HomeMy WebLinkAboutBid Proposal Package_All American AsphaltCITY OF
DIAMOND BAR
C A L I F O R N I A
DEPARTMENT OF PUBLIC WORKS
CITY OF DIAMOND BAR
CALIFORNIA
OFFICIAL NOTICE
RESIDENTIAL & COLLECTOR STREETS REHABILIATION (AREA 2)
AND
ARTERIAL STREET REHABILIATION
(GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND
AVENUE)
FY 2022-2023 PROGRAM
City Project No. S123102 & S123103
ADDENDUM NO. 1
The following changes to the Contract Documents for the above project shall be
incorporated into the Contract Documents and Specifications as part of this project.
The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1
and attach it to the bid.
3/6/2023
David G. Liu, P.E. Date
Director of Public Works/City Engineer
Contrdctor's fx'ufhorized Signature
Edward J. Carlson, Vice President
1/2
EXPERIENCE STATEMENT
To be responsive, the bidder must list below a minimum of three public
agencies for which bidder has performed similar work within the past five
years. Only projects in excess of $1,000,000 each qualify as similar for this
project.
1. Project Title 2020 Fall Pavement Rehabilitation Project
Contract Amount $2,499,333.00
Type of Work Pavement Rehabilitation
Client City of Ontario
Agency Project Manager Ariana Kern
Date Completed 1212020
Phone 909-395-2129
% Subcontracted 7.7%
2. Project Title Pavement Rehabilitation - Barton Road
Contract Amount $768,677.00
Type of Work Pavement Rehabilitation
Client City of Loma Linda
Agency Project Manager T. Jarb Thaipejr Phone 909-799-4400
Date Completed 12/2020 % Subcontracted 4.6%
3. Project Title Yerba Buena Area Resurfacing Projet
Contract Amount $3,919,808.95
Type of Work Resurfacing Project
Client Resurfacing Project
Agency Project Manager
Date Completed 12/2019
Christopher Solis
Phone 805-654-2054
% Subcontracted 14.00%
NOTE: If requested by the City, the bidder shall furnish a certified
financial statement, references, and other information sufficiently
comprehensive to permit an appraisal of his current financial condition.
Bidder's Signature°
Edward J. Carl on, Vice President
9
2021
PAST WORK REFERENCES
Colony Commerce
C/O Caprock Partners
1300 Dove Street Suite 200
Newport Beach, CA 92660
Contact: Eric Nutter (949) 428-1400 Ext. 209
enutter@moote.com
Lennar Homes
25 Enterprise 9300
Aliso Viejo, CA 92656
Contact: Diane Hannon (949)349-8000
Diane.hannon@lennar.com
City of Norco
2870 Clark Ave.
Norco, AC 92860
Contact: Todd Shank (951) 270-5603
Todd. shank@norco. ca.us
Archibald St. Improvements
Contract Amount: $1,949,000.00
Start: 12/2019
Completed: 12/2021
Merrill_& Haven Street Improvement
Contract Amount: $1,481,832.15
Start: 6/2020
Completed: 12/2021
Wayne Makin Park Slurry Seal Project
Contract Amount: $52,725.89
Start: 10/2021
Completed: 12/2021
Los Angeles Department of Water and Power Pine Tree Power Plant Access Road Repair
111 North Hope Street, L-43 Improvements
Los Angeles, Ca 90012 Contract Amount: $810,400.00
Contact: Joelle Morisseau (213) 367-0123 Start: 5/2021
Joelle.morisseau@LADWP.com Completed: 7/2021
City of Dana Point
33282 Golden Lantern
Dana Point, CA 92629
Contact: Scott Fisher (949) 248-3577
sfisher@DanaPoint.org
City of Corona
400 South Vicentia
Corona, CA 92852
Contact: Barry Ghaemi (951) 736-2400
b hg_aemi@Coronaca.aov.
Slurry Seal Project 19/20
Contract Amount: $1,897,897.00
Start: 04/2020
Completed: 05/2021
Street Pavement Maintenance
& Rehabilitation Project No. 2020.01
ContractAmount: $3,471,178.00
Start: 6/2021
Completed: 1/2022
2021
PAST WORK REFERENCES
City of Anaheim
200 S. Anaheim Boulevard
Anaheim, CA 92805
Contact: Jose Cortez (714) 765-5039
jeortez@anaheiin.net
County of Orange
601 North Ross Street
Santa Ana, CA 92701
Contact: Stephen Clayton (714) 995-0206
Stei)hen.cll)qon@ocpw.ocgov.com
City of Norwalk
12700 Norwalk Blvd.
Norwalk, CA 90650
Glen W. C. Kau (562) 929-5723
gka-Li@norwalkca.gov
City of Garden Grove
11222 Acacia Pkwy
Garden Grove, CA 92840
Navin Maru (714) 741-5180
ninaru@ggcity.org
State College Boulevard Improvement
from Ball Road to SR 91 Freeway
Contract Amount: $484,848.00
Start: 8/2021
Complete: 4/2022
Rossmoor Collectors Grind & Overlay
Contract Amount: $ 2,148,320.90
Start: 4/2021
Complete: 12/2021
Local Streets Rehabilitation
Zone 27 East of Gard — No. 7925.3
Contract Amount: $1,051,330.00
Start: 6/2021
Completed: 12/2021
Arterial STS. Rehabilitation
Contract Amount: $3,185,281.00
Start: 6/2022
Complete: 12/2021
2020
PAST WORK REFERENCES
City of Ontario
303 East B Street
Ontario, CA 91764
Contact: Ariana Kern (909) 395-2129
akern(aDontarioca.gov
City of Loma Linda
25541 Barton Road
Loma Linda, CA 92354
Contact: T. Jarb Thaipejr (909) 799-4400
ithaipeira-lomalinda-ca.gov
City of Jurupa Valley
8920 Limonite Avenue
Jurupa Valley, CA 92509
Contact: Chase Keys (951) 332-6464
ckeys .iurupavalley.org
County of Orange
601 N. Ross Street, 4th Floor
Santa Ana, CA 92701
Contact: Albert Rodriguez
albert.rodriguez(a ocpw.ocgov.com
City of Compton
205 S. Willowbrook Avenue
Compton, CA 90220
Contact: Brittany Duhn (Z & K Consultants)
bduhn(a),zandkconsultants.com
City of Huntington Beach
2000 Main Street
Huntington Beach, CA 92648
Contact: Joe Fuentes (714) 536-5259
ifuentesa-surfcity-hb.org
2020 Fall Pavement Rehabilitation Project
Contract Amount: $2,499,333.00
Start Date: 07/2020
End Date: 12/2020
Pavement Rehabilitation — Barton Road
Contract Amount: $768,677.00
Start Date: 04/2020
End Date: 12/2020
Granite Hill Drive Pavement Rehabilitation
Contract Amount: $999,777.00
Start Date: 04/2020
End Date: 10/2020
JOC Pavement Maintenance
Contract Amount: $2,584,747.69
Start Date: 07/2020
End Date: 08/2020
Annual Residential Street Rehabilitation —
Phase 1
Contract Amount: $5,295,068.00
Start Date: 05/2020
End Date: 11/2020
Arterial Rehabilitation of Graham St, Slater
Ave, Newland St and Atlanta Ave
Contract Amount: $5,181,955.00
Start Date: 05/2020
End Date: 11 /2020
2020
PAST WORK REFERENCES
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Contact: Patricia Kharazmi (949) 644-3344
pkharazmi .newportbeachca.gov
City of Westminster
8200 Westminster Boulevard
Westminster, CA 92683
Contact: Theresa Tran (714) 548-3460
ttranO-westminster.ca.gov
Crescenta Valley Water District
2700 Foothill Boulevard
La Crescenta-Montrose, CA 91214
Contact: Brook Yared (818) 236-4117
byared -cvwd.com
City of Alhambra
111 S. 1 st Street
Alhambra, CA 91801
Contact: Robert Bias (626) 580-5000
rbias(a),cityofalham bra.ora
County of Ventura
800 S. Victoria Avenue, #1600
Ventura, CA 93009
Contact: Matt Maechler (805) 477-1911
matthew.maechlerCa.ventura.org
City of Camarillo
601 Carmen Drive
Camarillo, CA 93010
Contact: Thang Tran (805) 388-5345
ttran(o)-citvofcamarillo.org
Cameo Highlands Street Reconstruction
Contract Amount: $2,425,694.00
Start Date: 07/2020
End Time: 11/2020
Citywide Overlay Street Improvements
Contract Amount: $1,131,621
Start Date: 02/2020
End Date: 06/2020
Final Paving of Pennsylvania Ave
Contract Amount: $82,620.00
Start Date: 02/2020
End Date: 04/2020
2020 HUD Street Improvements Project
Contract Amount: $300,433.00
Start Date: 06/2020
End Date: 10/2020
Yerba Buena Rd. (South) Pavement
Resurfacing
Contract Amount: $2,298,467.40
Start Date: 03/2020
End Date: 06/2020
Earl Joseph Drive Paving
Contract Amount: $681,901.50
Start Date: 06/2020
End Date: 07/2020
2020
PAST WORK REFERENCES
City of Norco
2870 Clark Avenue
Norco, CA 92860
Contact: Sam Nelson (951) 270-5607
snelson aC ..ci.norco.ca.us
City of Orange
300 E. Chapman Avenue
Orange, CA 92886
Contact: Martin Varona (714) 744-5563
mvarona(a)-cityoforange.orq
FY 2019-2020 Slurry Seal Project
Contract Amount: $147,708.97
Start Date: 06/2020
End Date: 12/2020
Annual Slurry Seal FY 19-20 Various
Locations
Contract Amount: $377,737.78
Start Date: 06/2020
End Date: 12/2020
2019
PAST WORK REFERENCES
City of Simi Valley
2929 Tapo Canyon Rd.
Simi Valley, CA 93063
Contact: Sarah Sheshebor (805)583-6792
ssheshebCa-)simivalley. org
County of Ventura
501 Poli Street
Ventura, CA 93001
Contact: Christopher Solis (805) 654-2054
chris.solisa.ventura.org
City of Stanton
7800 Katella Avenue
Stanton, CA. 90680
Contact: Guillermo Perez (714) 890-4204
g p e rezRc i. sta nto n. ca. u s
City of Compton
205 S. Willowbrook Avenue
Compton, CA. 90220
Contact: John Strictland (310) 605-5505
itrictland _comptoncity.org
City of San Clemente
910 Calle Negocio
San Clemente, CA. 92673
Contact: Darra Koger (949) 361-3138
kogerD()san-clemente.org
City of South Gate
8650 California Avenue
South Gate, CA. 90280
Contact: John Rico (323) 563-9594
irico(cD-sogate.org
Simi Valley Minor Street Rehabilitation
Contract Amount: $510,124.25
Start Date: 07/2019
End Date: 08/2019
Yerba Buena Area Resurfacing Project
Contract Amount: $3,919,808.95
Start Date: 06/2019
End Date: 12/2019
2019 Citywide Street Resurfacing
Contract Amount: $1,206,869.00
Start Date: 10/2019
End Date: 12/2019
Road Repair Service (Pothole Repair)
Contract Amount: $1,019,100.00
Start Date: 08/2019
End Date: 11/2019
Street Rehabilitation for S. Avenue LA
Esperanza
Contract Amount: $384,055.00
Start Date: 09/2019
End Date: 10/2019
Circle Park Driveway Project
Contract Amount: $268,576.00
Start Date: 06/2019
End Date: 09/2019
2019
PAST WORK REFERENCES
Pardee Homes
1250 Corona Pointe Court, Ste. 600
Corona, CA. 92879
Contact: Nick Lasher (951) 428-4442
nick.lasher(a)pardeehomes.com
City of Fontana
8353 Sierra Avenue
Fontana, CA. 92335
Contact: Kimberly Young (909) 350-7632
kyoungCaD-fontana.org
DR Horton
2280 Wardlow Circle Ste. 100
Corona, CA. 92880
Contact: Keith Alex (951) 830-5872
kalexa-drhorton.com
Irvine Community Development Company
550 Newport Center Dr. Ste. 550 B2
Newport Beach, CA. 92660
Contact: Mike Morse (949) 720-2560
City of Downey
11111 Brookshire Avenue
Downey, CA. 90241
Contact: Desi Gutierrez, (562) 904-7110
dg utierrO-downeyca. org
Railroad Canyon Widening
Contract Amount: $5,062,746.00
Start Date: 11/2018
End Time: 08/2019
Citrus Avenue Improvements
Contract Amount: $502,730.00
Start Date: 08/2018
End Date: 10/2019
Singlton Road
Contract Amount: $1,684,000.00
Start Date: 07/2018
End Date: 12/2019
Portola Springs PA-6 Enclave 513 Phase1, 2
Contract Amount: $2,055,055.00
Start Date: 09/2018
End Date: 12/2019
FY 18/19 Slurry Seal Project
Contract Amount: $313,425.87
Start Date: 06/2019
End Date: 12/2019
2019
PAST WORK REFERENCES
City of Chino
PO Box 667
Chino, CA. 91708
Contact: Dustin Postovoit (909) 334-3415
apostovoita.cityofchino.org
City of Lancaster
44933 Fern Avenue
Lancaster, CA. 93534
Contact: Greg Wilson (661) 570-8003
gwilson(c)-cityoflancasterca.org
City of Colton
650 N. La Cadena Dr.
Colton, CA. 92324
Contact: Victor Ortiz (909) 370-5099
vortiz(.coltonca.gov
City of Cathedral City
68700 Ave Lalo Guerrero
Cathedral City, CA. 92234
Contact: John A. Corella (760) 770-0349
icorella(a-)cathedralcity.gov
City of San Clemente
910 Calle Negocio
San Clemente, CA. 92673
Contact: Gary Voborsky (949) 361-6132
voborskymja san-clemente.orq
Slurry Seal Maintenance Work
Contract Amount: $372,805.00
Start Date: 1/2019
End Date: 12/2019
2018 Pavement Management Program
Contract Amount: $2,720,103.65
Start Date: 3/2019
End Date: 12/2019
FY 18-19 Asphalt Paving Project
Contract Amount: $1,377,700.00
Start Date: 3/2019
End Date: 11/2019
Ortega Road Widening
Contract Amount: $459,998.00
Start Date: 2/2019
End Date: 12/2019
Arterial Street Pavement Maintenance
Contract Amount: $1,187,187.00
Start Date: 3/2019
End Date: 7/2019
BIDDER'S PROPOSAL
FOR
RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2)
AND
ARTERIAL STREETS REHABILITATION
(GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND AVENUE)
FY 2022-2023 PROGRAM
PROJECT NO. SI23102 & SI23103
Date March 3 , 2023
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:
All American Asphalt - Corporation
Edward J. Carlson, Vice President
Michael Farkas, Secretary
Mark Luer, President
(If the bidder is a corporation, give the name of the corporation
and the name of its president, secretary, treasurer, and manager.
If a co -partnership, give the name under which the co -partnership
does business, and the names and addresses of all co-partners.
If an individual, state the name under which the contract is to
be drawn.)
(b) That this proposal is made without collusion with any person,
firm or corporation.
(c) That he/she has carefully examined the location of the proposed
work and has familiarized himself/herself with all of the physical
and climatic conditions, and makes this bid solely upon his/her
own knowledge.
(d) That by submitting this Bidder's Proposal, he/she acknowledges
receipt and knowledge of the contents of those communications
sent by the City of Diamond Bar to him/her at the address
furnished by him/her to the City of Diamond Bar when this Proposal
Form was obtained.
(e) That he/she has carefully examined the specifications, both
general and detail, and the drawings attached hereto, and
13
communications sent to him/her as aforesaid, and makes this
proposal in accordance therewith.
(f) That, if this bid is accepted he/she will enter into a written
contract for the performance of the proposed work with the City
of Diamond Bar.
(g) That he/she proposes to enter into such Contract and to accept in
full payment for the work actually done thereunder the prices
shown in the attached schedule. It is understood and agreed that
the quantities set forth are estimates, and that the unit prices
will apply to the actual quantities whatever they may be.
Accompanying this Proposal is a Certified or Cashier's Check or
Bidder's Bond, payable to the order of the City of Diamond Bar in the
sum of 10% Bidder's Bond DOLLARS $ 10% Bidder's Bond.
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.
PO Box 2229
Address of Bidder
Corona, CA
City
951-736-7600
Telephone of Bidder
92878�—
Zip Code Sign ure of Bidder
Edward J. Carlson, Vice President
14
,:rAr,ok,
ALLAMERICAN
—ASPHALT—
ALL AMERICAN Asil 1AL1
ALL AMERICAN AGGREG,--\TE_S
CORPORATE RESOLUTION
Resolved, that this Corporation, All American Asphalt, on January 3, 2022 authorizes Edward J.
Carlson to execute bid proposals, contracts and agreements on behalf of the company in the
capacity of Vice President.
Michael Farkas
Secretary
BID SCHEDULES
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
BID SCHEDULE: RESIDENTIAL & COLLECTOR STREETS REHABILITATION
(AREA 2)
AND
ARTERIAL STREETS REHABILITATION
(GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND AVENUE)
FY 2022-2023 PROGRAM
PROJECT NO. SI23102 & SI23103
Base Bid A — RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA ,
2) Proj ect No. SI23102 4'
ITEM
APPROX.
DESCRIPTION
UNIT
NO.
QUANTITY
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
A-1
1
LS
MOBILIZATION (NOT TO EXCEED 5%
OF TOTAL BID AMOUNT)
$94,000
$94,000
TRAFFIC CONTROL AND PUBLIC
A-2
1
LS
SAFETY. (NOT TO EXCEED 5% OF
$100,000
$100,000
TOTAL BID AMOUNT)
A-3
1
LS
CONSTRUCITON STAKING AND
MONUMENT PRESERVATION
$70,000
$70,000
A-4
1
LS
PUBLIC NOTIFICATION
$3,000
$3,000
A-5
1,400
ELT
APPLICATION OF TYPE 2 SLURRY
SEAL WITH 2% LATEX
$271.00
$379,400
A-6
1
LS
APPLICATION OF CRACK SEAL &
$174,000
$174,000
WEED KILL
A-7
145,000
SY
APPLICATION OF CAPE SEAL
$5.20
$754,000
A-8
46
EA
ADJUST VALVE CAN TO GRADE
$104.00
$4,784
A-9
66
EA
ADJUST MANHOLE TO GRADE
$750.00
$49,500
EDGE MILL ROAD 6' WIDE (20' AT
A-10
250,000
SF
JOINS), 0"-1.5"
$0.32
$80,000
15
.CONTINUED:
BASE BID A SCHEDULE: RESIDENTIAL & COLLECTOR STREETS REHABILITATION
(AREA 2) PROJECT NO. SI23102
ITEM
APPROX.
DESCRIPTION
UNIT
NO.
QUANTITY
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
A-11
3,700
TON
CONSTRUCT 1.5" THICK AC (C2 PG
$134.00
$495,800
64-10) OVERLAY
REMOVE AND RECONSTRUCT CROSS
A-12
875
SF
GUTTER PER SPPWC STD PPLAN 122-
$26.00
$22,750
2
A-13
18
CY
REMOVE EXISTING AND
CONSTRUCT 6" CLASS H BASE
$282.00
$5,076
A-14
1,650
SF
6" AC PAVEMENT (RIGOUTS)
$18.00
$29,700
REMOVE EXISTING IMPROVEMENTS,
A-15
375
SF
GRIND ROOTS, AND CONSTRUCT
$15.00
SIDEWALK PER SPPWC STD. PLAN
$5,625
112-3 AND 113-3
-
REMOVE EXISTING IMPROVEMENTS
A-16
40
LF
AND CONSTRUCT 8" CURB PER
$83.00
$3,320
SPPWC STD. PLAN 120-2, A1-6
THERMOPLASTIC STRIPING,
MARKING, AND LEGENDS
A-17
1
LS
(EXCLUDES SKIDRESISTANT
$110,000
$110,000
PREFORMED THERMOPLASTIC
CROSSWALKS)
INSTALL SKID -RESISTANT
A-18
6,800
SF
PREFORMED THERMOPLASTIC
$7.50
$51,000
CROSSWALKS
TOTAL AMOUNT BASE BID A SCHEDULE (IN FIGURES),
$ 2,431,955.00
TOTAL AMOUNT BASE BID SCHEDULE (WRITTEN IN
WORDS) :
Two Million Four Hundred Thirty -One Thousand Nine Hundred Fift-Five Dollars
16
Base Bid B — ARTERIAL STREETS REHABILITATION (GOLDEN SPRINGS DR FROM
BREA CANYON RD TO GRAND AVENUE) PROJECT NO. SI23103
ITEM
APPROX.
DESCRIPTION
UNIT
NO.
QUANTITY
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
B-1
1
LS
MOBILIZATION (NOT TO EXCEED 5%
OF TOTAL BID AMOUNT)
$50,000
$50,000
TRAFFIC CONTROL AND PUBLIC
$50,000
$50,000
B-2
1
LS
SAFETY. (NOT TO EXCEED 5% OF
TOTAL BID AMOUNT)
B-3
1
LS
CONSTRUCITON STAKING AND
,MONUMENT PRESERVATION
$10,000
$10,000
B-4
1
LS
PUBLIC NOTIFICATION
$3,000
$3,000
B-5
30
EA
ADJUST VALVE CAN TO GRADE
$104.00
$3,120
B-6
39
EA"
ADJUST MANHOLE TO GRADE
$1,200
$46,800
S A Tx C TT AND RE E ZE
TRTTL'DT1I;DTTTr'_ D/1DTr(1TT OF 1;V
$1 9.00
$46,550.00
B-7
2,450
SF
p A VEDt ~NT CONSTRUCTION
CONSTRUCT BUS PAD, 8" P.C.C.
.9
CONSTRUCT 6" CLASS II BASE PER
$68.00
$5,440.00
B-8
80
TON
SPPWC STD PLAN 131-2
SAWCUT AND REMOVE EXISTING AC
$7.60
$18,620.00
B-9
2,450
SF
PAVEMENT, BASE TO A DEPTH OF
14" BELOW PROPOSED SURFACE
REMOVE EXISTING IMPROVEMENTS,
$13.00
$17,550
B-10
1,350
SF
GRIND ROOTS, AND CONSTRUCT
SIDEWALK PER SPPWC STD. PLAN
112-3 AND 113-3
B-11
465,000
SF
COLD MILL EXISTING AC TO A
DEPTH OF 2"
$0.37
$172,050
B-12
3-I888
TON
CONSTRUCT 2" DEPTH AC SURFACE
6,000
COURSE C2-PG 64-10 (OVERLAY)
$100.00
$600,000
REMOVE EXISTING SIDEWALK AND
B-13
4
EA
CONSTRUCT CAST IN PLACE
$1,250
$5,000
TRUNCATED DOMES
-
Addendum 1 -17
.CONTINUED:BASE BID SCHEDULE:
BASE BID B SHCEDULE: ARTERIAL STREETS REHABILITATION
(GOLDEN SPRINGS:
DR FROM BREA CANYON RD TO GRAND AVENUE) PROJECT
NO. S123103
ITEM
APPROX.
DESCRIPTION
UNIT
J
NO.
QUANTITY
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
REMOVE EXISTING IMPROVEMENTS
B-14
10
LF
AND CONSTRUCT 8" CURB PER
$85.00
$850.00
SPPWC STD. PLAN 120-2, A1-6
REMOVE EXISTING IMPROVEMENTS
& INSTALL NEW ADA COMPLIANT
B-15
1
EA
CURB RAMP PER SPPWC STD. PLAN
$6,000
_
$6,000
NO. 111-5. CASE D TYPE 2 PER PLAN
DESIGNATION
B-16
1
LS
THERMOPLASTIC STRIPING,
$55,700
$55,700
MARKING, AND LEGENDS
B-17
16
EA
INSTALL TRAFFIC LOOPS
$420.00
$6,720.00
TOTAL AMOUNT BASE BID B SCHEDULE (IN FIGURES),
{
$1,097,400.00
TOTAL AMOUNT BASE BID SCHEDULE (WRITTEN IN
WORDS) :
One Million Nintey-Seven Thousand Four Hundred Dollars
;
4.
i
i
TOTAL AMOUNT BASE BID A + BID B SCHEDULE
(IN FIGURES)— $ 3,529,355
TOTAL AMOUNT BASE BID A + BID B SCHEDULE (WRITTEN IN WORDS):
Three Million Five Hundred Twenty -Nine Thousand Three Hundred Fifty -Five Dollars
The Contract will be awarded to the lowest responsible bidder based on
the sum of base bid "A" schedule and base bid "B" schedule.
18
DEDUCTIVE #1 BID SCHEDULE:
RESIDENTIAL & COLLECTOR STREETS REHABILITATION
(AREA 2) PROJECT NO.
X
ITEM
APPROX.
DESCRIPTION
UNIT
NO.
QUANTITY
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
INSTALL SKID -RESISTANT
( $7.50 )
(
$51,000.00
)
C-1
62800
SF
PREFORMED THERMOPLASTIC
CROSSWALKS
DEDUCT
DEDUCT
C-2
600
SF
INSTALL STANDARD
$3.10
$21,080.00
THERMOPLASTIC CROSSWALKS
ADD
ADD
TOTAL AMOUNT DEDUCTIVE #1 BID SCHEDULE (IN FIGURES),
_
(29,920.00)
TOTAL AMOUNT DEDUCTIVE 1
# BID SCHEDULE
—�
(WRITTEN IN WORDS):
Negative Twenty -Nine Thousand Nine Hundred Twentv Dollars
(t
c
19
Bid Schedule Note: Bid Price indicated refers to all items illustrated
on the plans and details, and delineated within the specifications
installed and completely in place with all applicable portions of the
construction documents and includes all costs connected with such items
including, but to necessarily limited to, materials, transportation,
taxes, insurance, labor, overhead, and profit, for General Contractor
and Subcontractors.
All work called for on the construction documents are to provide a
completed project with all systems operating properly and ready for
use.
Accompanying this proposal is 10% Bidder's Bond
All American
( Insert "$ 10% Bidder's Bond cash",
"cashier's check", "certified check", or "Bidder's Bond" as
the case may be) in the amount equal to at least ten percent
(100) of the total base 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.
Asphalt N%i,Ch S 2023
NAME OF BIDDER (PRINT) SIEtATURE DATE
Edward J. Carlson, Vice President
PO Box 2229
ADDRESS
Corona, CA 92879 951-736-7600
CITY
ZIP CODE TELEPHONE
267073 A 01 /31 /2024
STATE CONTRACTOR LICENSE NO. CLASSIFICATION EXPIRATION DATE
I declare under penalty of Perjury of the laws of the State of
California that the representation made herein are true and correct in
accordance with the requirements of California Business and
Professional Code Section 70 8.15.
CONTRACTOR SIGN TURE,,OR AUTHORIZED OFFICER
Edward J. Carlson, Vice President
20
s
"" s•".....• CONTRACTORS
STATE LICENSE BOARD
ACTIVE LICENSE
..-.....267073 ---,CORP
......-ALL AMERICAN ASPHALT
f
�....,..�.�., A C 12
E.,..S.�o�.01/31/2024 www.cslb.ca.aov
I'
A
i
•
'
LL
t
2
P
' v
a
a
?
1/25/23, 10:18AM
hftps://cadir.secure.force.com/ContractorSearch/PrintRegDetails
Contractor Information
I Legal Entity Name
" ALL AMERICAN ASPHALT
Legal Entity Type
Corporation
Status
Active
Registration Number
Y
1000001051
Registration effective date
7/1/2020
Registration expiration date
6/30/2023
Mailing Address
PO BOX 2229 CORONA 92878 CA United States ...
! Physical Address
400 E SIXTH ST CORONA 92879 CA United State...
Email Address
Trade Name/DBA
License Number(s)
LCSLB*267073
CSLB:267073
Legal Entity Information
Corporation Number:
057879
Federal Employment Identification Number:
President Name:
MARK LUER
Vice President Name:
EDWARD J CARLSON
! Treasurer Name:
MICHAEL FARKAS
Secretary Name:
MICHAEL FARKAS
CEO Name:
Agent of Service Name:
MICHAEL FARKAS
Agent of Service Mailing Address:
400 E SIXTH ST CORONA 92879 CA United States of America
Registration History
Effective Date
ExpirationtDate
5/11/2018
6/30/2019
5/8/2017
6/30/2018 y
5/2/2016
6/30/2017
6/9/2015
6/30/2016
8/25/2014
6/30/2015
7/1/2019
Y
6/30/2020
7/1/2020
6/30/2023
https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 1/2
LIST OF SUBCONTRACTORS *
BID
Residential & Collector Street Rehab
PROJECT and Arterial Streets Rehab
OPENING DATE 3/8 at 2pm
PROJECT NO. S123102 & S123103
LOCATION Area 2 and Golden Springs Drive From Brea Canyon Road to Grand Avenue
CLIENT City of Diamond Bar
CONTRACTOR All American Asphalt
Name Under Which
Subcontractor is
Licensed
License
No.
Address
of
Office, Mail,
or
Shop
Percent
of
Total Contract
Specific Description
of
Subcontract
American
Pavement
Systems, Inc.
943792
1012 11th Street
12.83%
Chip Seal
Modesto, CA 95354Case
Land
Surveying
L5411
614 N. Eckhoff Street
2.15%
Survey
Orange, CA 92868
Global Road
Sealing, Inc.
757584
10832 Dorothy Ave
3.95%
Crack Seal
Garden Grove, CA 92843
J&S Striping
538211
1544 S. Vineyard Ave
5.02%
Striping
Ontario, CA 91761
* Any Subcontractor doing work in excess of one-half (1/2) of one
percent (1%) of the total bid or ten thousand ($10,000.00), whichever
is greater, shall be designated on this form.
21
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 61091
The undersigned, a duly authorized representative of the contractor,
certifies and declares that:
1. The Contractor is aware of Sections 1777.1 and 1777.7 of the
California Labor Code, which prohibit a Contractor or
subcontractor who has been found by the Labor Commissioner or the
Director of Industrial Relations to be in violation of certain
provisions of the Labor Code, from bidding on, being awarded, or
performing work as a subcontractor on a public works project for
specified periods of time.
2. The Contractor is not ineligible to bid on, be awarded or perform
work as a Subcontractor on a public works project by virtue of the
foregoing provisions of Sections 1777.1 or 1777.7 of the California
Labor Code or any other 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
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
California that
of March 3
penalty of perjury under the laws of the State of
the foregoing is true and correct. Executed this day
2023 at Corona, CA (place of execution) .
Signat,re
Name: Edward J. Carlson
Title: Vice President
Name of Company:
Al American Asphalt
23
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?
YES NO X
If the answer is yes, explain the circumstances in the following space:
NOTE: This questionnaire constitutes a part of the Proposal and
signature on the signature portion of this Proposal shall
constitute signature of this questionnaire.
24
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Residential & Collector Street Rehab
Project Identification and Arterial Streets Rehab
Bid Date 3/8 at 2pm
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
CURRENT
PRIOR TO CURRENT YEAR
YEAR
2018
2019
2020
2021
2022
TOTAL
2023
No. of Contracts
1146
1051
933
970
874
4,974
92
Total dollar amount of
331,655
287,961
261,406
270,450
391,471
1,542,943
71,982
contracts in 1,000's
No. of lost workday
16
12
0
11
22
61
0
cases
No. of lost work day
cases
involving permanent
1
transfer to
0
0
0
0
1
0
another job or
termination of
employment
No. of lost workdays
1034
684
1 52
1 895
11575
1 4240
1 0
*The information required for this item is the same as required for
columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational
Injuries and Illnesses, OSEA No. 102.
The above information was compiled
to me at this time and I declare
information is true and accurate
records.
All American Asohalt
Name of Bidder (Print)
PO Box 2229
Address
Corona, CA 92879
City Zip Code
from the records that are available
under penalty of perjury that the
within the limitations of these
Signatiffre Ed• and J. Carlson, Vice President
267073 Class A
State Contractor Lic. No. & Class
951-736-7600
25
Telephone
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Edward J. Carlson being first
duly sworn, deposes and says:
That he is Vice President
of, All American Asphalt
a corporation which is the party making the foregoing proposal or bid;
that such bid is genuine and not collusive or sham; that said bidder
has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Subscribed and sworn
to before me this
day of
Signature
Edward J. Carlson, Vice President
20
Signat of Officer Administering Oath
(Notary Public)
27
45
f r
.ts { • 1
l .
01
CALIFORNIA JURAT GOV CODE1
_......... ............ .............. ... ..._.........:_ _.__......_..._....._............_.___.._..:�•:..,._x..,xr::x.::::.•r::.w:.:::•:::;:s:-�t:.-:�:ra:�.�.xfr•::ra:fa r•;;;r;•�+x=e?.�er•::': ..: ..r.............. u.... ................... ......... t:... ... ......._........__ '.r,._K.?:.x::•.rcw..v..v..3......1........._......m...._..x-_..............s:-rS.vra.v.:......................-......m-w...s....r................ ..... vr... r : -
.. v ..n4..\x.. ...r.x...._....n.v..... .. .. ..... .al..n, 9 . ...m._.. x...... f._x.._ —
... u.. _f..... a...v .;.....n...... .. . ....... ...... ........................ :....m.._........._.. .._._:;:....r:::::::::.:::::•, _r•-.r.rrw. :sv rrx.9.:rr,••e::::mmw?.&vm•• s:'..fJ"r:�.:.:a:y:'y.
zS�:n� .1. f. ...x.nw.. .. c.._... ... nn)). ........s.....:.. .. _:.,Y....._.v...m.............:4.x.........._—._......_...._..qve.......:....:......ve-..:...:.:a...........:...."r."��r•"a::f':^::a:.:"'?:3^?'!�:- _ x.:rv:_r.�B.n..._.._.n..__........._...rr.
.. ?'rav +lae.. x..•}. ._ $f a.._... .. •�.. .._............vt_ . v.".......................__..-_...a.............-_..........v.._u ..._.rs:....-s.,_ ..._....:.r-^....Tx"
_,,._�x,m.....e � �R:.xr_ r-r.:w.:vrn:m-•a:•m:cx.?rc:�:.:c::::::_.:::::ms::rc-r:r.::_r.:.rc:::rc:::::::::....._._._.....:..._.v.....__......-.._.........._...>..... _ _m _ _rr: iC'y'c�n..: .....::::::..::: r::::3:rC�v=:]..'�•'nd-d'4-•
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Riverside
*my
KENONA NAZARI
Notary Public - California
Riverside County
Commission # 2318601
Comm. Expires Jan 10, 2024
Subscribed and sworn to (or affirmed) before
me on this 3rd day of March 2023,
Date Month
By (1) Edward J. Carlson
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me (.) (,)
(2)
(and
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me.)
SignatureL,Z)4a���'4z-L�
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove
valuable to person relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Further Description of Any Attached Document
Title or Type of Document Affidavit for Corporation
Document Date: 3-3-2023 Number of Pages: 1
Signer(s) Other Than Named Above: None
Top of thumb here
Top of thumb here
a
BOND No. 08597423
BID BOND Bid Date: 03/08/2023
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Diamond Bar ( "Public Agency") ,
has issued and invitation for bids for the work described as follows:
Residential & Collector Street Rehabilitation (Area 2) and Arterial Street Rehabilitation - Project No. SI 23102 &
ct ,)in,
WHEREAS All American Asphalt
400 East Sixth Street, Corona, CA 92879
(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
Fidelity and Deposit Company of Maryland
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto Public Agency
in the penal sum of Ten Percent of Total Amount Bid ---
Dollars ($ 10%of Bid---- ) , being not less than ten percent (l0 0) 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 Public Agency 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.
In case suit is brought upon this bond, Surety further agrees to pay
all court costs incurred by Public Agency in the suit and reasonable
34
attorneys' fees in an amount fixed by the court. Surety hereby waives
the provisions of California Civil Code §2845.
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: February28, 2023
"Principal"
All American Asphalt
By:
By:
I t S fA
"Surety"
Fidelity and Deposit Company of Maryland
_C__, __ By
I sum, V P Its Rebecca Haas -Bates, Attorney -in -Fact
By.
I Ywkas, Sec. Its
Note: This bond must be executed and dated, all signatures must be
notarized, and evidence of the authority of any person signing
as attorney -in -fact must be attached.
_ (Seal)
35
(Seal) — - -
w,:
k
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document.
State of California
County of Riverside
on March 3, 2023 before me, Kenona Nazari, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Edward J. Carlson and Michael Farkas
Name(s) of Signer(s)
*MY
KENONA NAZARI
Notary Public • CaliforniaRiverside County nCommission # 2318601
Comm. Expires Jan 10, 2024
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that lae/she/their executed the same in
hogs heFtheir authorized capacity(ies), and that by 4isEhe4their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS myj4pnd and official seal
Signature „_� i
Place Notary Seal Above Signature of Notary Pub
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Bid Bond — City of Diamond Bar
Document Date: February 28, 2023 Number of Pages
Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
❑ Individual
X Corporate Officer — Title(s): Vice President
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
0
Signer's Name: Michael Farkas
❑ Individual
X Corporate Officer — Title(s): Secretary
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
.-.: ;
,� :. ,.-a, �x3 , ...4
a
a��'"a„3r` ,
,
CALIFORNIA• . •
C' ai/-'< .�•. • a s�.v-v:C . �•.At T .acC.�c�•.w -a�.w< s� .a �<a•.a _a•.v. _a�.a .m .c�a.a .at cA ..:` c�..a .a .cam .a. � 1.'.a .aC�d� .a•.a .
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 02/28/2023
Date
before me, Alma Karen Hernandez, Notary Public
Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
NameNLof Signer(s�
who proved to me on the basis of satisfactory evidence to be the persons} whose name( is/axe
subscribed to the within instrument and acknowledged to me that #elshe/thewy executed the same in
his/her/their authorized capacity), and that by trig/her/threir signatureZ's).on the instrument the person(s),
or the entity upon behalf of which the personog acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
01 ALMA KAREN HERNANDEZ WITNESS my hand and official seal.
Fz. Nctary Public - California
<,�µ;• O,angeCounty
co"'-1ssicn s 2390908 Signature
~ ^L:�aaMy Comr. _x-.res Jan 16, 2026
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Bid Bond Document Date: 02/28/2023
Number of Pages: Two 2 Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited F1 General
❑ Individual W Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
I I Other.
Signer Is Representing:
4'✓4���4L-�.. ci4-• . ✓ � riti4�L'xi4�4'✓4�✓4vL�." 4'� v -�i-.i '✓,ti✓.'✓� 'ri �ci.'✓4'✓L� 4v+u4�LA'✓. L'riL�4`. -✓4'ri 'ri v
02014•nal Notary Association - www.Nati• • • • 811 A' 811 i • •i 91
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL A IERICAN CASUALTY
AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing
Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -
Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 1 Oth day of May,1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 28th day of February , 2023 .
.
1 1 L R
`'w,au:,NP'Pd
By: Brian M. Hodges
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
www.renortsfclaims(@zurichna.coin
800-626-4577
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint William SYRKIN, Rebecca HAAS-BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine,
California, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as
its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,
shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this I lth day of June, A.D. 2019.
{o=-- SEAL
a.. JUN
By. Robert D. Murray
Vice President
�'4,GGy`--�
By. Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
`ttt�l $ • �� err,
Y .�
R �! 1 ? 1 Y
On this I Ith day of June, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
CL
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2023
BOND No. 08597423
BID BOND Bid Date: 03/08/2023
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Diamond Bar ( "Public Agency") ,
has issued and invitation for bids for the work described as follows:
Residential & Collector Street Rehabilitation (Area 2) and Arterial Street Rehabilitation - Project No. SI 23102 &
SI 2103
WHEREAS All American Asphalt
400 East Sixth Street, Corona, CA 92879
(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
Fidelity and Deposit Company of Maryland
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto Public Agency
in the penal sum of Ten Percent of Total Amount Bid ---
Dollars ($ 10%a of Bid---- ) , 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 Public Agency 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.
In case suit is brought upon this bond, Surety further agrees to pay
all court costs incurred by Public Agency in the suit and reasonable
34
attorneys' fees in an amount fixed by the court. Surety hereby waives
the provisions of California Civil Code §2845.
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: February 28, 2023
"Principal"
All American Asphalt
I t S 0rc,( J . Cui �s�n, V�
By:
Its Vhc -cc Q,-isc'S, Sec.
"Surety"
Fidelity and Deposit Company of Maryland
By: yet o3 •.�..L. � ,
Its Rebecca Haas -Bates, Attorney -in -Fact
By:
Its
Note: This bond must be executed and dated, all signatures must be
notarized, and evidence of the authority of any person signing
as attorney -in -fact must be attached.
(Seal)
35
(Seal)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the tnithfiilness. accuracy_ or validity of that document.
State of California
County of Riverside
on March 3, 2023 before me, Kenona Nazari, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Edward J. Carlson and Michael Farkas
Name(s) of Signer(s)
5� ov r KENONA NAZARI
P Notary Public •California Z
Riverside County >
` Commission k 2318601
<i rya"' M Comm Expires Jan 10 2024
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) Ware subscribed to the within instrument
and acknowledged to me that 4e/she/their executed the same in
his/her -/their authorized capacity(ies), and that by 4i-s�their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS m nd and official seal.
Signature n! w
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Bid Bond — City of Diamond Bar
Document Date: February 28, 2023 Number of Pages
Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
❑ Individual
X Corporate Officer — Title(s): Vice President
❑ Partner ❑ ❑ Limited ❑ General
RIGHT THUMBPRINT
❑ Attorney in Fact OF %IrNFR
❑ Trustee Top of thumb here
❑ Other:
Signer is Representing:
0
Signer's Name: Michael Farkas
❑ Individual
X Corporate Officer — Title(s): Secretary
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
7.p
❑ Trustee f thumb here
❑ Other:
Signer is Representing:
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 118S
C'. c t.c�er'• ae�el'•� �' .ai at.c�t.s�< c� .<� _.� _�• a -. •� _a<.s�. _. .v,. _. ! a�SlsY� _c�C_ t!�v: c�.C...�.t.c� . •.aCr7t_� ,�C�v� .ca _�.
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 02/28/2023 before me, Alma Karen Hernandez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
NameKof Signerj`s�
who proved to me on the basis of satisfactory evidence to be the person(' whose name(8} is/are
subscribed to the within instrument and acknowledged to me that-Na/she/te-y executed the same in
hls/her/rhe r authorized capacity ids), and that by r'` i /her/ttxeir signatures on the instrument the person(*
or the entity upon behalf of which the person(s1 acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
L�
P ALMA KAREN HERNANDEZ
Notary Public -California � Signature
Orange County >
=� Commission # 2340908 Signature of Notary Public
C. My Comm. Expires Jan 16, 2026
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Bid Bond Document Date: 02/28/2023
Number of Pages: Two 2 Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual W Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
n Other:
Signer Is Representing:
Q"✓4�"✓4`✓,4-c�4�.. ' «,. 4�✓,4C. ✓4v4'✓ '✓4�✓.4"✓«.4V«.<-s v '✓q✓ ✓4`✓ 'rr�✓<v4'✓4V4 ei<�:.:�.4vti • 4v4'✓<v4�. -✓4v •'� '
� 1 � • • ' • • • • • • ill � � � �11 i • •� •1
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY
AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing
Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -
Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May,1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 28th day of February , 2023 .
avg.
""n,t.t�i1tNN~�
By: Brian M. Hodges
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
www.reEortsfclaimsnzurichn a.coin
800-626-4577
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint William SYRKIN, Rebecca HAAS-BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine,
California, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as
its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,
shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this I Ith day of June, A.D. 2019.
�Nll *IYVII� 4nl M•
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
AsN
By: Dawn E. Brown
Secretary y "�
State of Maryland{'��,'�` ��.;�� �, q`R
County of Baltimore
On this I Ith day of June, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said CorporateSeals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
�U;3`,_ ,�\`3
Constance A. Dunn, Notary Public
!t)17f
My Commission Expires: July 9, 2023
)t1t��
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 All American Asphalt
TITLE OF OFFICER SIGNING Edward J. Carlson, Vice President
SIGNATURE
DATE /V4011C 4 -1 0703
Please include any additional information available regarding equal
opportunity employment programs now in effect within your company:
**SEE ATTACHED**
9
`•� ALL AMERICAN ASPHALT
ALL AMERICAN AGGREGATES
T 951 73o 7000 E >>1.7:39--1u71
ALL AME RICAN V0 N »>.,. CORONA. CA 93878-2229
ASPHALT l ONTILIC10il,\ IICI.NSI? o2o7073 &C12
AN 10,1 I•u ilrrOIrluNrn rMrlutill,
DI R �; 1000001 o; I
EEO ---AFFIRMATIVE ACTION -PROGRAM.- BASIC POLICY
TO ALL AMERICAN ASPHALT PERSONNEL
IT IS THE STATED POLICY OF ALL AMERICAN ASPHALT THAT ALL EMPLOYEES AND
APPLICANTS SHALL RECEIVE EQUAL CONSIDERATION AND TREATMENT. ALL RECRUITMENT,
HIRING, PLACEMENT, TRANSFER AND PROMOTIONS WILL BE ON THE BAS18 OF
QUALIFICATIONS OF THE INDIVIDUAL FOR THE POSITION BEING FILLED WITHOUT REGARD
TO RACE, RELIGION, COLOR, NATIONAL ORIGIN, AGE, SEX OR PHYSICAL HANDICAP. ALL
OTHER PERSONNEL ACTIONS, SUCH AS COMPENSATION, BENEFITS, LAYOFFS, RETURN
FROM -LAYOFF, TERMINATION'S, TRAINING AND SOCIAL AND RECREATIONAL PROGRAMS ARE
ADMINISTERED WITHOUT REGARD TO RACE, RELIGION, COLOR, NATIONAL ORIGIN, AGE,
SEX,SEXUAL ORIENTATION, MARITAL STATUS, NATIONAL ORIGIN, ANCESTRY, DISABILITY
(MENTAL AND PHYSICAL, INCLUDING HIV AND AIDS), MEDICAL CONDITION (CANCER AND
GENETIC CHARACTERISTICS), AND/OR AGE (40 AND OVER)
EQUAL OPPORTUNITY IS A CONTINUING EFFORT AND REQUIRES THE FULL SUPPORT OF ALL
OF US TO ENSURE THE DEVELOPMENT OF OUR MINORITY AND FEMALE EMPLOYEES. EACH
POSSIBILITY TO HIRE OR PROMOTE SHOULD BE VIEWED AS AN OPPORTUNITY TOWARD OUR
GOAL OF A FULLER UTILIZATION OF OUR MINORITY AND FEMALE EMPLOYEES, EACH
MANAGER WILL COMMUNICATE TO EMPLOYEES THAT OUR COMMITMENT TO AN
AFFIRMATIVE ACTION PROGRAM IS REAL. IS SUPPORTED BY OUR COMPANY, AND HAS A
HIGH PRIORITY. WE ENCOURAGE ALL OF OUR EMPLYEES TO PARTICIPATE IN THIS EFFORT
BY ENCOURAGING MINORITIES AND FEMALES TO APPLY FOR EMPLOYMENT AND TO SEEK
PROMOTIONS
FOR ASSISTANCE IN THE EQUAL OPPORTUNITY PROGRAM, MANAGERS AND EMPLOYEES
SHOULD CONTACT MARK LUER, EEO COORDINATOR HE HAS THE SPECIFIC
RESPONSIBILITIES TO MONITOR AND ASSESS THE PROGRESS FOR OUR EQUAL
EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION PROGRAMS.
MARK LUER
President
February 13, 2015
TELEPHONE 951-736.7600 -FAX 951-739-4671
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 X , proposed subcontractor , hereby certifies that
he has X , 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.
All American Asphalt
(COMPANY)
BY:
Edward J. Carlson, Vice President
(TITLE)
DATE: March 3 20 23
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.
37
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 X , hereby certifies that
he has X , 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 X , 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.
American Pavement Systems, Inc.
(COMPANY)
BY: x�a,6,ed
Vice President, Chip Sea Division
(TITLE)
DATE: MARCH 08 20 23
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.
37
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 X 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 ge 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.
Case Land Surveyi
(COMPANY) /
BY
, President
(T
DATE: March 8 . 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.
37
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 X , hereby certifies that
he has X 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 X , 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.
Global Road Sealing, Inc.
(COMPANY)
BY:X d+.
President
(TITLE)
DATE: MARCH 08 20 23
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.
37
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 X , hereby certifies that
he has has not X , participated in a previous contract or
subcontract subject to the Equal Opportunity Clause, as required by
Executive Orders 10925, 11114, or 11246, and that he has , has not X
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.
J&S Striping
(COMPANY)
BY: X a'!l l,101 tij, (/r klyv 1001V
Estimator
(TITLE)
DATE: MARCH 08 20 23
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.
37
NON -COLLUSION AFFIDAVIT
TO: THE CITY OF DIAMOND BAR:
STATE OF CALIFORNIA )
SS
COUNTY OF Riverside )
Edward J. Carlson
, being first duly
sworn, deposes and says that he or she is Vice President
of
All American Asphalt , 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.
Sign ure of Bidder
Edward J. Carlson, Vice President
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Subscribed and sworn to before me his day of ,20
Notary Public in County of
State of California
38
CALIFORNIA JURAT GOV CODE § 8202
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Riverside
KENONA NAZARI
Notary Public - California
Riverside County
Commission # 2318601
Subscribed and sworn to (or affirmed) before
me on this 3rd day of March 2023,
Date Month
By (1) Edward J. Carlson
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me (.) (,)
(2)
(and
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me.)
My Comm. Expires Jan 10, 2024
4
Signature
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove
valuable to person relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Further Description of Any Attached Document
Title or Type of Document Non -Collusion Affidavit
Document Date: 3-3-2023 Number of Pages: 1
Signer(s) Other Than Named Above: None
Top of thumb here
Top of thumb here
)1
� � � " ��1
s � ,
)ii " � „ � i
wax ��, �_`_