Loading...
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 ��, �_`_