Loading...
HomeMy WebLinkAboutDD Systems Inc. - Contract 202259.pdfPUBLIC WORKS AGREEMENT The following agreement ("Agreement") is made and entered into, in duplicate, as of the date executed by the Mayor and attested to by the City Clerk, by and between DD Systems Inc. hereinafter referred to as the "Contractor" and the City of Diamond Bar, California, hereinafter referred to as "City." WHEREAS, City received Contractor's bid on September 8, 2022; and WHEREAS, City accepted the bid of Contractor; and NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work for the Canyon Loop Trail Improvement in the City (the "Work"). The Work to be performed in accordance with the plans dated June 1, 2022 (the "Plans") on file with the City and in accordance with bid prices hereinafter mentioned and in accordance with the instructions of the City's Project Manager, who is Ryan Wright, Parks and Recreation Director, 909-839-7061. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY/PRIORITY OF DOCUMENTS: The Plans are incorporated herein by reference and made a part hereof with like force and effect as if set forth in full herein. The Plans, Contractor's bid dated September 8, 2022 ("Contractor's Bid") together with this Agreement shall constitute the entire agreement between the parties. This Agreement is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the Contractor whether set out specifically in this Agreement or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this Agreement, the following order of precedence shall apply: (1) this Agreement; (2) the Plans; and (3) Contractor's Bid collectively, the "Contract Documents"). 3. COMPENSATION: Contractor agrees to receive and accept the prices set forth in its Contractor's Bid as full compensation for furnishing all materials, performing all Work, and fulfilling all obligations hereunder. Said compensation in the amount of six hundred seventy-four thousand, three hundred and seventy-seven dollars and fifty cents. ($674,377.50) shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance, including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension or discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. Final payment to Contractor shall be withheld for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. 17 3038.1 1 4. TERM OF AGREEMENT/LIQUIDATED DAMAGES: Contractor agrees to complete the work within sixty 60 working days from the date of the notice to proceed the "Completion Date"). Contractor agrees to the assessment of liquidated damages in the amount of one thousand dollars ($1,000) for each calendar day the work remains incomplete beyond the expiration of the Completion Date. City may deduct the amount thereof from any monies due or that may become due the Contractor under this Agreement. Progress payments made after the scheduled Completion Date shall not constitute a waiver of liquidated damages 5. INSURANCE: Contractor shall not commence work under this Agreement until it has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any sub -contractor to commence work on his sub -contract until all insurance required of the sub -contractor has been obtained. The Contractor shall take out and maintain at all times during the life of this contract the following policies of insurance: a. Workers' Compensation Insurance: Before beginning work, the Contractor shall furnish to the City a certificate of insurance as proof that he has taken out full workers' compensation insurance for all persons whom he may employ directly or through sub -contractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every Contractor shall secure the payment of compensation to his employees. The Contractor, prior to commencing work, shall sign and file with the City a certification as follows: I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." b. For all operations of the Contractor or any sub -contractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) General Liability - $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement or the general aggregate limit shall be twice the required occurrence limit. 2) Automobile - $2,000,000 per accident for bodily injury and property damage. 3) Employer's Liability - $1,000,000 per accident for bodily injury or disease. l 722038.1 2 c. Each such policy of insurance provided for in paragraph U. shall: 1) Be issued by an insurance company approved in writing by City, which is authorized to do business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to be so included; 3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under the policy; 4) Contain a clause substantially in the following words: It is hereby understood and agreed that this policy may not be canceled'. nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written nAce of such cancellation or reduction of coverage." 5) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insured in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of Contractor or any sub- contractor in performing the work provided for herein; 6) Otherwise be in form satisfactory to the City. d. The Contractor shall, prior to performing any work under this Agreement, deliver to the City Manager or his designee the original policies of insurance required in paragraphs a. and b. hereof, or deliver to the City Manager or his designee a certificate of the insurance company, showing the issuance of such insurance, and the additional insured and other provisions required herein. 6. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21810 Copley Drive, Diamond Bar, California, and are available to any interested party on request. Contractor shall cause a copy of such determinations to be posted at the job site. Contractor shall forfeit, as penalty to City, not more than two hundred dollars 200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general 722038. 1 3 prevailing rate of wages hereinbefore stipulated for any work done under this Agreement, by him or by any sub -contractor under him. Contractor and any of its sub -contractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015 to a person not registered. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 7. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the performance of the work. Contractor is required to make contribution to funds established for the administrative of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeship trade on such contracts and if other Contractors on the public works site are making such contributions. Contractor and any sub -contractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 8. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal days work for all workmen employed in the execution of this Agreement, and the Contractor and any sub -contractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. Contractor shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any sub -contractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code, 9. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 10. CONTRACTOR'S LIABILITY: The City and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of Contractor, of its sub -contractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. Contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever. i 712038. 1 4 Contractor will indemnify Indemnities against and will hold and save Indemnitees harmless from any and all actions, claims, damages to persons or property, penalties, obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of Contractor, its agents, employees, sub- contractors or invitees provided for herein, whether or not there is concurrent passive negligence on the part of City. In connection therewith: a. Contractor will defend any action or actions filed in connection with any such claims, damages, penalties, obligations or liabilities and will pay all costs and expenses, including attorneys' fees, expert fees and costs incurred in connection therewith. b. Contractor will promptly pay any judgment rendered against Contractor or Indemnitees covering such claims, damages, penalties, obligations and liabilities arising out of or in connection with such work, operations or activities of Contractor hereunder, and Contractor agrees to save and hold the Indemnitees harmless therefrom. Contractor's obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of City under any provision of this Agreement, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. So much of the money due to Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damages as aforesaid. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California. This indemnity provision shall survive the termination of the Agreement and is in addition to any other rights or remedies which Indemnitees may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverage which may have been required under this Agreement or any additional insured endorsements which may extend to Indemnitees. Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Contractor regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees. 11. NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discrimination shall be made in the employment of persons in the work contemplated by this Agreement because of the race, color, sex, mental disability, physical disability, religion or other reason set forth in Government Code § 12940 of such person. 1722038.1 5 Contractor agrees to post in conspicuous places available to employees and applications, a notice setting forth provisions of this non-discrimination clause. A violation of this section exposes the Contractor to the penalties provided for in Labor Code Section 1735. 12. PAYMENT FUND: A City Council resolution established a Project Payment Account, encumbered money in the current budget, and assigned that money to the Project Payment Account, which is the sole source of funds available for payment of the contract sum set forth in Section 3 of this Agreement. Contractor understands and agrees that Contractor will be paid only from this special fund and if for any reason this fund is not sufficient to pay Contractor, Contractor will not be entitled to payment. The availability of money in this fund, and City's ability to draw from this fund, are conditions precedent to City's obligation to make payments to Contractor. 13. PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a sufficient description of the claim, the basis therefore and documentation in support of the claim. The claim shall be processed as more fully set forth in the Plans and Specifications. 14. TERMINATION: This Agreement may be terminated by the City for any reason upon the giving of a written Notice of Termination to Contractor at least thirty 30) days prior to the date of termination specified in the notice. Upon receipt of such notice, Contractor shall immediately cease work, unless otherwise directed by the Notice of Termination. In the event of such termination, Contractor shall be paid for services satisfactorily rendered and expenses reasonably and necessarily incurred prior to the effective date of termination, unless the Notice of Termination is issued for cause, in which event the City may withhold any disputed compensation. Contractor shall not be entitled to any claim for lost profits. State of California Contractor's License No. 47P Contractor's Business Phone: 6* 4 85- Contractor's emergency phone which can be reached at any time: X0 iINWITNESSWHEREOF, the parties hereto have executed this Agreement with all the formalities required by law on the respective dates set forth opposite their signatures. OhY Da Y)er Full Nanie of Contractor] By: Title: Date: 1722038, 1 0 By: Title: Date: CITY OF DIAMOND By: Date ATTEST: By: Date APPROVED AS TO FORM: David DeBerry, 9/27/22 Date ristina CT, AL ORNIA i MV na, C NOTE: If Contractor is a corporation, the City requires the following signature(s): The Chairman of the Board, the President or aVice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City. 1722038.1 % a . _i BIDDER'S PROPOSAL CITY OF DIAMOND BAR CANYON LOOP TRAIL IMPROVEMENT PROJECT CITY PROJECT NO. FP17500 Date September 8 , 2 p 22 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 DD Systems Inc. Danny Daher President 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. P) That he has carefully xaminad 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, 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. 13 1293492.1 g) That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of 10% Bid Bond DOLLARS ($ 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. 147 W. Route 66 #431 626 852 0257 Address of Bidder Glendora, CA 91740 City Zip Code 14 1293492.1 Telephon f Bidder Signature of Bidder BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS CANYON LOOP TRAIL IMPROVEMENT PROJECT CITY PROJECT NO. FP17500 ITEM ESTIMATED DESCRIPTION UNIT N09 QUANTITY UNIT WRITTEN IN WORDS PRICE AMOUNT 1 27,059.10 27,059.10 1 LS Mobilization Not to Exceed 5% of Bid 2 Best Management Practice / Storm Water 5,400 5,400 1 LS Pollution Control 3 18,000 18,000 1 LS Construction Survey 4 Remove & Dispose of Existing Post & Rail 90 31600 40 LF Fencing 5 Transportation of All Construction Materials to 59040 51040 1 LS Proiect Site 6 Clear/ Grub & Improve Trail Improvements to 18.208 34,430.40 11891 LF 5' Width 7 Grading & Earthwork (Rough Grade, Over- 56.151 21,618 385 CY Excavation 8 67.20 16,800 250 CY Handling of Excess Earthwork & Spreading 9 8844706 13533600 153 LF Construct Timber Steps 10 156 12872 12 LF Provide & Install 6X8 Wood Retaining Edging 11 1,957.895 37,200 19 EA Construct Trail Water Diverter 12 92.430 5z,78z 571 LF Construct Cobble Swale 13 420 16,800 40 SF Construct Velocity Reducer 14 42,864 42,864 1 LS Construct Gabion Retaining Wall #1 15 1293492.1 15 18,960 18,960 1 LS Construct Gabion Retaining Wall #2 16 93,660 93,660 1 LS Construct Gabion Retaining Wall #3 17 15,456 15,456 1 LS Construct Gabion Retaining Wall #4 18 185.782 20,436 110 LF Provide & Install Steel Post/Wood Rail Fence 19 273600 823800 3 EA Provide & Install Metal Shelter Structures 20 21160 61480 3 EA Provide & Install Recycled Plastic Benches 21 11560 4,680 3 EA Provide & Install Trail Educational Signs 22 13560 43680 3 EA Provide & Install Trail Marker Signs 23 Provide & Install Basic Native Erosion Control 2.10 82400 41000 SF Mix MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES) -+ 674,377.50 TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS) : Six hundred seventy four thousands three hundred seventy seven dollars and fifty cents. Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. 16 1293492.1 Accompanying this proposal is Bidder Bond Insert "$ cashier's check", "certified the case may be) in the amount 100) of the total bid. check", equal bo cash", nd" as to at least ten percent or "bidder's The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. DD Systerns, Inc. 9/8/2022 NAME OF BIDDER (PRINT) SIGNATURE DATE 147 W. Route 66 #431 ADDRESS Glendora, CA 91740 626 852 0257 CITY ZIP CODE TELEPHONE 847907 A, B , C27 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 Code Section 7028.15, CpNTRAGTQR SIGNATURE OR AUTHORIZED OFFICER 17 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE September of 2002 at 3:00pm PROJECT CANYON LOOP TRAIL IMPROVEMENT PROJECT PROJECT N0. FP17500 ZOCAT ION City of Diamond Bar, California CLIENT City of Diamond Bar CONTRACTOR DD Systems Inc. Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract FMawoIhc 1,avlcLscv • Lf'g S62 a #• 6orG M Olt f f 0f'5v-fA v, G,rs Q wd • Orav, cIg g28 8 m 1293492.1 In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California 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 (10) 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 (0.5o)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. 19 1293492.1 DECLARATION OF ELIGIBILITY TO CONTRACT Labor Code Section 1777.1; Public Contract Code Section 61091 The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 20 1293492.1 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 i I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of September 8 20122, at Los Angeles County (place of execution) . 21 Signature Name : Danny Daher Title : President Name of Contractor: DD Systems Inc. 1293492.1 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO X If the answer is yes, explain the circumstances in the following space: 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 of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 22 1293492.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Canyon Loop Trail Improvements Bid Date 9/8/2022 FP17500 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 surroundina anv and all fatalities. ITEM 5 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2017 2018 2019 2020 2021 TOTAL No. of Contracts 0 Total dollar amount of 15200 80 60 1,340 0 contracts in 1,000's No. of lost workday 0 0 0 0 0 0 0 cases No. of lost work day cases involving permanent transfer to 0 0 0 0 0 0 0 another job or termination of employment No. of lost workdays 0 0 0 0 0 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 available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. DD Systems Inc Name of Bidder (Print 147 W. Route 66 #431 Address Glendora, CA 91740 City Zip Code 1293492.1 Signature 847907 A, B, C27 State Contractor's Lic. No. & Class 626 852 0257 Telephone 23 AEF`IDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) SS COUNTY OF LOS ANGELES ) ay\ " 1 " duly sworn, deposes and says: That he is of, being first 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 or for any other person. Subscribed to before tf 1293492.1 and sworn e this A ay of Signature of Officer Administering Oath Notary Public) 2$ Notary Public -California z Log Angeles County T Y ti Commission .T L3M35 a My CCr rri: Expires Oct 16, 2025 Bond No.: CMGB00014706 13`i FJ' bNb 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: Canyon Loop Trail Improvement Project Pr'oj eCt No . FP17500 WHEREAS DD S.ystems, Inc., Dba ACE CD, Inc. ll99 EnglewiId Drive, Glendora, CA 91741 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 Argonaut Insurance Company c/o CMGIA, 20335 Ventura Blvd., Ste 426, Woodland Hills, CA 91364 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 Their Greatest Amount Bid Dollars ($ 10%of Their G.A.B. ) , being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 32 1293492.1 In case suit is brought upon this all court costs incurred by City in fees in an amount fixed by the provisions of California Civil Code bond, Surety further agrees to pay the suit and reasonable attorneys' court. Surety hereby waives the 2845. IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated : September 6, 2022 Principal" DD Systems, Inc., Dba ACE CD, Inc. 1199 Englewild Drive, Glendora, CA 91741 Surety" Argonaut Insurance Company c/o CMGIA, 20335 Ventura Blvd., Ste 426, Woodland Hills, CA 91364 By By: I t s Christopher Coronel Its Attorney -In -Fact Its 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. 33 1293492.1 Seal) Bond No.: CMGB00014706 Lc-ifflnallft Jnsul<'anee COMPany Deliveries Oniyo, 225 W. Washington, 26 h Floor United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESEN T S: That the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook, Illinois does hereby nominate, constitute and appoint: Gabriella Grady. Shilo Lee Losino- Stephanie Hone Shear Elizabeth Santos Stacey Garcia Matthew Dionisio Christopher Coronel Their true and lawful agents) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such instnunent executed hereunder shall not exceed the sum of 15.000.000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors Of Argonaut Insurance Company: RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Compan}has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officer on vember, 2021. Argonaut Insurance Company 6-% 14t8 2 STATE OF TEXAS COUNTY OF HARRIS SS: by: Gary E. Grose president On this 14th day ofNovember, 2021 A.D., before me, a Notary Public of the State of Texas, in and for the County of Hams, duly commissioned and qualified, cante THE ABOVE OFFICER OF THE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. KATHLEEi t M MEEKSg NOTARY PU8LIG 4 STATE OF TEXAS q,o t.' MY COMM- EXP. D7I15125 NOTARY !D SS g02-8 (Notary Public) I, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 6th day of September , 2022 ist If t too Austin W. King Secretary IF YOU HAVE QUESTIONS ON AUTHENTICTf-Y OF 'PHIS DOCUMENT CALL (833) 820 - 9137. 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 ) County of I Los Angeles ) on SEP 0 6 2022 before me, Date Lucas Patterson, Notary Public Here Insert Name and Title of the Officer personally appeared Christopher Coronet Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons) whose names) 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 upon behalf of which the person(s) acted, executed the instrument. LUCAS PATTERSON O otryublic -alifornia Los Angeles County Commission X 2352264 y Comm, Expires Mar 19, 2025 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. TNESS myhandandofficialseal. WI Signature of Noi'ary Public Place Notary Seal Above OPT/ONAL Though this section is optional, completing this information can deter alteration of the fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — I Me(s): Partner — : ED ited El Genera Individual Attorne act Trustee G ian or Conservator Other: Signer IsjR esenting: Signer's Name: Corporate Officer — Title(s): Partner — Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: 2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #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 compliance with all federal, state, and orders regarding non-discrimination in pursue an affirmative course of action action guidelines. We agree specifically: national origin; that it is in local directives and executive employment; and that it will as required by the affirmative 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM DD Systems Inc TITLE OF OFFICER SIGNING President SIGNATURE DATE 9/8/2022 Please include any additional information available regarding equal opportunity employment programs now in effect within your company: 1293492.1 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 and proposed subcontractor hereby certifies that he has , has not X participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. DATE : September 8 DD Systems Inc COMPANY) BY: Danny Daher President TITLE) 2022 . NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) 1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. Generally only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (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. 35 1293492.1 NON -COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF GALIFORNIA ) SS COUNTY OF Los Angeles ) being first duly sworn, deposes and says that he or she is fre(,'AV %4 of L , the party making the foregoing bid, that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited another bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contact or anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, Did depository, or to any member or agent thereof to effectuate a collusive or sham bid. i Signature B-i'dder STATE OF CALIFORNIA ) SS COUNTY OF LOS ANGELES } Subscribed and sworn to before me this Notary Public 1293492.1 7l'Qn 'i t icvSt 1 in and for the County of fF day of Stp7ew,i r' , 20 . State of California o SEAN H. HOUS70NFEH_ Public - California z r Los Angeles Ccunty z z = c Comr^ission ; 2375535 169 2025ax*` My Com; ,Expires Octn