HomeMy WebLinkAboutWINDMILL_WILLOW ROOM AUDIO VISUAL RFP (updated 4.11.2023) Completed.pdf1293492.1
DEPARTMENT OF PUBLIC WORKS
CITY OF DIAMOND BAR
CALIFORNIA
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
WINDMILL/WILLOW ROOM AUDIO VISUAL
& PRODUCTION CONTROL ROOM SYSTEMS
UPGRADE PROJECT
CITY PROJECT NO. _______FP 23504_______
All Questions Regarding This Project Are to Be Directed To:
Dannette Allen
SeniorManagementAnalyst
City of Diamond Bar
(909)839-70
Andrew Chou, Mayor
Stan Liu, Mayor Pro Tem
Ruth M. Low, Council Member
Chia Yu Teng, Council Member
Steve Tye, Council Member
Daniel Fox, City Manager
MARCH 2023
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
WINDMILL/WILLOW ROOM AUDIO VISUAL
& PRODUCTION CONTROL ROOM SYSTEMS
UPGRADE PROJECT
CITY PROJECT NO. FP 23504
PREPARED BY:
TELEPHONE:
Electronic responses shall be submitted via the City’s secure
online bidding system. All required sections of the response must
be submitted via the website. Respondent is solely responsible for
“on time” submission of their electronic response. The Bid
Management System will not accept late submittals and no
exceptions shall be made. Respondents will receive a confirmation
number with a time stamp from the Bid Management System indicating
that their response was submitted successfully.
Bid must be received by 2:00pm on April , 2023. Via the City’s
online Bid Management System (Planet Bids).
1293492.1
1293492.1
TABLE OF CONTENTS
ITEMS PAGES
PART I - BIDDING AND CONTRACTUAL DOCUMENTS
NOTICE INVITING SEALED BIDS 1 - 3
INFORMATION FOR BIDDERS 4 - 13
PROPOSAL FORM 14 - 15
BID SCHEDULE 16 - 18
LIST OF SUBCONTRACTORS 19 - 20
DECLARATION OF ELIGIBILITY TO CONTRACT 21 - 22
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 23
CONTRACTOR INDUSTRIAL SAFETY RECORD 24
AFFIDAVIT FOR CO-PARTNERSHIP FIRM 25
AFFIDAVIT FOR CORPORATION BIDDER 26
AFFIDAVIT FOR INDIVIDUAL BIDDER 27
AFFIDAVIT FOR JOINT VENTURE 28
FAITHFUL PERFORMANCE BOND 29 - 30
LABOR AND MATERIAL BOND 31 - 32
BID BOND 33 - 34
CERTIFICATE OF NON-DISCRIMINATION
AND AFFIRMATIVE ACTION 35
CERTIFICATE WITH REGARD TO THE PERFORMANCE
OF PREVIOUS CONTRACTS AND SUBCONTRACTS 36
NON-COLLUSION AFFIDAVIT
CONTRACT AGREEMENT
PART II - GENERAL PROVISIONS
37
38-4
GP-1 – GP-1
1293492.1
TABLE OF CONTENTS
(Continued)
SP-1 – SP-
TP-1 – TP-
PART III- SPECIAL PROVISIONS
PART IV - TECHNICAL PROVISIONS
PART V - APPENDICES
1293492.1
PART I
BIDDING AND CONTRACTUAL
DOCUMENTS
1
1293492.1
CITY OF DIAMOND BAR
NOTICE INVITING SEALED BIDS
FOR WINDMILL/WILLOW ROOM AUDIO VISUAL
& PRODUCTION CONTROL ROOM SYSTEMS
UPGRADEPROJECT
CITY PROJECT NO.______FP 23504_____
RECEIPT OF PROPOSALS: Bid’s sh ll be submitted via the City’s secure
online bidding system by Wednesday, April, , 2023 .
All required sections of the response must be submitted via
the website. Respondent is solely responsible for “on time”
submission of their electronic response. The Bid Management System
will not accept late submittals and no exceptions shall be made.
Respondents will receive a confirmation number with a time stamp
from the Bid Management System indicating that their response
was submitted successfully. The bidder is solely responsible for
“on time” submission of their electronic bid. The City will only
consider bids that have been transmitted successfully and have
been issued an e-bid confirmation number with a time stamp from
the Bid Management System indicating that bid was submitted
successfully. Transmission of bids by any other means will not be
accepted. Bidder shall be solely responsible for informing itself
with respect to the proper utilization of the bid management
system. No proposal will be considered from a Contractor who
is not licensed as a Class C-7 contractor at time of award in
accordance with the provisions of the Contractor’s License Law
(California Business and Professions Code, Section 7000 et seq.) and
rules and regulations adopted pursuant thereto or to whom a
proposal form has not been issued by the City of Diamond Bar. The
proposals will be opened electronically and made open to all bidders,
immediately after the closing date and time Wednesday, April, ,
2023at 2:00pm .
MANDATORY JOB WALK: A mandatory job walk will be held on
Wednesday, , 2023 at 10:00 am at City Hall, 21810 Copley
Dr. Diamond Bar CA 91765 .
DESCRIPTION OF WORK: The work to be performed or executed under
these plans and specifications consists of and includes audio visual
& production control systems upgrades; and other incidental and
appurtenant work necessary for the proper construction of the
contemplated improvements, as indicated on the project plans for
Windmill/Willow Room Audio Visual & Production Control Room Systems
Upgrade Project.
COMPLETION OF WORK: All work shall be completed within three hundred
sixty-nine (369)working days after the Notice to Proceed is issued
by the City.
2
1293492.1
ENGINEER'S ESTIMATE: The Windmill/Willow Room Audio Visual &
Production Control Room Systems Upgrade Project is estimated to cost
three hundred sixty thousand dollars ($360,000), all in accordance
with the provisions of the Plans, Specifications, Notices and
Instructions to Bidders.
OBTAINING CONTRACT DOCUMENTS: Plans, Specifications and all
contract documents may be obtained via the City’s secure online
bidding system (Planet Bids).
PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by
a cashier's or certified check or by a bid bond in the amount of ten
percent (10%) of the bid price payable to the City of Diamond Bar as
a guarantee that the bidder, if his proposal is accepted, will
promptly execute the contract, secure payment of Workmen's
Compensation Insurance, furnish a satisfactory Faithful Performance
Bond in the amount of one hundred percent (100%) of the total bid
price, and a Labor and Material Bond in an amount not less than one
hundred percent (100%) of the contract price. Said bonds to be
secured from a surety company authorized to do business in the State
of California, and subject to the approval of the City Attorney.
MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should
examinetheminimumqualificationsfoundinnumber15ofthe
“Information for Bidders” section, pages 4 through 8. Bidders who do
not meet the minimum qualifications should not submit a bid, as the
bidswillbeconsiderednonresponsive.
PREVAILING WAGE RATE: As required by the California Labor Code,
Section 1770 et seq. the City Council of the City of Diamond Bar
incorporates herein by reference the general prevailing rate of per
diem wages as determined by the Director of Industrial Relations of
the State of California. Copies of the prevailing rate of per diem
wages are on file in the office of the City Clerk and will be made
available to any interested party upon request. In accordance with
the Labor Code, no workman employed upon work under this contract
shall be paid less than the above referenced prevailing wage rate.
A copy of said rates shall be posted at each job site during the
course of construction.
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 prevailing rate of
wages hereinbefore stipulated for any work done under this AGREEMENT,
by him or by any subcontractor under him.
Any classification omitted herein shall be paid not less than the
prevailing wage scale as established for similar work in the
3
1293492.1
particular area, and all overtime shall be paid at the prevailing
rates as established for the particular area. Sunday and holiday
time shall be paid at the wage rates determined by the Director of
Industrial Relations.
CONTRACTOR and any of its subcontractors 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. This Agreement
is subject to compliance monitoring and enforcement by the Department
of Industrial Relations.
PAYMENT: Payment will be made to the Contractor in accordance with
the Specifications.
CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right
to reject any and all proposals or bids, should it deem this
necessary for the public good, and also the bid of the bidder who
has been delinquent or unfaithful in any former contract with the
City of Diamond Bar. No bidder may withdraw his bid for a period of
thirty (30) days after the date of the bid opening.
BID AWARD: Subject to the reservations noted above, the contract
will be awarded to the lowest responsible bidder.
4
1293492.1
INFORMATION FOR BIDDERS
1.PREPARATION OF BID FORM: The City invites bids on the form
attached to be submitted at such time and place as is stated in
the Notice Inviting Sealed Bids. All bids should be made in
accordance with the provisions of the Standard Specifications
for Public Works Construction, Latest Edition (with all
supplements). All blanks on the bid form must be appropriately
filled in. All bids shall be submitted electronically via the
City’s secure online bidding system. It is the sole
responsibility of the bidder to see that the bid is transmitted
and received successfully in the proper time. Any bid received
after the scheduled closing time or outside of the City’s secure
online bidding system, will be returned to the bidder unopened.
2.PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash
or by a cashier's or certified check or by a bid bond in the
amount of not less than ten percent (10%) of the amount named
in the proposal. Said check or bond shall be made payable to
the City Clerk of the City of Diamond Bar and shall be given as
a guarantee that the bidder, if awarded the work, will enter
into a contract within ten (10) days after written notice of
the award and will furnish the necessary bonds as hereinafter
provided. In case of refusal or failure to enter said contract,
the check or bond, as the case may be, shall be forfeited to
the City. No bidder's bond will be accepted unless it conforms
substantially to the form furnished by the City, which is bound
herein, and is properly filled out and executed.
3.SIGNATURE: The bid must be signed in the name of the bidder
and must bear the signature in longhand of the person or persons
duly authorized to sign the bid on behalf of the bidder.
4.MODIFICATIONS: Changes in or addition to the bid form,
recapitulations of the work bid upon, alternative proposals or
any other modifications of the bid form which is not
specifically called for in the contract documents may result in
the Owner's rejection of the bid as not being responsive to the
invitation to bid. No oral or telephonic modification of any
bid submitted will be considered. The bid submitted must not
contain any erasures, interlineation, or other corrections
unless each such correction is suitably authenticated by
affixing in the margin immediately opposite the correction the
surname or surnames of the person or persons signing the bid.
5.DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between
words and figures, the words shall prevail. If the amounts bid
on individual items (if called for) do not in fact add to the
total amount shown by the bidder, the correctly added total of
5
1293492.1
the individual items shall prevail over the total figure shown.
The estimated quantities and amounts are for the purpose of
comparison of bids only. The City Council of the City of
Diamond Bar reserves the right to reject any or all bids and to
waive any irregularity or informality in any bid to the extent
permitted by law.
MANDATORY JOB WALK / BIDDER'S EXAMINATION OF SITE: A mandatory
job walk will be held on Wednesday, , 2023 at 10:00 am,
at City Hall, 21810 Copley Dr. Diamond Bar CA 91765. Each bidder
shall examine carefully the site of the proposed work and the
contract documents therefore. It will be assumed that the
bidder has investigated and is satisfied as to the conditions
to be encountered as to the character, quality, and quantity of
materials to be furnished, and as to the requirements of the
contract, specifications and drawings. The name of the
individual who examined the site of the work and the date of
such examination shall be stated in the proposal.
By submitting a bid, the bidder will be held to have personally
examined the site and the drawings, to have carefully read the
specifications, and to have satisfied himself as to his ability
to meet all the difficulties attending the execution of the
proposed contract before the delivery of his proposal, and
agrees that if he is awarded the contract, he will make no claim
against the City of Diamond Bar based on ignorance or
misunderstanding of the contract provisions.
WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either
personally, by written request, or by telegraphic request
confirmed in the manner specified above at any time prior to
the scheduled closing time for receipt of bids.
INSURANCE AND BONDS: The Contractor shall not commence work
under this contract until he has secured all insurance and bonds
required under this section nor shall he allow any subcontractor
to commence work on this subcontract until all similar insurance
issued in compliance with this section shall be issued in the
form, and be an insurer of the insurers, satisfactory to and
first approved by the City in writing. Certificates of
Insurance in the amounts required shall be furnished by the
Contractor to the City prior to the commencement of work.The
Contractor shall maintain adequate Workmen's Compensation
Insurance under the laws of the State of California for all
labor employed by him or by any subcontractor under him who may
come within the protection of such Workmen's Compensation
Insurance laws.
6
1293492.1
The Contractor shall maintain public liability insurance to
protect said Contractor and the City against loss from liability
imposed by law, for damages on account of bodily injury,
including death resulting therefrom, suffered or alleged to
have been suffered by any person or persons, other than
employees, resulting directly or indirectly from the
performance or execution of this contract or any subcontract
thereunder, and also to protect said Contractor and the City
against loss from liability imposed by law, for damage to any
property. Damage insurance shall be maintained by the
Contractor in full force and effect during the entire period of
performance under this contract, in the amount of not less than
$2,000,000 for one person injured in the accident and in the
amount of not less than $2,000,000 for more than one person
injured in one accident and in the amount of not less than
$1,000,000 with respect to any property damage aforesaid.
The Contractor shall secure with a responsible corporate
surety, or corporate sureties, satisfactory bonds conditioned
upon faithful performance by the Contractor of all requirements
under the contract and upon the payment of claims of materials,
men and laborers thereunder. The Faithful Performance Bond
shall be in the sum of not less than one hundred percent (100%)
of the estimated aggregate amount of the payment to be made
under the contract computed on the basis of the prices stated
in the proposal. The Labor and Material Bond shall be in the
sum of not less than one hundred percent (100%) of the estimated
aggregate amount of the payments to be made under the contract
computed on the basis of the prices stated in the proposal.
9.INTERPRETATION OF PLANS AND DOCUMENTS: If any person
contemplating submitting a bid for proposed contract is in doubt
as to the true meaning of any part of the drawings,
specifications, or other contract documents, or finds
discrepancies in, or omissions from the drawings and
specifications, he may submit to the City a written request for
an interpretation or correction thereof. The person submitting
the request will be responsible for its prompt delivery. Any
interpretation or correction of the contract documents will be
made only by Addendum duly issued and a copy of such addendum
will be mailed or delivered to each person receiving a set of
the contract document. No person is authorized to make any
oral interpretation of any provision in the contract documents
to any bidder, and no bidder is authorized to rely on any such
unauthorized oral interpretation.
10.DISQUALIFICATION OF BIDDERS: More than one proposal from an
individual, firm partnership, corporation, or association under
the same or different names, will not be considered. Reasonable
7
1293492.1
grounds for believing that any bidder is interested in more
than one proposal for the work contemplated will cause the
rejection of all proposals in which such bidder is interested.
If there is reason for believing that collusion exists among
the bidders, all bids will be rejected and none of the
participants in such collusion will be considered in future
proposals.
No award will be made to any bidder who cannot give satisfactory
assurance as to his ability to carry out the Contract, both
from his financial rating and by reason of his previous
experience as a Contractor on work of the nature contemplated
in the Contract. The bidder may be required to submit his
record of work of similar nature to that proposed under these
specifications, and unfamiliarity with the type of work may be
sufficient cause for rejection of the bid.
11.INELIGIBLE SUBCONTRACTORS: The successful bidder shall be
prohibited from performing work on this project with a
subcontractor who is ineligible to perform work on the project
pursuant to Section 1777.1 or 1777.7 of the Labor Code.
12.AWARD OF CONTRACT: No proposal will be considered from a
Contractor who is not licensed as a Class C-7 contractor at
time of award in accordance with the provisions of the
Contractor’s License Law (California Business and Professions
Code, Section 7000 et seq.) and rules and regulations adopted
pursuant thereto or to whom a proposal form has not been issued
by the City of Diamond Bar. The City may award the Contract to
the lowest responsible bidder on the total base bid. Bids will
be compared on the basis of the lowest possible cost relative
to the alternate or alternates selected and the Contract, if
awarded, will be awarded to a responsible bidder whose proposal
complies with the requirements of these specifications. The
award, if made, will be made within ninety (90) calendar days
after the opening of the proposals; provided that the award may
be made after said period of the successful bidder shall not
have given the City written notice of the withdrawal of his
bid.
A contractor or subcontractor shall not be qualified to bid on,
be listed in a bid proposal, subject to the requirements of
Public Contract Code §4104, or engage in the performance of any
contract for public work, as defined in the Public Contract
Code, unless currently registered and qualified to perform
public work pursuant to Section 1725.5. It is not a violation
of Labor Code §1771.1 for an unregistered contractor to submit
a bid that is authorized by Business and Professions Code §
7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided
8
1293492.1
the contractor is registered to perform public work pursuant to
Labor Code § 1725.5 at the time the contract is awarded.
This project is subject to compliance monitoring and
enforcement by the Department of Industrial Relations.
The prime contractor is required to post job sits as prescribed
by regulation pursuant to Labor Code § 1771.4 and all
contractors must secure the payment of compensation to its
employees pursuant to Labor Code § 1869.
13.ALTERNATES: If alternate bids are called for, the Contract may
be awarded at the election of the governing board to the lowest
responsible bidder on the base bid, or on the base bid and any
specified alternate(s).
14.COMPETENCY OF BIDDERS: In selecting the lowest responsible
bidder, consideration will be given not only to the financial
standing but also to the general competency of the bidder
including qualifications, references, proper licensing,
adequate workforce and experience for the performance of the
work covered by the proposal.
15.QUALIFICATION OF BIDDERS: Each bidder shall be skilled and
regularly engaged in the general class (C-7) or type of work
called for under the contract. A statement setting forth his/her
experience shall be submitted by each bidder on the EXPERIENCE
STATEMENT form provided. In addition, the following
certifications are required:
Crestron DMC-E-4K, DM-NVX-N, and DMC-D-4K Certification
Crestron Certified Gold Programmer
BiAmp Tesira Certified Programmer
Avixa CTS-D and CTS-I
Bidder must have a minimum of five (5) years of experience and have
completed three or more, similar projects, in the last five (5)
years.
9
1293492.1
EXPERIENCESTATEMENT
Toberesponsive,thebiddermustlistbelow a minimumofthreepublic
agenciesforwhichbidderhasperformedsimilarworkwithinthepastfive
years.Onlyprojectsinexcessof $250,000eachqualifyassimilarfor
thisproject.
1.ProjectTitle
ContractAmount
TypeofWork
Client
AgencyProjectManager Phone
DateCompleted % Subcontracted
2.ProjectTitle
ContractAmount
TypeofWork
Client
AgencyProjectManager Phone
DateCompleted % Subcontracted
3.ProjectTitle
ContractAmount
TypeofWork
Client
AgencyProjectManager Phone
DateCompleted % Subcontracted
NOTE: IfrequestedbytheCity,thebiddershallfurnish a certified
financialstatement,references,andotherinformationsufficiently
comprehensivetopermitanappraisalofhiscurrentfinancialcondition.
Bidder'sSignature
City Council TV Systems, AV Meeting Rooms, Conference Rooms
Josh Howe (310) 412-8791
0
City of Inglewood
City of Inglewood Television System
Additions are Ongoing
City of Rancho Cucamonga
City of Rancho Cucamonga
City Council TV Systems, AV Meeting Rooms, Baseball Stadium
William Wittkopf (909) 477-2730 x4101
December 2021 0
(310) 521-5010
Consulting and Deployment for Multiple Projects
Paley Center for Media – Beverly Hills
Tony Ciesnewski
Paley Center for Media – Beverly Hills
0
$350k+
$450k+
$400k+
10
1293492.1
Each bidder shall possess a valid Contractor's License
issued by the Contractor's State License Board at the time
his/her bid is submitted. The class of license shall be
applicable to the work specified in the contract. Each
bidder shall also have no less than five (5) years of
experience in the magnitude and character of the work bid.
Bidder Qualifications called for to be submitted at time
of bid include, but are not necessarily limited to:
1.The Contractor shall have been in business under the
same name and California Contractors License for a minimum
of five (5) continuous years prior to the bid opening date
for this Project. The license used to satisfy this
requirement shall be of same type required by the contract.
2.License classification shall be as required by the
contract specifications.
3.The Contractor shall have five (5) years of experience
in the application of Polymer Modified Asphaltic Emulsion
Chip Seal.
4.The Contractor shall perform at least 50% of contract
with its own forces.
16.LISTING SUBCONTRACTORS: Each bidder shall submit a list of the
proposed subcontractors on this project as required by the
Subletting and Subcontracting Fair Practices Act (Government
Code Section 4100 and following). Forms for this purpose are
furnished with the contract documents. The name and location
of business of any subcontractor who will perform work exceeding
1/2 of 1% of the prime contractor's total bid or ten thousand
dollars ($10,000.00), whichever is greater, must be submitted
with the bid. Any other information regarding the foregoing
subcontractors that is required by City to be submitted may be
submitted with the bid, or may be submitted to City up to 24
hours after the deadline established herein for receipt of bids.
The additional information must be submitted by the bidder to
the same address and in the same form applicable to the initial
submission of bid.
17.WORKER'S COMPENSATION: In accordance with the provisions of
Section 3700 of the Labor Code, the Contractor shall secure the
payment of compensation to his employees. The Contractor shall
sign and file with the City the following certificate prior to
performing the work under this contract: "I am aware of the
provisions of Section 3700 of the Labor Code which require
11
1293492.1
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 the work of
this contract." The form of such certificate is included as
part of the contract documents.
18.BID DEPOSIT RETURN: Deposits of three or more low bidders, the
number being at the discretion of the City, will be held for
ninety (90) days or until posting by the successful bidder of
the Bonds required and return of executed copies of the
Agreement, whichever first occurs, at which time the deposits
will be returned after consideration of the bids.
19.EXECUTION OF CONTRACT: The bidder to whom award is made shall
execute a written contract with the City on the agreement form
provided, and shall secure all insurance and bonds as herein
provided within ten (10) days from the date of written notice
of the award. Failure or refusal to enter into a contract as
herein provided, or to conform to any of the stipulated
requirements in connection therewith shall be just cause for
the annulment of the award and the forfeiture of the proposal
guarantee.
If the successful bidder refuses or fails to execute the
Contract, the City may award the Contract to the next lowest
responsible bidder or re-advertise. On the failure or refusal
of the lowest responsible bidder or next lowest responsible
bidder to execute the Contract, such bidder's guarantees shall
be likewise forfeited to the City.
20."OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4
(commencing at #4380) Government Code, all specifications shall
be deemed to include the words "or equal", provided however
that permissible exceptions hereto shall be specifically noted
in the specifications.
21.EMPLOYMENT OF APPRENTICES: The Contractor, and all
subcontractors, shall comply with the provisions in Sections
1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the
California Labor Code concerning the employment of apprentices.
The Contractor and any subcontractor under him shall comply
with the requirements of said sections in the employment of
apprentices; however, the Contractor shall have full
responsibility for compliance with said Labor Code section, for
all apprentice able occupations, regardless of any other
contractual or employment relationships alleged to exist. In
addition to the above State Labor Code Requirements regarding
the employment of apprentices and trainees, the Contractor and
12
1293492.1
all subcontractors shall comply with Section 5 a. 3, Title 29
of the Code of Federal Regulations (29CFR).
22.EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a
bidder whose bid is under consideration for the award of the
Contract shall submit promptly to the City satisfactory
evidence showing the bidder's financial resources, his
construction experience, and his organization and plant
facilities available for the performance of the contract.
23.WAGE RATES: The Contractor and/or subcontractor shall pay wages
as indicated in the "Notice Inviting Sealed Bids" section of
these specifications. The Contractor shall forfeit as penalty
to the City of Diamond Bar, two hundred dollars ($200.00) for
laborers, workmen, or mechanics employed for each calendar day,
or portion thereof, if such laborer, workman or mechanic
employed is paid less than the general prevailing rate of wages
herein referred to and stipulated for any work done under the
proposed contract, by him, or by any subcontractor under him,
in violation of the provisions of Labor Code, and in particular,
Sections 1770 to 1781 inclusive. Copies of all collective
bargaining agreements relating to the work as set forth in the
aforementioned Labor Code are on file with the Department of
Industrial Relations, Division of Labor Statistics and
Research.
24.PERMITS, FEES AND LICENSES: The Contractor shall possess a
valid business license prior to the issuance of the first
payment made under this Contract. Any work required within
Caltrans right-of-way will require a separate permit to be
obtained by the Contractor.
25.TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree
to commence work on or before the date of written "Notice to
Proceed" of the City and to fully complete the project within
three hundred sixty-nine (369) working days thereafter. Bidder
must agree also to pay as liquidated damages, the sum of five
hundred dollars ($500.00) for each calendar day thereafter.
26.CLAIMS FILING AND PROCESSING: The City and Bidder agree to
attempt to orally resolve any disputes which may give rise to
a claim (hereafter, "Claim") that falls within the definition
of Public Contract Code section 9204 (hereafter, "Section
9204"). If these efforts are unsuccessful, the City and Bidder
shall process the Claim in accordance with Section 9204. In
summary, if the Bidder decides to submit a Claim to the City,
it shall be sent by registered or certified mail, return receipt
requested, together with reasonable documentation to support
the Claim. A Claim may include a Claim by a subcontractor or
13
1293492.1
a lower tier subcontractor meeting the requirements of Section
9204(d)(5). Within 45 days of receipt of the Claim, or any
extension thereof agreed upon by the City and the Bidder, the
City will conduct a reasonable review of the Claim and provide
the Bidder with a written statement identifying what portion of
the Claim is disputed and what portion is undisputed. Payment
of any undisputed portion of the Claim shall be made within 60
days after the City issues its written statement. If the City
does not provide a written statement within the time specified,
the Claim shall be deemed rejected.
If the Bidder disputes the City's written statement or if the
Claim is deemed rejected, the Bidder may demand in writing by
registered or certified mail to the City, return receipt
requested, an informal conference to meet and confer in an
effort to settle the disputed portion of any Claim. Within 30
days of receipt of such written demand, the City shall schedule
a meet and confer conference.
If any portion of the Claim remains in dispute after the
conference, the City shall, within 10 City business days of the
conclusion of the conference, provide the Bidder with a written
statement identifying any portion that remains in dispute and
any portion that is undisputed. Payment of any undisputed
portion shall be made within 60 days after the City issues its
written statement. Any remaining disputed portion shall be
submitted to nonbinding mediation in accordance with Section
9204(c)(2)(B), unless the Bidder and City waive the mediation
upon mutual written agreement.
27.CONFLICT OF INTEREST: In the procurement of supplies,
equipment, construction and services by sub-recipients, the
conflict-of-interest provisions in (State LCA-24 CFR 85.36 and
Non-Profit Organizations – 24 CFR 84.4), OMB Circular A-110,
and 24 CFR 570.611, respectively, shall apply. No employee,
officer or agent of the sub-recipient shall participate in
selection or in award of administration of a contract supported
by Federal funds if a conflict of interest, real or apparent,
would be involved.
14
1293492.1
BIDDER'S PROPOSAL
CITY OF DIAMOND BAR
WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS
UPGRADEPROJECT
CITY PROJECT NO. FP 23504
Date , 20
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:
(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.
April 19 23
Artistic Resources Corporation
Michael Little - President
15
1293492.1
(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.
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
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.
Address of Bidder Telephone of Bidder
City Zip Code Signature of Bidder
429 S Victory Blvd.
Burbank 91502
323-965-5200
One Million Dollars 1,000,000.00
16
1293492.1
BID SCHEDULE
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS
UPGRADE PROJECT
CITY PROJECT NO. FP 23504
ITEM
NO.
ESTIMATED
QUANTITY UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE AMOUNT
1 1 1
Windmill/Willow
Room Audio Visual &
Production Control
Room Systems
Upgrade
MANDATORY BID SCHEDULE ITEMS:
TOTAL AMOUNT BID (IN FIGURES)
TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS):
Type text here
$328,133.00 $328,133.00
$328,133.00
Three Hundred Twenty Eight Thousand One Hundred Thirty Three and 00/100 Dollars
17
1293492.1
Bid Schedule Note: Bid Price indicated refers to all items illustrated
on the plans and details, and delineated within the specifications
installed and completely in place with all applicable portions of the
construction documents and include all costs connected with such items
including, but to necessarily limited to, materials, transportation,
taxes, insurance, labor, overhead, and profit, for General Contractor
and Subcontractors.
All work called for on the construction documents are to provide a
completed project with all systems operating properly and ready for
use.
Award will be based on the items of Bid Schedule. Therefore, Contractor
shall completely fill out Bid Schedule.
Accompanying this proposal is
(Insert "$ 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
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.
NAME OF BIDDER (PRINT) SIGNATURE DATE
ADDRESS
CITY ZIP CODE TELEPHONE
STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION
Artistic Resources Corporation 4/26/23
429 S Victory Blvd
Burbank 91502
C-7 Low Voltage SystemsCalifornia License 1092556
323-965-5200
Bond 66625782
1,000,000.00
18
1293492.1
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.
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
19
1293492.1
LIST OF SUBCONTRACTORS *
BID OPENING DATE
WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS
UPGRADE PROJECT NO. FP 23504
LOCATION: 21810 Copley Dr., Diamond Bar CA 91765
CLIENT: City of Diamond Bar
CONTRACTOR
Name Under
Which
Subcontractor
is
Licensed
License
No.
Address
of
Office, Mail,
or
Shop
Percent
of
Total
Contract
Specific
Description
of
Subcontract
*In compliance with the provisions of the Public Contract Code
Section 4104, the undersigned bidder herewith sets forth the name,
20
1293492.1
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 (1%) of the
General Contractor’s total base bid amount or, in the case of bids
or offers for the construction of streets or highways, including
bridges in excess of one-half of 1 percent (0.5%)of the Prime
Contractor’s total base bid or ten thousand ($10,000.00),
whichever is greater, and the portion of the work which will be
done by each Subcontractor.
21
1293492.1
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the contractor,
certifies and declares that:
1.The contractor is aware of Sections 1777.1 and 1777.7 of the
California Labor Code, which prohibit a contractor or
subcontractor who has been found by the Labor Commissioner or the
Director of Industrial Relations to be in violation of certain
provisions of the Labor Code, from bidding on, being awarded, or
performing work as a subcontractor on a public works project for
specified periods of time.
2.The contractor is not ineligible to bid on, be awarded or perform
work as a subcontractor on a public works project by virtue of the
foregoing provisions of Sections 1777.1 or 1777.7 of the California
Labor Code or another provision of law.
3.The contractor is aware of California Public Contract Code Section
6109, which states:
(a)A public entity, as defined in Section 1100 [of the
Public Contract Code], may not permit a contractor or
subcontractor who is ineligible to bid or work on, or be
awarded, a public works project pursuant to Section 1777.1 or
1777.7 of the Labor Code to bid on, be awarded, or perform
work as a subcontractor on, a public works project. Every
public works project shall contain a provision prohibiting a
contractor from performing work on a public works project
with a subcontractor who is ineligible to perform work on the
public works project pursuant to Section 1777.1 or 1777.7 of
the Labor Code.
(b)Any contract on a public works project entered into
between a contractor and a debarred subcontractor is void as
a matter of law. A debarred subcontractor 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
22
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 declare under penalty of perjury under the laws of the State of
California that the foregoing is true and correct. Executed this day
of ________________, 2022, at ___________________ (place of execution).
Signature
Name:
Title:
Name of Contractor:
_____________________________Artistic Resources Corporation
Michael Little
President
Burbank, CA 915024/26/23
23
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
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.
3-16-23
X
24
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification
Bid Date
This information must include all construction work undertaken in the
State of California by the bidder and any partnership, joint venture or
corporation that any principal of the bidder participated in as a
principal or owner for the last five calendar years and the current
calendar year prior to the date of bid submittal. Separate information
shall be submitted for each particular partnership, joint venture,
corporation or individual bidder. The bidder may attach any additional
information or explanation of data, which he would like, taken into
consideration in evaluating the safety record. An explanation must be
attached of the circumstances surrounding any and all fatalities.
ITEM 5 CALENDAR YEARS
PRIOR TO CURRENT YEAR
CURRENT
YEAR
2018 2019 2020 2021 2022 TOTA
L
2023
No. of Contracts
Total dollar amount of
contracts (in 1,000’s)
No. of lost workday
cases
No. of lost work day
cases
involving permanent
transfer to
another job or
termination of
employment
No. of lost workdays
*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.
________________________________
Signature
________________________________
State Contractor’s Lic.No.& Class
________________________________
_____________________________
Name of Bidder (Print
______________________________
Address
______________________________
City Zip Code
1293492.1
Telephone
2 1233 11
0
0 0 0 0 0 0 0
0 0 0 00
0 0 0 0 0 0 0
0
Artistic Resources Corporation
C-7 1092556429 S Victory Blvd
Burbank 91502 323-965-5200
FP 23504
4/19/23
25
1293492.1
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.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
Type text here
27
1293492.1
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.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
28
1293492.1
AFFIDAVIT FOR JOINT VENTURE
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first
duly sworn, deposes and says:
That he
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.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
BOND No.________________
29
1293492.1
FAITHFUL PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond
Bar ("City"), has awarded to
(Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as
follows:
WHEREAS, Principal is required under the terms of the Contract to
furnish a bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the undersigned Principal, and
(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 City in the
penal sum of
Dollars ($______________), this amount being not less than the total
contract 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, his, her, or its, heirs, executors, administrators,
successors or assigns, shall in all things stand to and abide by, and
covenants, conditions and agreements in the Contract and any alteration
thereof made as therein provided, on the Principal's part to be kept
and performed, all within the time and in the manner therein specified,
and in all respects according to their true intent and meaning, and
shall indemnify and hold harmless City, its officers, agents, and others
as therein provided, then this obligation shall become null and void;
otherwise, it shall be and remain in full force and effect.
Artistic Resources Corporation
429 S Victory Blvd Burbank, CA 91502
FP 23504
30
1293492.1
In case suit is brought upon this bond, Surety further agrees to pay
all court costs and reasonable attorneys' fees in an amount fixed by
the court.
FURTHER, the Surety, for value received hereby stipulates and agrees
that no change, extension of time, alteration, addition or modification
to the terms of the Contract, or of the work to be performed thereunder,
or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any
such change, extension of time, alteration, addition, or modification
to the terms of the Contract or to the work or to the specifications
thereunder. Surety hereby waives the provisions of California Civil
Code §§ 2845 and 2849. The City is the principal beneficiary of this
bond and has rights of a party hereto.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument,
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: __________________
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
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.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:___________________________
Insurance Administrator
BOND No.________________
31
1293492.1
PAYMENT BOND
(LABOR AND MATERIAL)
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to
(Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as
follows:
WHEREAS, Principal is required under the terms of the Contract and the
California Civil Code to secure the payment of claims of laborers,
mechanics, materialmen, and other persons as provided by law.
NOW, THEREFORE, we, the undersigned Principal, and
(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 City in the
penal sum of
Dollars ($________________),
this amount being not less than one hundred (100%) of the total contract
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 CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal, his, her or its heirs, executors, administrators,
successors, or assigns, or subcontractors shall fail to pay any of the
persons named in Section 3181 of the California Civil Code, or any
amounts due under the Unemployment Insurance Code with respect to work
or labor performed under the Contract, or for any amounts required to
be deducted, withheld, and paid over to the Employment Development
Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance
Code, with respect to work or labor performed under the Contract, the
Surety will pay for the same in an amount not exceeding the penal sum
specified in this bond; otherwise, this obligation shall become null
and void. This bond shall insure to the benefit of any of their persons
named in Section 3181 of the California Civil Code so as to give a right
of action to such persons or their assigns in any suit brought upon the
bond. In case suit is brought upon this bond, Surety further agrees to
32
1293492.1
pay all court costs and reasonable attorneys' fees in an amount fixed
by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration, addition, or modification
to the terms of the Contract or of the work to be performed thereunder,
or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any
such change, extension of time, alteration, addition, or modification
to the terms of the Contract or to the work or to the specifications
thereunder. Surety hereby waives the provisions of California Civil
Code §§ 2845 and 2849.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument,
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
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By: ___________________________ By: ____________________________
Its Its
By: ___________________________ By: ____________________________
Its Its
Notary
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.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By: ___________________________
Insurance Administrator
BOND No._________________ Type text here
33
1293492.1
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that,
WHEREAS the City of Diamond Bar (“City”), has issued an invitation
for bids for the work described as follows:
____________________________________________________ Project No. _____
WHEREAS
(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
(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
Dollars($______________), 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.
34
1293492.1
In case suit is brought upon this bond, Surety further agrees to pay
all court costs incurred by City in the suit and reasonable attorneys'
fees in an amount fixed by the court. Surety hereby waives the
provisions of California Civil Code § 2845.
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:
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By: ___________________________ By: ____________________________
Its Its
By: ___________________________ By: ____________________________
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.
(Seal) (Seal)
1293492.1
CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION
As suppliers of goods or services to the City of Diamond Bar, the firm
listed below certifies that it does not discriminate in its employment
with regards to race, religion, sex, or national origin; that it is in
compliance with all federal, state, and local directives and executive
orders regarding non-discrimination in employment; and that it will
pursue an affirmative course of action as required by the affirmative
action guidelines.
We agree specifically:
1.To establish or observe employment policies which affirmatively
promote opportunities for minority persons at all job levels.
2.To communicate this policy to all persons concerned including all
company employees, outside recruiting services, especially those
serving minority communities, and to the minority communities at
large.
3.To take affirmative steps to hire minority employees within the
company.
FIRM
TITLE OF OFFICER SIGNING
SIGNATURE DATE
Please include any additional information available regarding equal
opportunity employment programs now in effect within your company:
Artistic Resources Corporation
Michael Little - President
4-16-23
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 , proposed subcontractor , hereby certifies that
he has , 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 , 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.
(COMPANY)
BY:
(TITLE)
DATE: , 20 .
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.
Artistic Resources Corporation
Michael Little - President
President
4/26/23
1293492.1
NON-COLLUSION AFFIDAVIT
TO: THE CITY OF DIAMOND BAR:
STATE OF CALIFORNIA )
) SS
COUNTY OF )
, being first duly
sworn, deposes and says that he or she is of
, 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,
bid depository, or to any member or agent thereof to effectuate a
collusive or sham bid.
Signature of Bidder
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Subscribed and sworn to before me this day of ,20 .
Notary Public in and for the County of
, State of California
Artistic Resources Corporation
Michael Little
President
ITEM QTY MFR MODEL ARC PRICE EXT COST DELIVERY DATE
1 11 CRESTRON DM-TX-4KZ-100-C-1G-B-T $583.00 $6,413.00 Q1 24
2 2 CRESTRON DMF-CI-8 $1,166.00 $2,332.00 Q1 24
3 11 CRESTRON DM-NVX-E760C $1,107.70 $12,184.70 Q1 24
4 1 CRESTRON DM-NVX-E30C $757.90 $757.90 Q1 24
5 3 CRESTRON DM-NVX-D30C $757.90 $2,273.70 Q1 24
6 7 CRESTRON DM-NVX-D30 $757.90 $5,305.30 Q1 24
7 1 CRESTRON DM-NVX-E30 $757.90 $757.90 Q1 24
8 0 CRESTRON PRO4 $0.00 $0.00DISCONTINUED
8 1 CRESTRON CP4N $1,632.40 $1,632.40 Q1 24
9 1 CRESTRON DM-NVX-DIR-80 $2,915.00 $2,915.00 IN STOCK
10 1 CRESTRON CEN-GWEXER $262.88 $262.88 Q1 24
11 1 CRESTRON TST-902 $2,215.40 $2,215.40 Q3 23
12 1 CRESTRON TST-902-BTP $87.98 $87.98 Q2 23
13 1 CRESTRON TST-902-DSW $874.50 $874.50 IN STOCK
14 2 CRESTRON TSW-770-B-S $1,049.40 $2,098.80 Q4 23
16 1 CRESTRON TS-770-B-S $1,166.00 $1,166.00 Q4 23
15 2 WALL-SMART 012-1-832-BL $472.76 $945.52 Q2 23
17 1 TOTEVISION LED-1562HDR $633.67 $633.67 Q2 23
18 1 BIAMP Tesira SERVER I/O AVB $4,722.30 $4,722.30 Q2 23
19 1 BIAMP Tesira SVC-2 $414.46 $414.46 Q2 23
20 4 BIAMP Tesira SIC-4 $239.56 $958.24 Q2 23
21 4 BIAMP Tesira SEC-4 $479.12 $1,916.48 Q2 23
22 3 BIAMP Tesira SOC-4 $210.94 $632.82 Q2 23
23 2 BIAMP Tesira DSP-2 $548.02 $1,096.04 Q2 23
24 2 BIAMP Apart MA240 $432.48 $864.96 Q2 23
24 0 QSC CX302V $0.00 $0.00 DISCONTINUED
24 2 QSC MP-A20V $0.00 $0.00 Q2 23
WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS
UPGRADE PROJECT CITY PROJECT NO. FP 23504
ITEM QTY MFR MODEL ARC PRICE EXT COST DELIVERY DATE
25 1 TASCAM SS-R250N $861.78 $861.78 Q2 23
26 1 MARSHALL AR-AM4-BG-2 $439.90 $439.90 Q2 23
27 4 EXTRON ASA 304 $313.76 $1,255.04 Q2 23
28 1 EXTRON RSF 123 $110.24 $110.24 IN STOCK
29 12 SHURE MX418D/C $253.34 $3,040.08 Q2 23
30 1 SHURE ULXD4Q=-G50 $4,788.02 $4,788.02 Q2 23
31 2 SHURE ULXD2/B87A=-G50 $602.08 $1,204.16 Q2 23
32 2 SHURE UAMS/BK $121.90 $243.80 Q2 23
33 2 SHURE ULXD1=-G50 $420.82 $841.64 Q2 23
34 2 SHURE MX150B/C-TQG $191.86 $383.72 Q2 23
35 1 SHURE SBC200-US $195.04 $195.04 Q2 23
36 1 SHURE SBC200 $154.76 $154.76 Q2 23
37 6 SHURE SB900B $84.80 $508.80 Q2 23
38 1 SHURE UA844SWB $455.80 $455.80 Q2 23
39 2 SHURE UA221-DC MOD $132.50 $265.00 Q2 23
40 4 SHURE UA834WB $132.50 $530.00 Q2 23
41 2 SHURE UA8-470-542 $24.38 $48.76 Q4 23
42 4 SHURE UA850 $83.74 $334.96 IN STOCK
43 2 SHURE UA806 $24.38 $48.76 IN STOCK
44 2 SHURE UA802 $13.78 $27.56 IN STOCK
45 0 BEHRINGER Q802USB $173.84 $0.00MODEL CHANGE
45 1 MACKIE Mix8 $104.94 $104.94 Q2 23
46 1 JBL C2PS Control 2P $271.36 $271.36 Q2 23
47 1 LOUROE ASK+E52:H52-4 #101RM $416.58 $416.58 Q2 23
48 1 CUSTOM PRESS PANEL $197.16 $197.16 CUSTOM
49 1 RDL ST-DA3 $167.48 $167.48 IN STOCK
50 1 MEANWELL LRS-75-24 $19.08 $19.08 IN STOCK
51 0 DATAVIDEO VP-445 $0.00 $0.00 DISCONTINUED
51 1 BZBGEAR BG-DA-12GS1x4 $401.74 $401.74 IN STOCK
ITEM QTY MFR MODEL ARC PRICE EXT COST DELIVERY DATE
52 0 MEANWELL LRS-75-12 $23.32 $0.00 NOT NEEDED
DUE TO ABOVE
52 1 MEANWELL LRS-75-5 $23.32 $23.32 IN STOCK
53 1 VADDIO RoboSHOT 30E HDBT
OneLINK Bridge System $5,676.75 $5,676.75 Q2 23
54 3 VADDIO RoboSHOT 12E HDBT
OneLINK Bridge System $5,321.02 $15,963.06 Q2 23
55 2 VADDIO Dual 1/2 Rack Mounting Kit $102.18 $204.37 Q1 23
56 1 VADDIO AV Bridge MatrixMIX
Production System $9,503.47 $9,503.47 Q2 23
57 1 VADDIO TeleTouch 27" USB Touch-
Screen Multiviewer $2,038.33 $2,038.33 Q1 23
58 4 WINSTED W6492 $411.28 $1,645.12 Q2 23
59 1 Tascam BD-MP4K $555.44 $555.44 IN STOCK
60 1 Samsung QN55Q70AAFXZA $844.82 $844.82 IN STOCK
61 0 SANUS VMT5-B1 $0.00 $0.00MODEL CHANGE
61 1 SANUS VLF613 $355.10 $355.10 IN STOCK
62 1 ATLONA HD-RON-444 $349.80 $349.80 IN STOCK
63 1 BLACKMAGIC TERANEX MINI HDMI TO
SDI 12G $476.02 $476.02 IN STOCK
64 1 BLACKMAGIC TERANEX MINI Analog to
SDI 12G $476.02 $476.02 Q2 23
65 2 BLACKMAGIC Teranex
Mini Smart Panel $77.74 $155.48 IN STOCK
66 1 BLACKMAGIC Teranex
Mini Rack Shelf $97.17 $97.17 IN STOCK
67 1 BLACKMAGIC SmartVideohub 40 x 40 $0.00 $0.00 Q2 23
67 1 BLACKMAGIC Videohub 40x40 12G $3,489.39 $3,489.39
68 1 JVC DT-N17F $2,824.90 $2,824.90 IN STOCK
69 0 MATROX MONARCH HDX $0.00 $0.00 MODEL CHANGE
70 0 MATROX MONARCH RACK KIT $0.00 $0.00 MODEL CHANGE
69 1 BLACKMAGIC Web Presenter 4K Ultra HD Live
Streaming Encoder $589.57 $589.57 IN STOCK
70 1 BLACKMAGIC Teranex
Mini Rack Shelf $97.17 $97.17 IN STOCK
70B 1 BLACKMAGIC
HyperDeck Studio HD Mini
1080p60 Recorder with USB- C &
Time Code Generator
$432.35 $432.35 IN STOCK
71 2 SANDISK 128GB EXTREME PRO SDXC
CARD $40.28 $80.56 IN STOCK
72 1 MIDDLE
ATLANTIC UPS-OL3000R $2,727.38 $2,727.38 IN STOCK
73 1 MIDDLE
ATLANTIC UPS-OL2200R $2,273.70 $2,273.70 IN STOCK
74 1 CISCO CBS350-48FP-4X-NA $2,128.48 $2,128.48 Q3 23
ITEM QTY MFR MODEL ARC PRICE EXT COST DELIVERY DATE
75 1 CISCO CBS350-24FP-4X-NA $1,369.52 $1,369.52 Q3 23
76 2 CISCO Smart Net Total Care $165.36 $330.72 Q3 24
77 8 FS SFP-10GSR-85 $21.20 $169.60 IN STOCK
78 1 TRIPP LITE N252-048-SH-K $236.20 $236.20 IN STOCK
79 1 TRIPP LITE N252-024-SH-K $166.78 $166.78 IN STOCK
80 3 Optoma ZU720T $0.00 $0.00 Q2 23
80 3 Optoma ZU725T $4,737.14 $14,211.42 Q2 23
81 3 Chief RPMAU $239.56 $718.68 Q2 23
82 1 CABLECAST CBL-VIO4-600 $19,870.76 $19,870.76 Q2 23
83 2 CABLECAST CBL-VIO4-HA $1,987.50 $3,975.00 Q2 23
84 2 CABLECAST CBL-STRUPG- 40TB $2,941.50 $5,883.00 Q2 23
85 1 CABLECAST CBL-VIOLITE-CG- SVR $4,197.60 $4,197.60 Q2 23
86 2 CABLECAST CBL-VIOLITE-CG- HA $393.26 $786.52 Q2 23
87 1 CABLECAST CBL-CGPLAYER- LIC $1,314.40 $1,314.40 Q2 23
88 1 CABLECAST CBL-LIVE-350 $3,307.20 $3,307.20 Q2 23
89 2 CABLECAST CBL-LIVE-350-HA $310.58 $621.16 Q2 23
90 1 CABLECAST CBL-SVR450- VOD-10 $9,262.28 $9,262.28 Q2 23
91 2 CABLECAST CBL-SVR450- VOD-10-HA $926.44 $1,852.88 Q2 23
92 1 CABLECAST CBL-REFLECT-BND $2,035.20 $2,035.20 Q2 23
93 1 CABLECAST CBL-CABLECAST-APP $1,356.80 $1,356.80 Q2 23
94 16 CABLECAST CBL-SAS-CH-1YR $318.00 $5,088.00
95 8 CABLECAST CBL-SVC-PH-HRLY $84.80 $678.40
96 1 RARITAN DKX3-108 $2,021.85 $2,021.85 Q2 23
97 3 RARITAN DCIM-USBG2 $127.93 $383.79 Q2 23
98 3 RARITAN DCIM-DVUSB-XXXX $178.08 $534.24 Q2 23
99 1 AJA FS-2 $3,934.46 $3,934.46 Q3 23
100 1 AJA C10DA $182.06 $182.06 Q2 23
101 1 ENSEMBLE
DESIGN BrightEye 55 $1,431.00 $1,431.00 Q2 23
102 0 DORROUGH 40-A $0.00 $0.00 DISCONTINUED
ITEM QTY MFR MODEL ARC PRICE EXT COST DELIVERY DATE
103 0 DORROUGH 40-B2 $0.00 $0.00 DISCONTINUED
102 1 ESE ES216P4 DS $262.35 $262.35 Q2 23
104 2 MIDDLE
ATLANTIC BGR-4132 $1,084.38 $2,168.76 IN STOCK
105 1 MIDDLE
ATLANTIC BSPN-4132 $566.04 $566.04 IN STOCK
106 2 MIDDLE
ATLANTIC CBS-BGR $159.53 $319.06 IN STOCK
107 2 MIDDLE
ATLANTIC BGR-276FT-FC $451.03 $902.06 IN STOCK
108 2 MIDDLE
ATLANTIC VFD-41A $420.29 $840.58 Q2 23
109 1 MIDDLE
ATLANTIC HW500 $130.38 $130.38 IN STOCK
110 4 MIDDLE
ATLANTIC PD-2415SC $159.00 $636.00 IN STOCK
111 1 MIDDLE
ATLANTIC LACE-40-OWP $214.12 $214.12 IN STOCK
112 2 MIDDLE
ATLANTIC DR-8 $59.36 $118.72 IN STOCK
113 1 MIDDLE
ATLANTIC U1V-4 $149.99 $149.99 IN STOCK
114 2 WINSTED W6469 $238.50 $477.00 Q2 23
115 1 VARIOUS Installation Materials $9,116.00 $9,116.00 IN STOCK
116 1 BLACKMAGIC Converter - SDI to HDMI 3G $58.30 $58.30 IN STOCK
$ 225,664.77
$ 21,438.15
$ 6,769.94
117 1 VENDOR System Design $ 1,875.00
118 1 VENDOR CAD & Documentation $ 3,200.00
119 1 VENDOR System Integration $ 32,800.00
120 1 VENDOR $ 9,800.00
121 1 VENDOR Audio DSP Programmimg $ 2,300.00
122 1 VENDOR Commissioning $ 1,680.00
123 1 VENDOR Training $ 2,690.00
124 1 VENDOR Warranty -Standard $ 9,865.00
$ 64,210.00
$253,872.86
$ 10,050.00
$328,132.86
Control System & GUI
Programming
Labor Sub-Total:
Grand Total:
Equipment Sub Total
Bonding/Insurance
9.5% Sales Tax:
Estimated Freight:
Equipment Sub-Total:
ITEM QTY MFR MODEL ARC PRICE EXT COST DELIVERY DATE
125 1 VENDOR Warranty -Optional $ 19,300.00
1293492.1
Sample Cable Test Report
1293492.1