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
@