Loading...
HomeMy WebLinkAboutRESIDENTIAL COLLECTOR STREETS AREA 2 BID SUBMITTALCITY OF CAtlF0RlrllA DEPARIMENT OF PUBTIC WORKS CITY OF DIAMOND BAR CATIFORNIA OFFICIAL NOTICE ADDENDUM NO. I The following chonges to the Controct Documents for the obove project sholl be incorporoted into the Controct Documents ond Specificotions os port of this project. The Controctor sholl sign this poge os ocknowledgement of receipt of Addendum No. l ond ottoch it to the bid. 31612023 Do (r.u, P.E.Dote Director of Public Works/City Engineer ^:DIAMOND BAR Dry'/,ur*-X Controclo?'/Au STEVEN L.ITNo in(lea sisnoture RESTDENTTAL & COTTECTOR STREETS REHABTLTATTON (AREA 2) AND ARTERIAT STREET REHABITIATION (GOIDEN SPRTNGS DRTVE FROM BREA CANYON ROAD TO GRAND AVENUE) FY 2022.2023 PROGRAM City Projecl No. SI23l02 & Sl23l03 t/2 OZA, VICE PRESIDENT CITY OF DIAMOND BAR ADDENDUM NO. I The Conlroclor sholl note the following corrections lhol ore being mode to lhe Bose Bid "B" items ond Engineer's estimote. The following corrections must be ocknowledged ond occepl: BID ITEM B-7: Bid ltem B-Z hos been revised to exclude removol of existing AC. Bid list on poge 1Z ond technicol provision on poge TP-5 hos been revised (see ottochmenl). BID ITEM B-8: Bid llem B-8 hos been chonged from 8 Tons to 80 Tons. Bid list on poge l7 hos been revised (see ottochmenl). BID ITEM B-9: Bid ltem B-9, poge TP-7 meosurement ond poyment description hos been revised (see ottoch menl). BID ITEM B.I2: Bid llem B-12 hos been chonged from 3,000 Tons to 6,000. Bid list on poge l7 hove been revised (see oitochmenl). Engineer's Eslimole Engineer's estimole hos been revised from $3.2 Million to $3.5 Million. 2/2 Attachment - Addendum No. 1 EXPERIENCE STATEMENT To be responsive, Lhe bidder must list beLow a minimum of three public agencies for which bidder has performed similar work within the past fiveyears. Only projecLs in excess of $1,000,000 each guallfy as similar for t.his proj ect . 1 . Proj ect Tit,le ANNUAL PAVEMENT MAINTENANCE AT VARIOUS LOCATIONS contract Amount, $2'879'l2o'oo Type of Work CIient PAVEMENT MAINTENANCE CITY OF ORANGE Agency project Manager SALVADORMUNOZ phone 714-744-5544 DaEe Comp leted IVLY 2020 t Subcont,racted 45o/o 2 . Proj ect TiEle NEWPORT AVE PAVEMENT REHABILITATION Cont.ract Amount $1,349,811.85 Type of Work PAVEMENT REHABILITATION CL i ent CITY OF TUSTIN Agency Project Manager ERIC JOHNSON Phone 7t4-573-3320 Date Compl eEed ocToBER 2022 t Subcontracted 48o/o ROSEMEAD BLVD REHABILITATION3. Project, TiEle contract Amount $1'189'560'00 Type of Work PAVEMENT REHABILITATION CIient CITY OF PICO RIVERA Agency Project Manager GENE EDWARDS Phone 562-80L-4225 Date Comp lered IULY 2022 t SubconcracEed 45o/o NOTE: If requesEed by the City, the bidder shall furnish a cert,ified financial statement, references, and ot.her informat,ion sufficiently comprehensive Lo permit. an appraisal of his current. financial condit,ion. B j.dder' s Signature x STEVEN 9 VICE PRESIDENT ,VJrh/,--* Each bidder shaLl possess a valid Contraetor,s License issued by the Contractor's State License Board at the Eimehis/her bid is submitted. The class of license shall be applieable to the work specified in the contract. Each bidder sha1l also have no less than five (5) years of experience in the magnitude and character of the work bid. Bidder Qualifications ca11ed for to be submitted at time ofbid include, but are not necessarily Iimited to: 1. The Contractor shal1 have been in business under the same name and California Cont,ractors License for a minimum of five (5) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same tlpe required by the contract. 2. License classification shall be contract specif icat.ions . as required by the 3. The Contractor sha}l have five (5) years of experience in the application of Polyrner Modified Asphaltic Emulsion Chip SeaI. 4. The Contractor shall perform at least 50t of contract with its own forces. 16. LISTING SUBCONTRACTORS: Each bidder shall submit a list, of Ehe proposed SubcontracEors on this project as reguired by the Subletting and Subcontracting Fair Practices Act (GovernmenL Code Section 4L00 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any SubcontracLor who will perform work exceeding l/2 of 1t of the Prime conEractorts t.otaI bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with Ehe bid. Any other information regarding the foregoing SubconEractors that is required by City t,o be submitted may be submitted with the bid, or may be submitted to City up Lo twenty- four (24) hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the init,ial submission of bid. 17 . WORKER' S COMPENSATION:In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shal1 sign and file with t.he City the following certificate prior to performing the work under this contract: rtI am aware of the provisions of Section 3700 of the Labor Code which reguire compensation or to undertake self-insurance in accordance with r0 the provisions of lhat. code, and I will comply with such provisions before commencing the performance of t,he work of this contract. " The form of such cert,ificate is lncluded as part of the contract documents. ].8. BID DEPOSIT RETURN Deposits of three or more low bidders, the number being at the discretion of the City, will be held for sixty (50) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 19. EXECIIIION OF CONTRACT: The bidder to whom award is made sha1l execute a written contract with the City on the Agreement Form provided, and shall secure aI1 insurance and bonds as herein provided within ten (10) days from the dat,e of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulmenE of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract t,o the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails Lo execute the Contract,, the City may award the Contract to the third lowest responsible bidder. On the failure or refusal of such second or third lowest bidder to execute the ContracE, such bidder's guarantees shall be likewise forfeited to the City. The work may then be re-adverEised. 20. I'OR EQUAL" : Pursuant to Division 5 , Chapter 4, Article 4 (commencing at #4380) GovernmenE Code, all specifications shall be deemed Eo include the words'ror equaI", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 2L. EMPLOYMENT OF APPREMIICES: The Contractor, and all SubconEraetors, shall comply with the provisions in Sections L777.5, (Chapter L4LL, Statutes of 1968), and L777.6 of the California Labor Code concerning the employment of apprentices. The Contract,or and any SubconEractor under him sha11 comply with the requirements of said sections in the employment ofapprentices; however, the Contractor shall have full responsibility for compliaace with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged Eo exist. fn addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the eontractor and all ll Subcontractors shall comply with Section 5 a. 3, Tit,Ie 29 of the Code of Federal Regulations (29CFR). 22. EVIDENCE OF RESPONSIBILITY:Upon the request of the City, abidder whose bid is under consideration for the award of thecontract shall submit promptly to the city satisfactory evidence showing the bidder's financiar resources, his/her construction experience, and his/her organization and plant faciritiesavailable for the performance of the contraet. 23. WAGE RATES:The ConLract.or and/or Subcontractor shal1 pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specif ications. The contract,or shall forf eit as penarty to t.hecity of Diamond Bar, two hundred dollars (9200.00) for laborers, workmen, or mechanics employed for each calendar day, or portionthereof, if such laborer, workman or mechanlc employed is paid less than Lhe general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, byhim, or by any Subcontractor under him, in violation of theprovisions of the lJabor Code, and in particurar, sections 1270 to L781 inclusive. copies of all colrective bargaining agreementsrelating to the work as set forth in the aforementioned Labor code are on fire with t,he Department of rndustrial Relations, Division of Labor Statistics and Research. 24. PERMTTS FEES AND I,ICENSES : The ContracLor shal1 possess a validCity of Diamond Bar Business Licenee prior to the issuance of thefirst, payment made under this Contract.. 25. TIME OF COMPLETION AND LTQUIDATED DAIvIAGES:Bidder must agree to commence work on the date of written "Notice to proceed, of theCity and to fulty complete the project within sixty (60) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of seven hundred fift.y dollars (9750.00) for each calendar day thereafter. t2 BIDDERIS PROPOSAL FOR RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2) .A!{D ARTERIAI STREETS REIIABITITATION (GOI.DEN SPRINGS DRIVE FROM BREA CA.IIYON ROAD TO G&AI{D .AVENUE) FY 2022-2023 PROGRAIT{ PROaTECT NO. ST23L02 & Sr23103 Dare MARCH 08 To the CiEy Council of the City of Diamond Bar: The Undersigned hereby decl-ares: (a) That the only persons or parties interested in t.his proposal principals are the following: R.l. NOBLE COMPANY A CALIFORNIA CORPORATION AUSTIN M. CARVER, PRESIDENT STEVEN L. MENDOZA,VICE PRESIDENT AS IACOB BREEDLOVE, SECRETARY JAMES N, DUCOTE, C.F.O. (If the bidder is a corporation, give t,he name of the corporation and the name of its president, secretary, t.reasurer, 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 carefull-y examined the location of the proposed work and has familiarized himself/herself with all of the physical and climatic conditions, and makes this bid so1e1y upon his/her own knowledge. (d) That by submitting t.his Bidder's Proposal, he/she acknowLedges receipt and knowledge of the contents of those communications sent by Lhe Cit.y of Diamond Bar to him/her at the address furnished by him/Ller to the City of Diamond Bar wlren this Proposal Form was obtained. (e) That he/she general and both and l3 , 2023 has carefully examined the specifications, detail, and t.he drawings attached hereto, communications sent to him/her as aforesaid, and makes this proposal in accordance therewith. (f) That, if this bid is accepted he/she will enLer 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 fuI1 payment for the work actually done thereunder the prices shown in the attached schedul-e. It is undersEood and agreed that the quantities set. fort,h are estimat,es, and that the unit prices will apply to the actual quantities whatever Lhey may be. Accompanying this Proposal is a Certified or Cashier's Check or to the order of the City of Diamond Bar in t,heBidder's Bond, payable sum of 10% BIDDER'S-BOND DOLLARS $ Said Bidder,s Bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this sLate. It is understood and agreed t,hat. should the Bidder fail within Een (10) days after award of contract to enter into the conLract 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 ContracE 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. 15505 E. LINCOLN AVE.,714-637-t550 Address of Bidder ORANGE, C492865 City Telephone of Bidder x Zip Code Signa t idder S L. MENDOZA, VICE PRESIDENT l4 BID SCEEDUIJES CITY OR DIN[O![D BIR COIITRAqT DOCT'I{EITTS AED SPECIBICATTOilS BID SCHEDULE: RESIDEITTIAL & COLLECTOR 9TBEETS REELIJITATION (AREA 2) tr}ID ARTERIAI STREETS REEAEII.ITATION (GOI,DE}I SPRINGS DRIVE FROI{ BREA CA$YON ROAD TO GRAND AVBNTIE) Ev 2022-2023 PROGRilI PRO,TECT NO. Sr23102 & Sr23103 BA8A Bid A - RESIDBTTIA! & COLI,BCIOR STNEBTg NEEABITITATION A.REf, ITEM NO. APPROX. QUANTITY LINIT LNIT PRICE AMOUNT A-l I LS MOBTLIZATION (NOT TO EXCEED 5% OF TOTAL BID AMOI.,NT)100,000.00 100,000.00 A-2 I LS TRAFFIC CONTROL AND PUBLIC SAFETY. (NOT TO EXCEED 5% OF TOTAL BID AMOIJNT) 75,000.00 A-l I LS CONSTRUCITON STAKINC AND MONUMENT PRESERVATION 70,000.00 70,000.00 A-4 I LS PUBLIC NOTIFICATION 10,000.00 10,000.00 I,400 ELT APPLICATION OF TYPE 2 SLURRY SEAL wlTH 2olo LATEX 290.00 406,000.00 A-6 I LS APPLICATION OF CRACK SEAL & WEED KILL 125,000.00 A-'7 SY APPLICATION OF CAPE SEAL A-8 46 EA ADJUST VALVE CAN TO GRADL 150.00 6,900.00 A-9 66 ADJUST MANHOLE TO CRADE 900.00 A-t 0 250.000 SF EDGE MILL ROAD 6' WIDE (20' AT JOINS), 0"-1.5"0.42 105,000.00 t5 2)Prolect No. 5[!3102 DESCRIPTION WRITTEN IN WORDS 75,000.00 A-5 125,000.00 145,000 5.80 841,000.00 EA 59,400.00 COIITINUED: BASE BID A SCHEDITIIE: RESIDENIIAL & COLIJECTOR STREETS REIIABIITITATION (AREA 2) PROiTECT NO. Sr23L02 ITEM NO. APPROX. QUANTITY UNIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOLINT A-l I 3,700 TON CoNSTRUCT I.5* THICK AC (C2 PG 64-10) oVERLAY 155.00 573,500.00 A-12 875 SF REMOVE AND RECONSTRUCT CROSS GUTTER PER SPPWC STD PPLAN I22. 1 42.00 36,750.00 A-13 l8 CY REMOVE EXISTING AND CONSTRUCT 6'' CLASS II BASE 235.OO 4,230.00 A-14 1,650 SF 6" AC PAVEMENT (DIGOUTS)r8.00 29,700.00 A-r5 375 SF REMOVE EXI STING IMPROVEMENTS, GRIND ROOTS, AND CONSTRUCT SIDEWALK PER SPPWC STD. PLAN l l2-3 AND l l3-3 19.00 7,125.00 A-16 40 LF REMOVE EXI STING IMPROVEMENTS AND CONSTRUCT 8" CURB PER SPPWC STD. PLAN 120-2, Al-6 155.00 6,200.00 A-17 I LS THERMOPLASTIC STzuPING, MARKING,AND LEGENDS (EXCLUDES SKrD-RESTSTANT PREFORMED THERMOPLASTIC CROSSWALKS) 110,000.00 110,000.00 A-18 6,800 SF INSTALL SKID.RESISTANT PREFORMED THERMOPLASTIC CROSSWALKS 7.50 51,000.00 TOTAL AMOI.JNT BASE BID A SCHEDULE (IN FIGURES)* $ 2,616,80s.00 TOTAIJ AI{OIJNT BASE BID SCHEDULE (WRITTEN IN WORDS) : TWO MILLION SIX HUNDRED SIXTEEN THOUSAND EIGHT HUNDRED FIVE DOLLARS & NO CENTS l6 Base Bid B - ARTERIAL STREETS REIIABILITATION (GOLDEN SPRINGS DR FROM BREA CANYON RD TO GRAIID AVE![T'E PROiIECT NO. Sr23103 ITEM NO. APPROX. QUANTITY UNIT DESCRIPTION WRITTEN IN WORDS LINIT PRICE AMOUNT LS MOBILIZATION (NOT TO EXCEED 5% OF TOTAL BID AMOUNT) 60,000.00 60,000.00 B-2 I LS TRAFFIC CONTROL AND PUBLIC SAFETY. (NOT TO EXCEED 5%OF TOTAL BID AMOUNT) 35,000.00 35,000.00 B-3 I LS CONSTRUCITON STAKING AND MONUMENT PRESE,RVATION 10,000.00 10,000.00 B-4 I LS PUBLIC NOTIFICATION 10,000.00 10,000.00 B-5 30 EA ADJUST VALVE CAN TO CRADE 200.00 6,000.00 B-6 39 EA ADJUST MANHOLE TO GRADE I,300.00 50,700.00 B-7 2.450 SF W wl CONSTRUCT BUS PAD. 8'' P.C.C.56,350.00 B-8 I 80 TON CONSTRUCT 6" CLASS II BASE PER SPPWC STD PLAN 13I-2 225.00 18,000.00 B-9 2,450 SF SAWCUT AND REMOVE EXISTING AC PAVEMENT. BASE TO A DEPTH OF 14" BELOW PROPOSED SURFACE 13.00 31,850.00 B- l0 I,350 SF REMOVE EXISTING IMPROVEMENTS. GRIND ROOTS. AND CONSTRUCT SIDEWALK PER SPPWC STD. PLAN I r2-3 AND l l3-3 14.00 18,900.00 B-11 465.000 SF COLD MILL EXISTING AC TO A DEPTH OF 2"0.30 139,500.00 B-t2 3+00 5,000 TON CONSTRUCT 2" DEPTH AC SURFACE couRSE c2-PC 64-10 (OVERLAY)115.00 690,000.00 B-13 4 EA REMOVE EXISTINC SIDEWALK AND CONSTRUCT CAST IN PLACE TRUNCATED DOMES 750.00 3,000.00 Addendum I - l7 B-l I 23.00 .COIITINUED: BAEE BID SCHEDIITE : BASE BID B SECBDITLE: ARTERI.ilII STREETS REIIABILITATION (COLDEII 9PRINGS DR FROIf BREA C.AIWON RD TO GRIIID A\TENUE) PRO,IECT NO. SI23103 ITEM NO. APPROX. QUANTITY L'NIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE B-14 l0 LF REMOVE EXISTINC IMPROVEMENTS AND CONSTRUCT 8'' CURB PER SPPWC STD. PLAN I2&2, AI.6 140.00 1,400.00 B-15 I EA REMOVE EXISTING IMPROVEMENTS & INSTALL NEW ADA COMPLIAN'T CURB RAMP PER SPPWC STD. PLAN NO. I 1 I-5. CASE D TYPE 2 PER PLAN DESIGNATION 7,000.00 7,000.00 B-15 I LS THERMOPLASTIC STRIPING, MARKING, AND LEGENDS 55,000.00 55,000.00 B-17 t6 EA INSTALL'IRAFFIC LOOPS 425.00 6,800.00 TOTAL AMOUNT BASE BID B SCHEDULE (N FIGURES).$ 1,199,500.00 TOTAL AI'IOUNT BASE BID SCHEDULE (WRITTEN IN WORDS) : ONE MILLION ONE HUNDRED NINETY NINE THOUSAND FIVE HUNDRED DOLLARS & NO CENTS TOTAL AI4OUNT BASE BID A + BID B SCHEDULE (IN F]GITRES) -}$ 3,816,305.00 TOTAL N,IOUNT BASE BID A + BID B SCHEDITLE (WRITTEN IN WORDS) THREE MILLION EIGHT HUNDRED SIXTEEN THOUSAND THREE HUNDRED FIVE DOLLARS & NO CENTS The CouEract wllI be awarded to tbe lowest resPoasible bidder baaed ou tbe eua of bag6 bid *A" schcdule and base bld "8" echedule. t8 AMOLNT DEDU TIVE #1 BID SCEEDULE: RESIDEIITIA.IJ & COIJT'ECTOR STREETS REEABILITATION (AREA 2 ) PROdIECT NO ' X ITEM NO. APPROX. QUANTITY LNIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOLINT c-l 6,800 SF INSTALL SKID.RESISTANT PREFORMED THERMOPLASTIC CROSSWALKS ( 7.s0 ) DEDUCT ( 5r,000.00 DEDUCT ) c-2 6,800 SF INSTALL STANDARD THERMOPLASTIC CROSSWALKS 3.00 ADD 20,400.00 ADD TOTAL AMOUNT DEDUCTIVE #l BID SCHEDULE 0N FIGURES)-g (30,600.00) l9 TOTAI, AMOI'NT DEDUCTIVE *1 BID SCHEDULE (WRITTEN ]N WORDS ) : NEGATIVE THIRTY THOUSAND SIX HUNDRED DOLLARS & NO CENTS Bid Schedule Note: Bid Price indicated refers Eo all items illusErated on the plans and details, and delineated within the specificaLions insLalled and completely in place with all applicable port.ions of the construction documents and includes aI1 costs connected with such items including, but to necessarily limited Lo, mat,erials, transportation, Laxes, insurance, Iabor, overhead, and profit., for General ContracLor and SubcontracLors. A11 work called for on t.he construction documents are to completed project with all systems operating properly and use. Accompanying this proposal is 1070 BIDDER'S BOND provide a ready for "cashierrs check", "certified check", or "Bidder's Bondt' as the case may be) in the amount equal to at least. ten percent (10t) 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 t,hereof may be considered nu1l and void. R.l. NOBLE COMPANY NA}4E OF BIDDER (PRINT) 15505 E. LINCOLN AVE x 0310812023 SI DATE STEVEN L. MENDOZA,VTCE, PRESIDENT ADDRESS ORANGE, CA92865 714-637 -t550 CITY 782908 CLASS A & C12 ZIP CODE TELEPHONE 0813112024 STATE CONTRACTOR LICENSE NO. CLASSIFICATION EXPIRATION DATE I declare under penalty of Perjury of the laws of the State of California Ehat, the representation made herein are true and correct in accordance with the requirenents of California Business and Profeeeional- Code Sectiorr 7O28.15. x &j4zr-^* RIZED OFFICER/ STEVEN L. MENDOZA,VTCE PRESIDENT 20 fuLtf,r,,*U I,IST OA SI'BCOITTRACTORS * BID OPENING DATE PRO,JECT No. st 23102 & st 2103 CoI,DEN SPRINGS DRIVE FROM BRTA (]ANYON ROAD TO GNAND AVENUE TY 202:.202] (:I'I'Y oI: I)IAMoNI) BAR PROJECT CLIENT CoNTRACTOR R.J NoBLf, CoMPANY * Any Subcontractor dolng work in excess of one-half lL/21 of ofle percent (1t) of the EoEal bid or ren Ehousand ($10,000-00), whichever is greater, sha11 be designated on this form. Name Under Hhich Subcontlactor ia LicenEed Licen6e NO, Address ot of f .ice, !,lai 1, qr Shop Percent of Toral, Coot rac! Specific Deacrrption of subconEract AMERICAN ASPHLALT SOUTH INC 19792 EL RIVINO Rf) 22% RIVERSIDE, CA925O'SEAL COAT AMERICAN PAVEMENT SYSTEMS 943792 IO12 IITH ST. l2o/" PORTION OF MODESTO, CA 95354 CAPE SEAI, CASE LAND SURVEYING LS 5411 5I4 N. ECKOFF ST 2o/o SURVEY ORANGE, CA 92868 ] & S STRIPING 538211 I544 S. VINEYEARD A VE 5o/o STRIPING ONTARIO, CA9176I NOBEST INC 359622 7600 ACACIA AVE CONCRETE GARDEN GROVE, CA v264t 2l 03t08t?023 RISIT)UNltAl, & C()LLBC|OR STRTSTS RIIIABILIAIION AREA 2 & ARTERIAL S'IREETS R.EHABILTTATION LOCATI ON 784969 CRACK SEAL 4Vo I.IST OT SUBCONTRACIORS * 03t0812023BID OPENING DATE PROJECT R-U,Slt)EN'.IlAl. & (:OLLl.l(:f()R STR"F,ETS PGHABILIATION AREA 2 & AR'I'DRIAt STREf, 1'S REI-IABILITATION PRO,]ECT NO. sI 23t02 & SI 2t03 COLDEN SPRINGS DSUVE FROM BREA CANYON ROAD'TO GRAND.{V[NUT FY 2022-2023 LOCATION (]I'I'Y ()I: I)IAMONI) BARCLIENT CoNTRACTOR R.t. NoBLE C0MPANY * Any subconEractror doing vrork in excess of one-half (l/2) of one percent (1t) of Ehe Eotal bid or Een thousand ($I0,000.00), whichever is greaEer, shal1 be designated on this form. Name Under which subcontractor is Licensed License NO Address of office, Mail, or ShoP Percent of Total ContracE Speciflc DescriPtj.on of Subcontract SMITHSON ELECTRIC INC 614518 1938 E. KATELLA L.50/o LOOPS ORANGE, C492867 2t t- DECI,ARATIO!{ OT ELIGf,BILITY TO CO}MNACT ll,abor Code Sect,ion ]-777.L; Public Contract Code Section 5L091 The undersigned, a duly authorized representative of the conlractor, certifies and declares that,: The Contractor is aware of Sections L777. l- and 1777.7 of. the California Labor Code, which prohibit a Cont,ractor or subcontractor who has been found by the Labor Commissioner or the Director of rndustrial Relations to be in violation of certain provisions of the T,abor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. The Contractor is not ineligibl-e to bid on, be awarded or perform work as a SubconEractor on a public works project by virtue of the foregoing provisj-ons of Sections L777.L ox 1777.7 of the California Labor Code or any oEher provision of 1aw. (a) A public entity, as defined in Section 1l-00 lof the Public Contract Codel, EEy not permit a Contractor or Subcontractor who is ineligible Eo bid or rrrork or, or be awarded, a public works project pursuant, to Section L"777.1 or t777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor orl, a public works projecL. 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 ro perform work on thepublic works project pursuant to Section l-777.1 or L777.7 of the Labor Code. (b) Any contracL on a public works project entered inLo between a contractor and a debarred SubcontracLor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on apublic works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on theproject shal1 be returned to the awarding body. The contractor shall be responsible for the payment of wages toworkers of a debarred subcontracEor wlro has been allowed to work on the project. The Contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works a 3 4 22 The ConEractor is aware of California PubIic Contract, Code Section 6109, which states: 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.L or 1-777.7 of the Labor Code, or any ot.her provision of 1aw. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day 6f MARCH 08 , 20zl Ettlssoqp rrNcorNrvn.onlNcn. (p1ace of execution) . cA 92865 Signat Name:L. MENDOZA, Title:VICE PRESIDENT Name of Company: R.J. NOBLE COMPANY x 23 BIDDER' S VIOI,ATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5, Ehe Bidder shal1 complete, under penalty of perjury, the following questionnaire: QUESTTONNATRE Has Ehe 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, staLe or loca1 government. project. because of violation of law or a safety regulation? YES No XXXX If the answer is yes, explain t.he circumsLances in the following space: NOTE:tionnaire constitutes a of the and on the sha1l const tute 10nna1re. 24 CONTR.ACTOR'S INDUSTRIAL SAFETY RECORD sI 23102 & SI2103 Proj ect ldentification 03t08t202iBid Daue *The information required for this item is the same as required for cofumns 3 to 6, Code 10, OccupaEional Injuries, Summary - OccupationalInjuries and Illnesses, OSEA No. L02. The above information was to me at this t.ime and I information is true and records. R.i. NOBLE COMPANY compiled from the records that are available declare under penalty of perjury that the accurate within the limitations of these x Signat VICE PRESIDENT 782908 State Contract.or Lic. No. & Class 7r4-637 -t550 Name of Bidder (Print) 15505 E. LINCOLN AVE ctz Address ORANGE, CA 92865 ITEM 5 CATENDAR YEARS PRIOR TO CURRENT YEAR CURRENT YEAR 2018 2019 2020 2021 2022 TOTAL 2023 No. of Contracts 90 70 76 85 74 5 400 Total dollar amount of contracts (in 1,000's) $9s MILLION $81.5 MILLION $93.5 MILLION $71.3 MILLION $137.9 MILLION s6. I MILLION $485 MILLION No. of lost workday cases NONE--------------NONE No. of lost work day cases involving pennanent transfer to anotherjob or termination of employment NONE--------------NONE No. of lost workdays NONE------------NONE 25 This information must include all construction work undertaken in t.he State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the Iast five calendar years and the current calendar year prior to the date of bid submittal. Separate information sha1l be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may aEtach any additional information or explanauion of data which he would like taken into considerat.ion in evaluating the safety record. An explanation must be at.tached of the circumsLances surrounding any and all fatalities. Zip Code TelephoneCity AFFIDAVIT FOR CO-PARTNERSHIP FIRI{ N/A STATE OF CALIFORNIA )ss COUNTY OF LOS AI{GELES s$rorn, deposes and says: That he is a member of the co-partnership firm desi being irst duly ted as which is the party making the foregoing propo or bid; t.hat such bid is genuine and not collusive or sham; that sa bidder has not colluded, conspired, connived or agr eed, directly or ndirectly, with any other t such oLher person shallbidder or person to put. in a sham bid or refrain from bidding; and has noL in an'r sought by collusion to secure any advantage against t.he Cit of Diamond Bar or any person interested in the proposed conLract for himself or for any other person. That he has instruments been and is duly ve ed with by authority to make and sign for the co-partner Signature of Officer Administering Oath(Notary Public) who conseitute the other ers of the co-partnership. Signature Subscribed and to before me 1S day of 2A 26 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA )ss COUNTY OF LOS AIVGELES STEVEN L. MENDOZA being first duly sworn, deposes and says: That he is VICEPRESIDENT of R.J. NOBLE COMPANY a corporation which is the party making the foregoing proposal or bid; thaE such bid is genuine and noE 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 bj-d or that such other person shal1 refrain from bidding; and has not in any manner sought by collusion to secure any advantage against. Lhe City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. x Signa STEVEN VICE PRESIDENT Subscribed and sworn to before me this 8TH day of MARCH 2023 x Signature of AdminisLering Oath(Notary Pub1ic) J. DEIONGH, NOTARY PUBLIC J. DEIONGH Notary Public' Caiifornia 0range CountY Commission # 7307 441 27 @.,Comm. ExPires Oct 28, 2023 CALIFORNIA ACKNOWLEDGMENT ctvtL coDE 51189 A notary public or other officer completing this certificateverifies onlythe identity of the individualwho signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that do(ument. State of California County of ORANGF 0310812023 J.DEIONGH, NOTARY PUBLIC On before me,Ddt€Here lnsert Nome ondTitle of the Officer personally appeared STEVEN I-, MENDOZA Nome(s) of Signer$) who proved to me on the basis of satisfactory evidence to be the person($ whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/€helth€c/ executed the same in his/herAheir authorized capacity(ies), and that by his/he+Aheir 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 foregoing paragraph is true and correct. z WITNESS my hand and official seal. My Comm. Expires Oct Zg,2OZ3 Signature Ploce Notory Seol ond/or Stomp Above Signoture of Notory Public OPTIONAL Completing this informotion con deter olterotion of the document or froudulent reottochment of this form to on unintended document. Description of Attached Document Title or Type of Document: J. DEIONGH Notary Public - California 0range County Commission # 2307441 Document Date: Number of Pages:- Signe(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: o Corporate Officer - Title(s): o Partner- o Limited o General o lndividual o Attorney in Fact tr Trustee tr Guardian or Conservator tr Other: Signer is Representing Signer's Name D Corporate Officer - Title(s): E: Partner- o Limited o General tr lndividual D Attorney in Fact O Trustee f: Guardian or Conservator tr Other: @2018 National Notary Association Signer is Representing: AFFIDAVIT FOR IIIDIVIDUAIJ BIDDER N/A STATE OF CALIFORNIA )ss COUNTY OF LOS ANGELES duly sworn, deposes and says: That he is Lhe party making the f bid is genuine and not collusive or coll-uded, conspired, connived or agre being first al or bid; that such ; t.haE said bidder has not directly or indirectly, wiEh a sham bid or thaE such ot,her has not in any manner sought by ) any other bidder or person to Put person shal1 refrain from bidding; collusion to secure any advantage inst. the City of Diamond Bar or any person interested in the other person. ed contract, for himself or for any Signature Subscribed and sworn to before me this day 20 Signature of Officer Administering oath (Notary Public) 28 AFFIDAVIT FOR iTOINT VENTURE N/A STATE OF CALIFORNIA )ss COUNTY OF LOS ANGELES duly sworn, deposes and says That he one of the parties submitting the forego that he has been and is duly vested with being first bid as a joint venture and authority to make and sign of instruments for and on behalf of the 'ies making said bid who are that such bid is genuine and E, collusive or sham; Ehat said bidder ived or agreed, directly or indirectly,has not colluded, conspired, with any other bidder or on to put in a sham bid or that such other person shall refrain from itg, and has not in any manner sought. by collusion to secure any tage against the City of Diamond Bar or any person interested other person. the proposed contract, for himself or for any Signature Subscribed and Lo before me t, 20 Signature of Officer Administering Oath (Notary Public) 5 day of 29 BoND No. N/A BID BOND KNOW ALL PERSONS BY THESE PRESENTS t,hAT: WHEREAS ThC City of Diamond Bar ("Public Agency" ) , has issued and invitaEion for bids for the work described as follows: Residential & Collector Stu'eets Rehabilitation (Area 1) and Arterial Streets Rehehilitetion (Golden Springs Drive fiom Brea Canyo n Road to Grand Avenue) FY 2022-2023 Proiect No. SI 23102 & sI2103 WHEREAS R.I. NOBLE COMPANY, 15505 E. LINCOLN AVE., ORANGE, CA 92865 ("Principal"),lfame and iddress of Bidder) desires Eo submit a bid to Public Agency for Ehe 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 Western Surety Companv. 2 P Plaza. Suite 400. Irvine. CA 92614 (Ivame and address of surety)('surety') a duly admitted surety insurer under Ehe la!,rs of Ehe State of California, as SureEy. are held and firmly bound unto Public Agency in the penal sum of Pollars ($ l0%), being not less than ten percent (10t) of the tot.al bid price, in lawful money of the United States of America, for the payment of which sum well and truly Eo 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 Ehe Eime and in Ehe manner reguired by the bidding specifications, ent.ered inEo the hrriEten form of conEract included lrith bidding specifications, furnishes Ehe required bonds, one to guarant.ee faithful performance and the other to guarantee paymenE for labor and maEeriafs, and furnishes the required insurance coverages, then this obligat.ion shalt become nul,I and voidi otherwise, iE sha]I be and remain in full force and effect. brought upon this bond, Surety further agrees to pay incurred by Public Agency in Ehe suiE and reasonable In case suit is all court costs 34 atEorneys' fees in an amount fixed by the court.. Surety hereby waj.ves the provisions of CaLifornia Civil code S2845. IN WITNESS WI{EREoF, two (2) identical cormterparts of this instrument, each of which shall for all Purposes be deemed an original hereof, have been duly executed by Principal and surety, on Ehe date set forth be1ow, the name of each corporate party being hereto affixed and t.hese presents duly signed by its undersigned representative (s) pursuant Eo authority of it.s governing body. Dated:February 10.2023 'Principal'" Surety" Western Surety Compan v ByBy, Itssr L,ZA, VICE PRESIDENT ]ames Scott Salandi, Attorney-in-fact xBy:By, Its lrcos @@*d'Its This bond must be executed and dated, all notarized, and evidence of the authority of as attorney- in- fact musE be att.ached. Note:signacures must be any person signing (seal )( seal ) 35 E//n.*^x CALIFORNIA ACKNOWLEDGMEI{T ctvtL coDE g 1189 A notary public or other officer completing this certificate verifies onlythe identity of the individualwho signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validig of that document. State of California County of ORANGtr 0211412023 J.DEIONGH, NOTARY PTIBLICOnbefore me,Dote Here lnsert Nome ondTitle of the Officer personally appeared STEVENL. MENDOZA Nome(s) of Signer@ 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 he/€h€lth€c/ executed the same in hisArc#their authorized capacity(ies), and that by his/herltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person($ acted, executed the instrument. J. DEIONGH Notary Public - California 0range County Commission # 2307441 lly Comm. Expires Oct 28,2023 Signature Ploce Notory Seol ond/or Stomp Above Signoture of Notory Public OPTIONAL Completing this informotion con deter olterotion of the document or froudulent reottochment of this form to on unintended document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages: _ Signe(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:Signer's Name: Er corporate officer - Title(s):Er corporate officer - Title(s): o Partner- o Limited o General o lndividual o Attorney in Fact tr Trustee o Guardian or Conservator tr Other: Signer is Representing tr Partner- tr Limited o General o lndividual o Attorney in Fact O Trustee o Guardian or Conservator o Other: Signer is Representing: _ O2O18 National Notary Association 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. CALIFORNIA ACKNOWLEDGMENT crvrL coDE 51189 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 validig of that document. State of California County of ORANGF 02114t2023 J. DEIONGH, NOTARY PUBLICOnbefore me,Dote Here lnsert Nome ondTitle of the Officer personally appeared JACOB BREEDLOVE Nome(s) of Signe(s) 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 he/€h€/th€'y executed the same in his/ie#their authorized capacity(ies), and that by his/her4heir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ) J, DEIONGH Notary Public - California 0range County Commission # 23A7441 lcertify 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. My Comm. Expires Oct 28, ?073 Signatu Ploce Notory Seol ond/or Stomp Above Signoture of Notory Public OPTIONAL Completing this informotion con deter olterotion of the document or froudulent reottochment of this form to on unintended document. Description of Attached Document Title or Type of Document: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:Signer's Name D Corporate Officer - Title(s):E Corporate Officer - Title(s): DocumentDate: NumberofPages D Partner- o Limited tr General o lndividual o Attorney in Fact o Trustee o Guardian or Conservator D Other: Signer is Representing tr Partner- tr Limited tr General tr lndividual D Attorney in Fact O Trustee O Guardian or Conservator tr Other; O2O18 National Notary Association Signer is Representing: ALL. PURPOSE CERTIFICATE OF ACKNOWLEDGMENT 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 San Bernardino ) ,.,On iz /zz-. /o. zaL) before me, Tina Downey, Notary Public , / / lHere insed name and tide o, lhe ofiier) personally app eared James Scott Salandi who proved to me on the basis of satistacto nose name(d) is/arc subscribed to the within instrument and acknowledged to me that he/sHttrey executed the same in his/he#tfreh authorized capacity(ie61, and that by his/he+Aheir signature(s) on the instrument the person,(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ! 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 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of aftached document continued) Number of Pages _ Document Date_ 201 5 Vefs,on www.{r,lotaryClasses.som 800-873-*865 ,,(ffir";' TlllADowNEY /sZ ',i,$fl\ Notarv Public - Catifornla(ffi) ?*H'll*'ll!;11,",\w^ry comm. Expir* rov 2t, 2025 (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM This form complies wilh cun'ent California stalules regarding notary wording and, ifneeded, should be completed and altached to lhe document. Achtolwedgentsfiom othet slates nqy be compleledfor documents being sent to that stqte so long as the vording does not require the Cdlifomia notary to violate Californio notary law. . State and County information must be the State and County where the document signe(s) personally appeared before the notary public for acknowledgrrent. . Date ofnotarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. o The notary public must print his or her name as it appears wiihin his or her commission followed by a comma and then your title (notary public). o Print the name(s) of document signer(s) who personally appear at the time of notarization. . Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they; is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. . The notary seal impression must be clear and photogaphically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgrnent form. . Signature of the notary public must match the sigaalure on file with the office of the county clerk. * Additional information is not required but could help to ensure this acknowledgnent is not misused or attached 10 a different document. * Indicate title or q?e ofattached document, number ofpages and date. * Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). . Securely attach this document to the signed document with a staple. CAPACITY CLAIMED BY THE SIGNER fI lndividual(s) tr Corporate Officer (Titlef ! Partner(s) E Attorney-in-Fact n Trustee(s) tr Other I(nor An Mcn By Tt rc Prt!.rtt Thd WESTERN SURETY COa\,IPANY, a Solnh Doloia corpol:cioo, is a duly otgaDiz€d and odsri[g cqpolarnrn havrng ils p.ircipol otrrce io 6e City ofsixrx Fslls" ed Siste of South Datoe, ard El it do€s by virnE oftlE sigldre Ed s€al b.rEin sf6xed beieby,rule, conslftne and appoint POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY.IN-FACT James Scott Salandi, Lconard Ziminsky, David Jecobson, Individually - In Unlimited Amounts - rnd to biod it the€by as fully od to lh€ same extenl as ifsuch instsurcnB *€re sign€d by a duly atnhorized officer ofthe corpotaion aDd all fie &1s ofsaid Attom€y, F,rsuan! io the artlrc.ily h€r€by giveo, are hereby ralifi€d and corfirmed. This Power of Attofle] is made and executed ll(lrs.ant !o and by arfiority of ltc By-Law printed m thc reverse hercof, duly dopted as idicde4 by the shareholdeG of the corpodioo. WESTERN SURETY COMPANY T. Brutlal vice PrEsident of kvine CA its mlc ad lawful Auotuey(s>iFFact *ifi full pow€r ad auhonty ber€by corferred lo sig!, seal sd cxeuxe fo{ ad ([l its behalf botrds, uderlrkings ed orher obligdory irrgn ments of simfu, natorc Otr rhir 24dr d.y ofJllrE, 2021, bcfore ne pe$onally carne Piul T. 8ru0!r, to rD€ lro*8, vto, bcitrg by me duly srrom, did dcposc.rd say: $ar he resi&s in lhe City of Sioux Falls, Siste of Sodh Dalot{ thar he is the Vice PrEsideflt of WESTERN SURETY COMPANY described in and rifiich executed drc above irErrumnt tbsl he lolows the se5l ofsaid corporarion; tht the s€al aflixcd to drc said insrrum€nt i3 srrch corpomre seal; thd it w8s so 3Ifixed pursuant to sudbrity given by d|e Bo{d of DrEc-tors of slid co{porui}n ad rt6l he sig[cd his nslE lheRro Flrsunt b like &(hority, ed a&towledges sarE to be the e! ad &ed of said corpordtior. Srrre of South Dakota Comty ofMinnehaha )" My commisson eryires Mach 2, 2026 i**l[Gii**? i@ffiffi@i M. Bent Notary hblic CETTlIICTTE I, L. f,lclsoll, &siir.ot S.crctary of WESTERN ST RETY COiTPANY do hrEby ceftiry drd lhc Po*tt of Auom€y haEidve set fonh is gill in force, and further certiry thd lhe still in force. In tecturcry *6er€ofl hav€ h€rcunto $bscribed ltly oame and affixed lhe seal ofth€L' WESTERN SURETY COMPANY L. Nels.q Assigant Secrclary Go to www.cnasurety.com > Otarner / Obligee servictr > validate Bond coErage, if you tf,ant to verify bond autlEnticity. \A,bstern Surety Conrparry ln Wittr $ Wh.ieof, WESTERN SLIRETY COMPANY hrs calsed tlEsc presents to be sign€d by its Vic€ Pr.sidenl and its corporate sed to be herE@ afrxed on fiis 24dr dey of June, 202 I Authorizing By-Law ADOPTED BY Trm SHAREHGLDffiS OF WESTERN SUREry COMPAI.IY This Power of Attorney is madead exeqrtedlrdnuant to and by authority of the following By-Law duly adopted by the shreholders ofthe Company. Section 7- All bonds, policies, udertakings, Powers of Attorney, or other obligatiom of the corporation shall be exectted in the corporde name of lhe Company by the Presidenq Secretry, and Assistmt Secr*ry, Treasurer, or any Vice Presid€ot or by suctr other officers as the Board of Directors may authorize. The President any Vice President Secretry, aay Assistmt Secretay, or the Treasurcr may appoint Attomeys in Fact or agents who shall have auttority to issue boods, policies, or undertakings in thc name of the Company. The corporah seal is not necessay for the validity ofany bonds, policies, undertakings, Powers ofAtomey or otber obligations ofthe corporation. The sipdure of my zuch offioer md the corporate seal may be printed by facsimile. CERTIFICATION OF NON-DISCRIMINATION AIID 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 iLs employment with regards to race, religion, sex, or nat,ional origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it wiII pursue an affirmative course of acEion as reguired by the affirmative action guidelines. We agree specifically; To establish or observe employment policies which affirmatively promote opportunities for minority persons aL all job IeveIs. To communicate this policy to aI1 persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at Iarge. t_ 2 3 To take affirmat,ive company. st.eps Lo hire minority employees within t.he TITLE OF OFFICER SIGNING STEVEN VICE PRESIDENT SIGNATURE X DATE 03t08t2023 Please include any additional information available regarding equal opportunity emplo)rment programs now in effect within your company: PLEASE SEE THE ATTACHED EEO STATEMENT 36 FIRM R.l. NoBLE CoMPANY ,Y_ //hr,.- .1. Jl0Bl gan ASPHALT PAVING . ENGINEERING CONTRACTORS Lrc. A-782908 It has been and will continue to be the policy of R.J. Noble Company that it shall be an equal opportunity employer. To assure full implementation of this policy, R.J. Noble Company shall act affirmatively to assure that it will: It is the policy of the Company to employ, retain, promote, layoff, or terminate and otherwise treat all employees solely on the basis of merit, competency, and qualifications and overall work performance. All employment decisions are made without regard to age, race, sex, gender, color, military service, sexual orientation, national origin, religious creed, ancestry, physical or mental condition, marital status or any other protected status as defined by relevant law. Employees are strictly forbidden to harass co-workers for any reason. Compensation, terms, conditions, and privileges are to be equal for work. -Chief Financial Officer.t o RANGE: 15505 E. LINCOLN AVE . P.O.BOX 620 . ORANGE, CALTFORNIA 92856-6620 . (714]}637-1550 . FAX (714) 637-6321 EEO POLICY STATEMENT CERTIFICATION WTTII REGA,RD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR ST'BCONTR.ECTS SI'BTECT TO THE EQUAIJ OPPORTT'NITY CLAUSE ATTD THE FILING OF REQUIRED REPORTS The bldder XX _, proposed subcontractor _, hereby certifies Lhat he has ffi , has not _t participate,I'E- a pr.rious contract or subcontract subject to t.he Equal Opport.unity Clause, as required by Executive Orders l-0925, LLl14, or 11245, and Lhat hs has v\xx , has not , filed with the Joint Reporting Committee, the Director of tfre Office of Federal ConLract Compliance, a FederaL Government contracting or administering agency, or the former President's Committ.ee on Equal Employment Opportunity, all reports due under the applicable filing requirements. R.I. NOBLE COMPANY (COMPA}IY) x Y/t/ru^-BY:/U STEVEN L. MENDOZA, VICE PRESIDENT (TITLE) DATE:MARCH 08 2023 NOTE: The above cert.ificaEion is required by the Equal Employment, Opportunity Regulations of the Secretary of Labor (+f CFR 50-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the EE:aI Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 4L CFR 60-1.5. (Generally only conEracEs or subcontracts of $10,000 or under are exempt). CurrenEly, St.andard Form 100 (EEO-I-) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcont.ractors 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 contractss and subcont,racts unless suctr contractor submits a report covering the delinquent period of such otherperiod specified by the Federal Highway Administration or by t,he Director, Office of Federal Contract Compliance, U.S. Department of Labor. 37 The bidder proposed subcontractor X , hereby certifies thaLhe has X , fras not _, participateT-Ti- a p.e.riorr. contract orsubcont.ract subject to the Equa1 Opportunity Clause, as reguired byExecutive Orders 10925, 11114, or !!246, and that he has f , h"" ,rot, filed with the Joirrt Reporting Committee, the Director 6t tfre Officeof Federal Contract Compliance, a Federal Government cont.racting oradministering agency, or the former president,s Committee on Equal EmpI oymenE Opportunity, all reports due under t.he applicabJ,e filing requirements. //-/pc CERTIFICATION WITE REGARD TO TIIE PERFORMA}ICE OF PREVIOSS COMTRACTS OR SI'BCONTRACTS SI'B,JECT TO TSE EQI'AI OPPORTI'NITY CI.AI'SE AND THE FIIIING OF RBQUIRED REPORTS (COMPANY) Byrx -/'6-7 6z,ir f*irnt,/, DATE:MARCH 08 20 23 NOTE: The above certificat.ion is required by the Equal EmpLoyment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b)(1), and musE be submit.t.ed by bidders and proposed subcontractors onlyin connection with contracLs and subcontracts which are subject to the Equal OpporEunj.ty Clause. Contracts and subcontracts which are exemptfrom the Equal OpporEunity Clause are seU fort.h in 4t CFR 60-1.5.(Generally only cont,racts or subcontracE.s of $f0,OOO or under are exempt ) . Currently, Standard Form 100 (EEO-1) is the only report requj-red by theExecutive Orders or t.heir implementing regulations - Proposed prime contractors and subcont.ractors who have participated 1na previous contract or subconLract subject to Ehe Executive Orders and have not filed the required reports should note that 41 cFR 50-1.7 (b)(1) prevents the award of contracts and subcontractg unless suctrcontractor slibmits a report covering the delinquent period of such otherperiod specified by the Federal Highway Administration or by theDixector, Office of Federal qontract Compliance, U-S. Department of tabor . 3'l (TI TLE ) CERTTFICATION WITH REGARD TO THE PERFORMAIICE OF PREVIOUS COIITRACTS oR SITBCoNTRACTS St BiIECT TO THE EQUAL OPPORTITNITY CIJAUSE AI{D THE FIIJING OF REQUIRED REPORTS The bidd he has .er X proposed subcontractor X _, hereby certifies thatI has not _, participated in a previous contract or subcontract subject to the Equal Opportunity Clause, ds required by Executive Orders 10925 , L1-1-1-4, or 11-246, and that he has has not , filed with the .Toint Reporting Committee, the Director of the Officeof Federal Contract Compliance, a Federal Government contracting oradministering agency, or the former President's Committee on Equa1 Emplolrment Opportunit.y, all reports due under the applicable filing requirements. American Pavement Systems, lnc. (COMPANY) BY xDa-rZ Vice President,Sea Division (TITLE) DATE MARCH 08 NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (St CFR 60-1,.7 (b)(1), and must be submitted by bidders and proposed subcontractors onlyin connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exemptfrom the Equal Opportunity Clause are set forth in 4t CFR GO-1.5.(Generally only contracts or subconLracts of $1O,OO0 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 4l CFR 50-1.7 (b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such otherperiod specified by the Federal Highway Administration or by theDirector, Office of Federal Contract Compliance, U.S. Department of Labor. )l , 2023 CERTIFIEATION IOITB REGIARD TO THE PERFORIIA}ICE OF PREVIOUS COIITRACTS oR sIrBco![TRACTS SrrBirECT TO TrrE EQUAL OPPORTT NITY CLAUSE AtrD TIIE FIIJING OF REQUIRED REPORTS The bidder -, proposed subcontractor X , hereby cert.ifies that he has has not , partieipated in a previous contract or subcontract subject to the Equal Opportunity Clause, ds required by Executive Orders 10925, l-11,14, or L]-245, and that he has has not , filed with the iloint Reporting Committee, the Director of the Officeof Federal Contract Compliance, a Federal GovernmenL contracting or administering agency, or the former President's Committee on Equal Employment OpporEunity, all reports due under the applicable filing requirements - Case Land (coMPAlrr) , President DATE:March 8 , 202 NOTE: The above certification is reguired by the Equal Employment Opportunity Regulations of the Secretary of Labor (qt CFR 60-L.7 (b) (1) , and rnust be sr:-bmitted by bidders and proposed subcontractors onlyin connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from t.he Egual Opportunity Clause are set forth in 41'CFR 60-1.5. (Generally only cont,racts or subcontracts of $1-0, 000 or under are exempt) . Currently, Standard Form 100 (EEO-l) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contracLors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reporEs should noLe that 41 CFR 50-1.7 (b) (1) prevents the award of contracts and subcontracts unless suchcontractor submits a report covering the delinguent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Complianee, U.S- Department of Irabor. BY Larry (r tt CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS COIITRACTS OR SUBCON1TRACTS STIBiIECT TO THE EQUAL OPPORTT'NITY CLAUSE A!{D THE FITING OF REQUIRED REPORTS The bidder -, propose4 subcontractor X , hereby certifies that he has _, h"s not X , participated in , pr.riorr" contract or subcontract subject to the Equal Opportunity Clause, ds required by Executive Orders 1-0925, LLLL4, or 1-L246 , and that he has _t 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. f&S Striping (CoMPANY) BY: X A",t/- Estimator (TTTLE) DATE:MARCH 08 20 23 NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (4L CFR 60-L.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 50-1.5. (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 thej-r 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 50-L.7 (b)(1) prevents the award of contracts and subcontracts un]ess such contractor submits a report covering the delinquent period of such otherperiod specified by the Federal- Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 37 CERTIFICATION WITE REGTARD fO THE PERF'OR}TA}ICE OF PREVIOUS CONTRACIS oR st'BcollrRAcrs t*rTrlr-*Jt"r-1"ro1lr"*', "-'='r""11TrrY cLAusE AlrD rEE The bidder _, proposed subcontractor X , hereby certifies that he has I , has not _, participated in a previous contract or sr:bcontradt subject Eo the Equal Opportunity CJause, ds required by Executive orders LOg25,7].].i4, or LL246, and that he has Y , 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. li/abcg* ?nc. (COMPA}IY) By: x frr4dl)rdlo*tf (TITLE) DATE:MARCH 08 , 2023 NOTE: The above certification is required by the Equal Employment Opport,unity Regulations of the Secretary of Labor Ga CFR 60-1.7 (b) (I), and must be submit.ted by bidders and proposed subcontractors only in connection rrith contracLs and subcontracts which are subject to t.he Equal Opportunity Clause. Contracts and subcontracts which are exempt f rom the Equal opportunit,y Clause are set f orth in 41- CFR 5 0 - l- . 5 . (GeneralI-y only contracts or subcontracts of $10,000 or under are exempt) . CurrenLly, Standard Form 100 (EEO-I) is Uhe only report reguired by the Executive Orders or t.heir 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 50-1.? (b) (t) 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 ContracE Compliance, U.S. Department of Labor. 37 CERTIFICATION WITH REGARD TO THE PERFORT4ANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO TIIE EQUAIJ OPPORTUNITY CLAUSE AND TIIE FIIJING OF REQUIRED REPORTS (coMPANY) BY: X The bidder proposed. subconE.ractor X , hereby certifies thathe has X h." not _, participateT-Tn . pr"lriors contract. orsubcontra'ct subjecE Eo the Equal Opportunity Clause, as required byExecutive Orders 10925, L1114, or L1-246, and that he has .( , has noC, filed with Ehe JoinL ReporEing commit.tee, Ehe Director of ttre Officeof Federal Cont.rac! Compliance. a Federal Government contracting oradministering agency, or the former president's Committee on Equal EmpIo).ment Opportunity, all reports due under t.he applicable filing requirements. NC,Y'l ftlsi )av,s (TIT].,E ) DATE :MARCH 08 .'> a 23 NOTE: The above certification is requi.red by t.he Equa]- EmploymenLOpportunity RegulaEj.ons of t,he Secretary of I-,abor (41, CFR 60-1.7 (b)(1), and must be submitted by bidders and proposed subcontractors onlyin connection vrit.h contracts and subcontract.s which are subject to the Equal Opportunity Clause. Contracls and subcontracts which are exemptfrom the Equa] Opportunity Cl,ause are set forth in 41 CFR 60-1.5.(Generally only contracts or subcontracts of $LO,OOO or under are exempt ) . Currently, Slandard Form L00 (EEO-1) is the only report. required by theExecutive Orders or their implenenting regulations, Proposed prime contractors and subcontracEors who have part.icipaLed ina previous conEract or subcontract subject. to the Executive Orders and have noE filed the required reports should note that 41 CFR GO-1.7 (b)(1) prevents the award of contracts and subcontract.s unless suchcontractor su-bmits a report covering the detinquent period of such otherperiod specified by the Federal Highway AdministraEion or by theDirector, Office of Federal Contract Compliance, U.S. Department ofLabor. 3'l 7t 'll{ TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ORANGE NON. COIJIJUSTON AFFID.EVIT SS COUNTY OF STEVEN L. MENDOZA , being first duly sworn, deposes and says that he gfrxfihe is VICEPRESIDENT of R.J. NOBLE COMPANY , the party making theforegoing bid, that Lhe bid is not made in the interest of or on behalfof, any undisclosed person, part.nership, company association,organization, or corporati-on; Ehat the bid is genuine and not collusiveor sham; that the bidder has noE directly or indirectly induced orsolicited another bidder to puE in a false or sham bid, and has notdirectly or indirectly colluded, conspired, connived, or agreed withany bidder or anyone else to put in a sham bid, or that anyone sha1lrefrain from bidding; that the bidder has not, in any manner, directlyor indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or tofix any overhead, profit, or cost elemenL of the bid price, or of thatof any other bidder, or Lo secure any advantage against the public bodyawarding the contact or anyone int,erested in the proposed contract,.that all statemenEs contained in the bid are true,. and furEher, thatthe bidder has not, directly or indirectly, submitted his or her bidprice or any breakdown thereof, or the contents thereof, oy d.ivulgedinformation or data relative thereto, ot paid, and will not pay, anyfee to any corporation, partnership, company association, organir"tiorr,bid depository, or to any member or agent thereof to effectuate acollusive or sham bid. x Bidder STEVEN SECRETARY STATE OF CALIFORNIA ) )ss COi'NTY OF LOS A}]GELES ) Subscribed and sworn to before me this 8rH day J. DEIONGH Notary Public in and for the County of ORANGE MARCII 23,20- StaEe of California J. DE]ONGH Notary Public - California 0range County Commrssion # 2307441 : My Comm. Expires Oct 78,2023 38 ) ) ) CALIFORTIA ACKNOWLEDGMENT crvtL coDE g 1189 A notary public or other officer completing this certificate verifies onlythe identity of the individual who signed the document to rvhich this certificate is attached, and not the truthfulness, accuracy, or validi$ of that document. State of California County of ORANGtr 0310812023 before me, J.DEIONGH, NOTARY PUBLIC On Dote Here lnsert Nome ondTitle of the Officer personally appeared STEVENL- MENDOZA Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name($ is/are subscribed to the within instrument and acknowledged to me that he/sh€lth€q/ executed the same in hisll+erltheir authorized capacity(ies), and that by his/herltheir signature($ on the instrument the personF), or the entity upon behalf of which the person($ acted, executed the instrument. z z J. DEIONGH Notary Public ' Caiifornia 0range CountY Commission + 7307441 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregolng paragraph is true and correct. WITNESS my hand and official seal. Cornm. ExPi:es Oct 28, 2023 Signature Ploce Notory Seol ond/or Stomp Above of Notory Public OPTIONAL Completing this informotion con deter olterotion of the document or froudulent reottochment of this form to on unintended document. Description of Attached Document Title or Type of Document: DocumentDate: NumberofPages:- Signe(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Signer's Name: o Corporate Officer - Title(s):EJ Corporate Officer - Title(s): o Partner- tr Limited D General o lndividual tr Attorney in Fact o Trustee o Guardian or Conservator D Other: Signer is Representing: o Partner - o Limited El General o lndividual D Attorney in Fact o Trustee o Guardian or Conservator o Other: @2018 National Notary Association Signer is Representing @