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.