execute any such bond,undertaking or other obligation as provided in such resolution or power of attorney.
Section 3.All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf
of the Company, either by the Chairman or the Vice Chairman or the President or a Vice President or an Assistant Vice
President,jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such
officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,Vice Chairman,
President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Corn-.
parry may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries
or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in
the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall
be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and
facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached:'
I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each
of the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with -
the exception of Prince Edward Island;and is also duly licensed to become sole surety on bonds,undertakings,etc.,permitted
or required by law.
I,the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power
of Attorney is in full force and effect.
•
Given under my hand and the seal of said Company at Warren, N.J., this 23RD day -
of OCTOBER , 19 95
Corporate Seal
AsslstanY56crote'Xy
Y
er
2`L•
V ' Yom,
*. Y *
•
LABOR AND MATERIAL BOND BOND NO. 8143 47 34
(100% of Contract Price) PREMIUM: INCLUDED
•
KNOW ALL MEN BY THESE PRESENTS, THAI WE
SEQUEL CONTRACTORS, INC.
hereinafter referred to as "Contractors as PRINCIPAL and
n
FEDERAL INSURANCE COMPANY
a corporation duly organized and doing business under and by virtue of the laws of the
State of California, and duly licensed for the purpose of making, guaranteeing, or
becoming sole Surety upon bonds or undertakings as surety, are held and firmly bound
unto the CITY OF ARCADIA, CALIFORNIA, hereinafter referred to as the 'City"in the sum
of THREE MILLION TWO HUNDRED THIRTY-FIVE THOUSAND AND NO/100
Dollars ($. *** N 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, assigns and successors, jointly and severally, firmly by these presents.
***($3,235,000.00
THE CONDITIONS OF THIS OBLIGATION ARE SUCH,that whereas said Contractor has
been awarded and is about to enter into a Contract with the City to perform all worts
required pursuant to the contract documents for the protect entitled:
REMAINING CONTRACT WORK FOR THE ARCADIA DOWNTOWN 2000 STREETSCAPE PROJECT
(Insert Title Shown on Proposal)
which Contract Is by this reference incorporated herein,and is required by the City to give
this Bond in connection with the execution of said Contract;
NOW, THEREFORE, if said Contractor or subcontractor in said Contrant fails to pay for
any materials, equipment, tools, provisions, provender or other supplies, or teams, or
services, or for rental of same, used in, upon, for or about the performance of the work
contracted to be done, or for any work or labor thereon of any kind, or for amounts due
under applicable law with respect to any work or labor thereon, said Surety will pay for
the same in an amount not exceeding the sum specified above, and also, In case suit is
brought upon this Bond,a reasonable attorney's fee,to be fixed by the Court This Bond
shall inure to the benefit of any and all persons, companies, or corporations entitled to
file claims under applicable law;
ARCADIA DOWNTOWN 2000
STREE1SCAPE H. LABOR AND MATERIAL BONE) - 1
•
PROVIDED, that any alterations in the work to be done, or the materials, equipment,
lOdle, provisions, provender or other supplies, or teams, or services to be furnished,
which may be made pursuant to the terms of said Contract, shall not in any way release
either said Contractor or said Surety thereunder, nor shall any extensions of time granted
under the provisions of said Contract release either said Contractor or said Surety, and
notice of such alterations or extensions of•the Contract is hereby waived by said Surety.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this 23RD day
of OCTOBER , 19 95.
SEQUEL CONTRACTORS INC. FEDERAL INSURANCE COMPANY ,
Principal i Surety
sdijI �I BY.
(,,EA') (SEAL)
LINDA D. COATS ATTORNEY IN FACT
•
•
ARCADIA DOWNTOWN 2000 •
STREETSCAPE H. LABOR AND MATERIAL BOND - 2
•
' I
--1
•-•
r -;
1 ;
; I
ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On_/O 2 -qb before me, STACY L. JACKSON, NOTARY PUBLIC
Date Name,Title of Offic r-e.g."Jane Doe, Notary Public"
personally appeared Ihanct5 5 . P&L , 1!P. 4 til
Names(s)of Signer(s) LI
personally known to me or proved to me on the basis of satisfactory evidence to be
the person(s)whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity on behalf of which the person(s) acted, executed the instrument.
Witness my hand and official seal,
STAGY L. JACKSON
•. COMM. #982348 E.
s s NOTARY PUBLIC-CALIFORNIA g
)),� M Z^ ,� LOS ANGELES COUNTY
p)Y N-ri `� My Comm. Expires Jan. 10, 1997
Signd,tu e of Notary fl
ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent
fraudulent attachment of this certificate to unauthorized documents.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT ^�,
DESCRIBED AT RIGHT: Title or Type of Document Wb 0 Imo'(, I Y�
Number of Pages 2 Date of Document 10-2b"PO
OPTIONAL SECTION/
CAPACITY CLAIMED BY SIGNER
_Individual(s) _Partner(s) Attorney-in-Fact
Corporate _Other
Officer(s)
Title(s)
SIGNER IS REPRESENTING:
Name of persons or entitv(ics)
acelL Contro[ c , i►�C,
ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On 10/23/95 before nle, CHRISTOPHER J. COATS, NOTARY PUBLIC
Dale Name,Title of Officer-e.g.".lane Doe, Notary Public"
personally appeared LINDA D. COATS
Names(s)of Signer(s)
personally known to me or proved to me on the basis of satisfactory evidence to be
the person(s)whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity on behalf of which the person(s) acted, executed the instrument.
Witness my hand and official seal,
(gyp�� �a`� �ry) p�IAn. ~ CHRIS OPY7EPU 81J
sue, cRoISTZP 9Fl
�/��� � f1Q PlOTAAYPUBLIGCALIFORNIA "YN
LOS ANGELES CQIFOR
0 /�� — . `"'p" pk'y COMM.Expires Jut},15,19SS
Si: :tore Not• • g0000©0000000-00000a000000
ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent
fraudulent attachment of this certificate to unauthorized documents.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT: Title or Type of Document •
Number of Pages Date of Document
OPTIONAL SECTION/
CAPACITY CLAIMED BY SIGNER
Individual(s) Partner(s) Attorney-in-Fact
•
_Corporate _Other
Officer(s)
Title(s)
SIGNER IS REPRESENTING:
' Name of persons or entity(ies) •
4 '
POWER OF ATTORNEY
FEDERAL INSURANCE COMPANY
ATTN: SURETY DEPARTMENT
15 Mountain View Road, Warren, NJ 07059
(908) 580-2000
Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted
and appointed, and does hereby constitute and appoint Douglas A. Rapp and Linda D. Coats of Laguna
Hills, California
each its true and lawful Attomey-in-Fact to execute under such designation in its name and to affix its corporate seal to and
deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit:
1. Bonds and Undertakings(other than Bail Bonds)filed in any suit, matter or proceeding in any Court,or filed with any
Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking.
2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the
laws or regulations relating to Customs or Internal Revenue;License and Permit Bonds or other indemnity bonds under
the laws,ordinances or regulations of any State,City,Town,Village,Board or other body or organization,public or private;
bonds to Transportation Companies,Lost Instrument bonds;Lease bonds,Workers'Compensation bonds,Miscellaneous
Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials.
3 Bonds on behalf of contractors in connection with bids, proposals or contracts.
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By-Laws, caused
these presents to be signed by its. Vice President and Assistant Secretary and its corporate seal to be hereto affixed
this 10th day of • March 1994
Corporate Seal
* FEDERAL INSURANCE COMPANY
BY
. , "trip: _ LOnizto kati../Lty
Kenneth C. Wendel Gerardo G. Mauriz
Assistant Secretary Vice President
STATE OF NEW JERSEY ss
County of Somerset
On this 10th day of March 19 94 , before me personally came Kenneth C. Wendel to me known
and by.me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which
executed the foregoing Power of Attorney,and the said Kenneth C.Wendel being by me duly sworn;did depose and say that
he is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof;that the seal affixed
to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By-Laws of said Company,
and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority;and that he is acquainted
with Gerardo G. Mauriz and knows him to be the Vice President of said Company, and that the signature of said Gerardo G.
Mauriz subscribed to said Power of Attorney is in the genuine handwriting of said Gerardo G.Mauriz and was thereto subscribed
by authority of said By-Laws and in deponent's presence.
Notarial Seal
s."4 Acknowledged and Sworn to before me
�* a on the date ab written.
. r". ;nom �c .
PLIZIJC
Notary Public
kheiso, MIKET A.SCAVON2
Kiefer/Patio,State of New I
l oa�
o.21155520
Cososowriaa Expj a oc4,41,2,1994
PRINTED
Form 15-100134(Rev.1093)GENERAL M"55627(500) us�w
•
CERTIFICATION
STATE OF NEW JERSEY
County of Somerset Jy ss.
I,the undersigned,Assistant Secretary of FEDERAL INSURANCE COMPANY,do hereby certify that the following is a true
excerpt from the By-Laws of the said Company as adopted by its Board of Directors on March 2, 1990 and that this By-Law
is in full force and effect.
"ARTICLE XVIII.
Section 2.All bonds,undertakings,contracts and other instruments other than as above for and on behalf of the Company
• which it is authorized by law or its charter to execute,may and shall be executed in the name and on behalf of the Company
either by the Chairman or the Vice Chairman or the President or a Vice President,jointly with the Secretary or an Assistant
Secretary, under their respective designations,except that any one or more officers or attorneys-in-fact designated in any
resolution of the Board of Directors or the Executive Committee; or in any power of attorney executed as provided for in
Section 3 below,may execute any such bond,undertaking or other obligation as provided in such resolution or power of attorney.
Section a All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf
of the Company, either by the Chairman or the Vice Chairman or the President or a Vice President or an Assistant Vice
President,jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such
officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,Vice Chairman,
President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Com-
pany may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries
or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in
the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall
be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and
facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached."
I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each
of the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with
the exception of Prince Edward Island;and is also duly licensed to become sole surety on bonds,undertakings,etc.,permitted
or required by law.
I,the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power
of Attorney is in full force and effect.
of Given u OCT01�1JRand and hie seal of said Company at Warren, N.J., this 23RD day•
Corporate Seal
. 4 WZi-ekj
sv -V ` Assistant Sbcretaryr
F' a�
Y
. .at . *
•
•
•
CERTIFICATION OF CONTRACTOR
IN ACCORDANCE WITII
LABOR. CODE SECTION 1861
•
- • The undersigned is aware of the provisions under Section 3700 of the California tabor • • .
Code which requires every employer to be insured against liability for Worker's
• Compensation or to undertake self-insurance in accordance with the provisions of that
Code, and ft will comply with such provisions t?ofore cornrnencing tho performance of the
• • • work of this Contract. •
_ ticf-r
. _ . •
Contractor
•
©Y:. 0(,6 7i0'$/0(111
.I iris' .
•
•
•
•
•
•
•
•
•
•
•
•
• 1f
ARCADIA DOWNTOWN 20QO
STREErSCAPE • I. CERTIF1CA+I.ION OF CONTfACTOtt r t •
•
•