Loading...
HomeMy WebLinkAboutAs-Built Plans_1997 Street Improvement Project_Bid - ConstructionBIDDER'S PROPOSAL FOR THE DIAMOND BAR BOULEVARD STREET REHABILITATION PROJECT FROM GRAND AVENUE TO PALOMINO DRIVE, IN THE CITY OF DIAMOND BAR, CALIFORNIA. Date MARCH 24TH 1997 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 pVANCEippals are the following: CORPORATION CALVIN E. VANCE, PRESIDENT/SECRETARY J. L. V VERNER E. THOMAS VICE PRESIDENT OF OPERATIONS If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co -partnership, give the name under which the co -partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) b) That this proposal is made without collusion with any person, firm or corporation. c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, `and makes this bid solely upon his own knowledge. d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. e) That he has carefully examined the specifications, both general and detail, -and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. f) That, if this bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. g) That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates, and that the unit prices will apply to the actual quantities whatever they may be. 14 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 A "BIDDERS BOND" DOLLARS ($ 10% OF BID AMOUNT Said bidder's bond has been duly executed by the undersigned biaaer 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 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. 2271 NORTH LOCUST AVENUE Address of Bidder RIALTO, 92377 City Zip Code 15 909) 355-4333 Telephone of Bid e i Signature of Bidder BID SCHEDULE FOR DIAMOND BAR BOULEVARD STREET REHABILITATION PROJECT GRAND AVENUE TO PALOMINO DRIVE 16 Lump Sum LS Provide traffic control per Section 1 of the Technical Specifications 2 11,400 CY Remove existing pavement and C/oexcavateforproposed structural section per Section 2 of the Technical Specifications 3 2,190 TON Construct 3/4" leveling 76 2-0 course per Section 3 of the Technical specifications 4 8,100 TON Construct 211 A.R.H.M. overlay 006 per Section 4 of the Technical specifications I 5 7,500 TON Construct asphalt concrete I'X Dc base course per Section 3 of OO the Technical specifications 6 10,700 TON Construct crushed aggregate 7 5 2 base per Section 5 of the 22" Technical Specifications 7 13,800 SY Cold plane existing A.C. pavement, thickness per plan variable) per Section 6 of the Technical Specifications 75 8 21,800 SY Cold plane existing A.C. Q pavement, 2-3/4" thick, per Section 6 of the Technical Specifications 9 4,250 SF Remove and reconstruct P.C.C.675 bus pads per Section 7 of the Technical Specifications 16 TOTAL AMOUNT WRITTENINWORDS:(-4L)L1D9r--Q) riha 4 -FWC) 17 x Adjust existing water valves1050EACH to grade per Section 8 of the Technical Specifications 11 31 EACH Adjust existing manhole cover no to grade per Section 8 of the 11, 30D Technical Specifications 12 2 EACH Reset survey monuments per Section 9 of the Technical Specifications 13 Lump Sum LS Install traffic striping and 0 0 22 marking per Section 10 of the Technical Specifications 14 60 EACH Install 6 foot diameter round 2/ O<z traffic detector signal loops per Section 11 of the Technical Specifications 15 Lump Sum LS Mobilization per Section 13 of the Technical 4e' 106 4-9- 1 70 Specifications 16 Lump Sum LS Perform construction staking per Section 14 of the Technical Specifications TOTAL 1-v TOTAL AMOUNT WRITTENINWORDS:(-4L)L1D9r--Q) riha 4 -FWC) 17 Accompanying this proposal is A "BIDDERS BOND" Insert "$ cash", cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompany 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. VANCE CORPORATION NAME OF 2271 NORTH LOCUST AVENUE ADDRESS GNATURE DATE RIALTO, CALIFORNIA 92377 (909) 355-4333 CITY ZIP CODE TELEPHONE 414567-A A, HAZ STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION M-1 CERTIFICATE OF PARTICIPATION BY MINORITY BUSINESS ENTERPRISES IN SUBCONTRACTING The Bidder certifies that: A. Fid I do not intend to subcontract any work on the Project. I Sig intend to subcontract portions of the work on this Project. In accordance with the provisions of Part III, "Requirements for Disadvantaged Business Enterprises" found in Appendix A, I have taken affirmative action to seek out and consider minority business enterprises for the portions of the work which are intended to be subcontracted and that such affirmative actions are fully documented in my records and are available upon request. In addition, I will take such affirmative action on any future subcontracting for the life of this Contract. The above certifications required published in the Federal Register, Friday, October 31, 1975. Im by 23 CFR 230 as Vol. 40, No. 211 - The Bidder shall checkn- A Or Line B. If theBidder does deemed that theBidder has checked The above certifications required published in the Federal Register, Friday, October 31, 1975. Im by 23 CFR 230 as Vol. 40, No. 211 - i N b is PQ cE a a MMMIt M O \ 0 v! 1 N tr) rno r•I O U k 3 rl O U1 ro t1P4zP4 U WOP roD >4 v A N O 4j 46 4J ro U E d 4 U O N PWlA w a A 46 1141 4) E0 U N N b+ q O •n 01 TS O N 14 a v roD >4 v rood U O NA 46 2 H I6 r u. o 0 U 12 tZ o 3 4-4O I V 0O p 4N 4 UNOA n0 N aW itW C CSiS U P U o Hro 2 M T q O 9 W R LIST OF SUBCONTRACTORS * PROJECT DIAMOND BAR BLVD. LOCATION DIAMOND BAR, CALIFORNIA CLIENT CITY OF DIAMOND BAR CONTRACTOR VANCE CORPORATION OPENING DATE MARCH 27, 1997 PROJECT NO. STPL-5455 (001) Name Under Which Subcontractor is Licensed LicenseNo. Addzess of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract WI` BIZ- to a Pt- vs 2-FP–t P IIJ& 4) Z • I 65- iZ 5oc A9 A -c E- Any subcontractor doing work in excess of one-half (1/2) of one percent (1%) of the total bid shall be designated on this form. 21 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5, 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? NO XX If the answer is yes, explain the circumstances in the following space: NOTE: This cmestionnaire constitutes a part of the Proposal and signature on the signature portion of this Proposal shall constitute signature of this questionnaire 22 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification DIAMOND BAR BLVD. PROJECT NO. STPL-5455 (001) Bid Date MARCH 27, 1997 This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any ,principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data which he would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. 5 Calendar Years Prior to Current Year 1993 1994 1995 1996 TOTAL CURRENT YEAR 1. No. of contracts SEVENTY-EIGHT (78) 647,250. ONE (1) 4. No. of lost workday cases permanent transfer to another job or termination of employment ZERO (0) 6. No. of lost workdays 232 LOST WORKDAYS The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - occupational Injuries and Illnesses, OSEA No. 102. The above information was complied to me at this time and I declare information is true and accurate records. VANCE CORPORATION Name of Bidder (Print) 2271 NORTH LOCUST AVENUE Address RIALTO, CALIFORNIA 92377 City Zip Code from the records that are available under penalty of perjury that the within the limitations of these 414567-A A HAZ State Contractors' Lic. No. & Class. 909) 355-4333 Telephone 23 BIDDER'S DEBARMENT AND SUSPENSION CERTIFICATION In accordance with Title 49, Code of Federal Regulations, Part 29, the bidder under penalty of perjury, certifies that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, officer, manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidders responsibility. For any exception noted above, indicate below to whom it applies, initialing agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. 24 AFFIDAVIT FOR CO -PARTNERSHIP FIRM STATE OF CALIFORNIA ) SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is a member of the co -partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co -partnership by who constitute the other members of the co -partnership. Subscribed and sworn to before me this Signature day of 19 Signature of Officer Administering Oath Notary Public) 25 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA SS COUNTY OF LINKXANMMM ) SAN BERNARDINO VERNER E. THOMAS , being first duly sworn, deposes and says: That he is VICE PRESIDENT OF OPERATIONS of, VANCE CORPORATION 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. r Signature Subscribed and sworn to before me this 24TH day of MARCH 19 97 Signature 'of Officer Administering Oath Notary Public) 26 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this Signature day of 19 Signature of Officer Administering Oath Notary Public) 27 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this Signature day of 19 Signature of Officer Administering Oath Notary Public) 28 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to and as SURETY, are held and CALIFORNIA hereinafter as "Contractor" as PRINCIPAL, firmly bound unto the CITY OF DIAMOND BAR, referred to as the "City", in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which sum, will and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said contract has been awarded and is about to enter into the annexed contract with said City for consideration of the work under the specification entitled and is required by said City to give this bond in connection with the execution of said contract. NOW, THEREFORE, if said Contractor 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 time and in the manner specified herein; this obligation shall be null and void; otherwise it shall be and in full force and effect; PROVIDED, that any alterations in the work to be done, or the materials 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 extension of item 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 such Surety. In the event suit is brought upon this Bond by the obligee and judgement is recovered, said Surety shall pay all costs incurred by the City.in such suit, including a reasonable attorney's fees to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 1997. PRINCIPAL SURETY LM SEAL) FF SEAL) LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to as "Contractor" as PRINCIPAL, and as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of lawful money of the United States of which sum, well and truly to be made, and several firmly by these presents. DOLLARS ($ ) America, for the payment of we bind ourselves, jointly THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said Contract has been awarded and is about to enter into the annexed Contract with said City for construction of the work under City's specification entitled and is required by said City to give this bond in connection with the execution of said Contract; NOW, THEREFORE, if said Contractor in said Contract, or subcontractor, fails to pay for any materials, provisions, provender or other supplies, or for the use of implements or machinery, 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 the Unemployment Insurance Act with respect to such work or labor, 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 fined by the court. This bond shall immure to the benefit of any and all persons entitled to file claims under Section 1192.1 of the Code of Civil Procedure of the State of California. PROVIDED, that any alterations in the work to be done, or the material 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 day of , 1997. PRINCIPAL SURETY BY: SEAL) 30 SEAL) BOND NO. 5099647 PREMIUM -NIL- BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE VANCE CORPORATION as Principal, and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held and firmly bound unto the City of Diamond Bar in the sum to ten percent (10%) of the total amount of the bid of the Principal above named, to be paid to the said City or its certain attorney, its successors and assigns; for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder, exceed the sum of $ 10 THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the above mentioned bid to the City of Diamond Bar for certain construction specifically described as follows, for which bids are to be opened at Diamond Bar City Hall on MARCH 27 , 1997 for the Diamond Bar Boulevard Street Rehabilitation Project from Grand Avenue to Palomino Drive in the City of Diamond Bar. NOW, THEREFORE, if the aforesaid Principal is awarded the Contract, and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files the two bands with the City of Diamond Bar, one to guarantee faithful performance and other to guarantee payments for labor and materials, as required by law, than this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the obligee and judgement is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney's fees to be fixed by the Court.. IN WITNESS WHEREOF, we have. -hereunto set our hands and seals on this 24TH day of Makm 1997. VANCE CORPORATI N' % (SEAL) PRINCIPAL. i VERNER E. THOMAS C VICE PRESIDENT OF OPERATIONS SIGNATURE AND TITLE SEAL) SIGNATURE HACENi TAND TTLE ELKS H. TORNEY-IN-FAC'P NOTE: Signatures of those executing for the Surety must be properly acknowledged. 31 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO ON MARCH 24,1997, BEFORE ME, JENNY M. WILSON, "NOTARY PUBLIC" PERSONALLY APPEARED VERNER E. THOMAS, PERSONALLY KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE EXECUTED THE SAME IN HIS AUTHORIZED CAPACITY, AND THAT BY HIS SIGNATURE ON THE INSTRUMENT THE PERSON, OR THE ENTITY UPON BEHALF OF WHICH THE PERSON ACTED, EXECUTED THE INSTRUMENT. WITNESS MY HAND AND OFFICIAL SEAL. JENNY M. WILSON, NOTARY PUBLIC CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of RTVF.RSTDF. On 4u DATE before me CANDY N. COONS, NOTARY PUBLIC NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared ELBE H. HAGEN NAME(S) OF SIGNER(S) No. 5907 personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(b) whose name() is/add subscribed to the within instrument and ac- knowledged to me that Vp/she/tYjoy/ executed the same in Wlher/fG W authorized capacity(?9p), and that by rjS/her/Yhojv E -d .. Candy M. C 7ns signatureW on the instrument the person(,a), pU Comm. moss®or the entity upon behalf of which the Cy NOTARY PUBLIC.CALIperson(A acted, executed the instrument. RevERSIDE COUN q FonN` * Camm,%D, Aug 7', WITNESS my hand and official seal. i SIGNAA tE OF NOTARY r t OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE e POWER OF ATTORNEY WFECR No. KNOW ALL BY THESE PRESENTS: SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE. SAFECO PLAZA SEATTLE. WASHINGTON 98185 8252 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint N NNNNNNNNNNNNNNNN •NNNNNMN NN N ELKE H. HAGEN, Riverside, CBI IfOfn IaNNNNNNNNMMNMNYNNMMMNNNNNNNMNMMN its true and lawful attorney(s)-in-fact. with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business. and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 4th day of January , 1g 93 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President. the Secretary. and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business . On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the compare/, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any, such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. On any certificate executed by the Secretary or an assistant secretary of the Company setting out. i) The provisions of Article V, Section 13 of the By -Laws, and ii) A copy of the power-of-attorney appointment. executed pursuant thereto, and 00) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R. A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct. and that both the By -Laws. the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 24TH day of MARCH , 19 97 S-974/EP 1/93 19 Registered trademark of SAFECO Corporation. CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that is will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM VANCE CORPORATION TITLE OF OFFICER SIGNING V NER E. THOMAS, VICE PRESIDENT OF OPERATIC] SIGNATURE ` i DATE MARCH 24, 1997 Please include any additional information available regarding equal opportunity employment programs now in effect within your company: SEE ATTACHED 32 S Dear New Employee: Vance Corporation is an equal opportunity employer, and therefore Vance Corporation encourages all employees to recommend their family and friends to submit and application for employment. We especially encourage minorities, women and Vietnam veterans. We maintain applications for an indefinite length of time and when a position is open we refer to these applications as one method to fill the position available. Applications are available at the office. AFFIRMITIVE ACTION POLICY STATEMENT Resolved, that it will continue to be the policy of Vance Corporation not to discriminate against any applicant for employment, or any employee, because of race, creed, color, age, sec, religion, national origin, qualified disabled persons or Vietnam era veterans. We will continue to take Affirmative Action to insure that this policy is implemented, particularly with regard to employment, upgrading, demotion, transfer, recruitment and recruitment advertising, layoff and termination, compensation, apprenticeship training and working conditions. We will continue to make it understood by the employment entities with whom we deal, and in our employment opportunity announcements, that the foregoing is our policy. Applicants and employees will continue to be hired, compensated, trained, advanced, demoted or terminated on the basis of their skill, loyalty, honesty, reliability and integrity. VANCE CORPORATION J.L. Vance COMPANY POLICY STATEMENT SUBJECT: NON-DISCRIMINATION IN EMPLOYMENT i. It is the policy of this company to hire and fire employees solely on the basis of their ability to do the work required. 2. Promotion privileges and other terms of employment will be by a bonafide merit system based solely on the employee's ability and performance on the job. 3. No conditions of employment will, under any circumstances, be influenced by a person's race, creed, color, religion, age, sex, national origin, qualified disabled persons or Vietnam era veterans. a. The project manager and/or superintendent of the various company operations will be responsible for carrying out this policy in their employment practices. Provisions for keeping accurate employment records will be issued through the payroll office to assist in complying with these policies. s. This policy statement will be posted in a prominent place at all projects and operations. Extra copies may be obtained at the office. VANCE CORPORATION J.L. Vance Equal Employment Opportunity Officer Vice President 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 XX , proposed subcontractor _ hereby certifies that he has XX , has not 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 XX , 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: MARCH 24TH VANCE CORPORATION _ COMP Y) BY: tG 3 VERNER E. THOMAS, VICE PRESIDENT OF OPERATIONS TITLE) 1997. 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. 33 NON -COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) SS COUNTY OF SAN BERNARDINO VERNER E. THOMAS , being first duly sworn, deposes and says that he or she is V.P. OF OPERATIONS of VANCE CORPORATION 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 and other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contact of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to ny member or agent thereof to effectuate a collusive or sham bid. Signature of Bidder STATE OF CALIFORNIA ) SS COUNTY OF U)SXWMLVM ) SAN BERNARDINO Subscribed and sworn to before me this 24TH day of MARCH , 1997. Notary Public in and for the County of SAN BERNARDINO 101MY Sm Bmardno COU* 0M State of California SAFEW EXECUTED IN TWO COUNTERPARTS SAF_ . INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE; SAFECO PLAZA SEATTLE, WASHINGTON 98185 CONTRACT BOND - CALIFORNIA Bond 5891033 FAITHFUL PERFORMANCE - Initial premium charged for this bond isPUBLICWORK $7,314.00 subject to adjustment upon completion of contract at applicable rate on final contract price. KNOW ALL BY THESE PRESENTS, That VANCE CORPORATION of RIALTO, CALIFORNIA as Principal, andthe SAFECO INSURANCE COMPANY OF AMERICA a corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, Surety, are held and firmly bound unto CTTY OP T)TAMONn RAR in the sum of NINE HUNDRED THIRTY—TWO THOUSAND NINE HUNDRED FIFTY AND NO/I00---- Dollars($ 932,950.00 ) for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH That WHEREAS, the above -bounden Principal has entered into a Contract, dated MAY 6 1997 , with the CITY nt. T)TAMONT1 RAR to do and perform the following work, to -wit: DIAMOND BAR BOULEVARD STREET REHABILITATION PROSECT FROM GRAND AVENUE TO PALOMINO DRIVE NOW, THEREFORE, if the above -bounden Principal shall faithfully perform all the provisions of said Contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER THAT, Any suit under this bond must be instituted before the expiration of two (2) years from the date of substantial completion of the work to be performed under the Contract. Signed and sealed this 13TH day of MAY 1997 . VANCE CORPORATION Principal CALVIN E. VANCE, PRESIDENT/SECRETARY SAFECO INSURANCE COMPANY OF AMERICA By / ELKE H. HAGEN Attorney -in -Fact S-0815/SAEF 7/96 0 Registered trademark of SAFECO Corooration. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO ON MAY 14,1997 BEFORE ME, JENNY M. WILSON, "NOTARY PUBLIC" PERSONALLY APPEARED CALVIN E. VANCE, PERSONALLY KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE EXECUTED THE SAME IN HIS AUTHORIZED CAPACITY, AND THAT BY HIS SIGNATURE ON THE INSTRUMENT THE PERSON, OR THE ENTITY UPON BEHALF OF WHICH THE PERSON ACTED, EXECUTED THE INSTRUMENT. WITNESS MY HAND AND OFFICIAL SEAL. JENNly M. WILSON, NOTARY PUBLIC JENNY M. # 109 N CoIMMM n k 1W2797 NotaryPubl — Ca Nomb San Swnardno Courcy My Comm. ExPkw My 28,2000 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of RTVRRSTnp.. On MAY 1 3 1997 DATE personally appeared before me, ELKS H. HAGEN CANDY M. COONS, NOTARY PUBLIC NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" NAMES) OF SIGNER(S) personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(b) whose name(/s) is/aMY subscribed to the within instrument and ac- knowledged to me that VID/she/ty,%/ executed the same in Ns/her/YMW authorized capacity()rQp), and that by Pas/her/yF ojr Candy M- COOns t signatureW on the instrument the person(, Comm. #1035075a V rr NOTARYPUBLIC-CALIFORI!Af or the entity upon behalf of which the W R;VERSIOECOONT 11erson acted, executed the instrument. Comm. Ez. - r= WI NESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL No, 5907 Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE. OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309-7184 SAFECO EXECUTED IN TWO COUNTERPARTS ECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 Bond No. 5891033 CONTRACT BOND— CALIFORNIA PREMIUM —NIL— PAYMENTBOND KNO WALL BY THESE PRESENTS, That we, VANCE CORPORATION and the SAFECO INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State, of California, as Surety, are held and firmly bound unto CITY OF DIAMOND BAR as Obligee, in the sum of NINE HUNDRED THIRTY—TWO THOUSAND NINE HUNDRED FIFTY ANT) NDJ100 Dollars($ 939,950 OO ), for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has entered into a contract, dated 6TH day of MAY _, 19 97, with the Obligee to do and perform the following work, to -wit: DIAMOND BAR BOULEVARD STREET REHABILITATION PROJECT FROM GRAND AVENUE TO PALOMINO DRIVE NOW, THEREFORE, if the above -bounden Principal or his/her subcontractors fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld and paid over to the Franchise Tax Board from the wages of employees of the Principal or his/her sub -contractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, Surety will pay for the same, in an amount not exceeding the amount specified in this bond, 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 Section 3181 of the Civil Code of the State of California, so as to give a right of action to them or their assigns in any suit brought upon this bond. Signed, sealed and dated this 13TH day of No premium is charged for this bond. It is executed in connection with a bond for the performance of the contract. VANCE CORPORATION 1 Principal CALVIN E. VANCE, PRESIDENT/SECRETARY SAFECO INSURANCE COMPANY OF AMERICA B ELKE H. HAGEN Attorney -in -Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO ON MAY 14,1997 BEFORE ME, JENNY M. WILSON, "NOTARY PUBLIC" PERSONALLY APPEARED CALVIN E. VANCE, PERSONALLY KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE EXECUTED THE SAME IN HIS AUTHORIZED CAPACITY, AND THAT BY HIS SIGNATURE ON THE INSTRUMENT THE PERSON, OR THE ENTITY UPON BEHALF OF WHICH THE PERSON ACTED, EXECUTED THE INSTRUMENT. WITNESS MY HAND AND OFFICIAL SEAL. 14 JENNY M. WILSON, NOTARY PUBLIC JENNY M. WILSON Commission k 1092797 Notary PubIlc — Caiitomia San Bernartllno County1-01 y Comm. Exptrca Mar 28= CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County Of - RIVERSIDE On VA 1 3 1997 DATE personally appeared before me, CANDY N. COONS, NOTARY PUBLIC NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC- ELKE H. HAGEN NAME(S) OF SIGNERS) personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(A) whose name() islaW subscribed to the within instrument and ac- knowledged to me that Vo/she/thoy/ executed the same in NA/her/YMAlf authorized capacity(%Q$), and that by has/her/yl%ojr r s Candy W Coons signature(z) on the instrument the person(ah, x K comm 0035075 ( or the entity uponon behalf of which theNOT4RYPUSLIC-UALIFOP i;A RIVERSIOE COUNTY personV acted executed the instrument. M Comm. Exp, Aug. 7, 1959 .ti 7:;: and official seal. TURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) LIMITED 1:1 GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 e POWER SAFECO INSURANCE COMPANY OF AMERICAA GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98/95 No. 8252 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint Y YNNN YYYYNNNNN NtY YY N1IYYYYMYY ELKE H. HAGEN, Riverside, CalifornlaNNNYNNYYYNNNNNNYNYNua Nnuo NNNYNN its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued In the course of its business. and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 4th day of January ,1993 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President. arty Vice President. the Secretary. and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations. shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business . On any instrument making or evidencing such appointment. the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: provided, however, That the seal shall not be necessary to the validity of any such Instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. On any certificate executed by the Secretary or an assistant secretary of the Company setting out. i) The provisions of Article V. Section 13 of the By -Laws, and 00 A copy of the power-of-attorney appointment, executed pursuant thereto, and iii) Certifying that said power-of-attorney appointment is in full force and effect. the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R. A. Pierson. Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts Of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct. and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 13TH day of MAY . 19 97 S-974/EP 1/93 O Registered trademark of SAFECO Corporation.