Loading...
HomeMy WebLinkAboutBID DOCUMENTSBID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 4 & 5 (COPLEY & MOONLAKE) FY 2022-2023 PROGRAM PROJECT PW23401 BASE BID ITE M APPROX. DESCRIPTION UNIT NO. QUANTITY UNIT WRITTEN IN WORDS PRICE AMOUNT 1 1 LS MOBILIZATION $15.000.00 $15, 000.00 2 1 LS TRAFFIC CONTROL s1s.000.00 $15,000.00 3 9 EA INTERCEPT CURB DRAIN AND CONNECT TO 4" STORM DRAIN PER DETAIL $3,500.00 $31, 500.00 4 140 LF INSTALL 6" DIA. PVC (SDR-3S) PIPE IN OPEN CUT $175.00 $24, 500.00 TRENCH. INCLUDES BACKFILL AND AC T-CAP 5 360 LF INSTALL4" DIA. PVC (SDR-35) PIPE IN OPEN CUT TRENCH. INCLUDES BACKFILL, LANDSCAPE AND/OR AC $180"00 $64, 800.00 T-CAP AS NECESSARY 6 5 EA INSTALL STORM DRAIN CLEAN -OUT PER SPPWCSTD. NO.204-1. $2,500.00 $12,500.00 7 200 LF INSTALL 4" DIA. PVC (SDR-35) PIPE, BY JACK AND BORE, AT DRIVEWAY CROSSING.. $300.00 $60, 000.00 8 1 EA NSTALL SAND FILTER JUNCTION STRUCTURE WITH HIGHFLOW BYPASS PER DETAIL A. $17, 500.00 $17,500.00 9 2 EA INSTALL PIPE TO PIPE JUNCTION STRUCTURE PER LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS $2,500.00 $5, 000. 00 STANDARD DRAWING NO. 332-1. 10 140 SF REMOVE AND REPLACE EXISTING CONCRETE IN KIND, AS NECESSARY $s5.00 $13,300.00 11 1 EA INSTALL MODULAR WETLAND SYSTEM, MWS L-4-4-C OR APPROVED EQUAL. INCLUDES IRRIGATION. $'0 °°° °° $70, 000. o0 12 S LF REMOVE AND REPLACE EXISTING CURB AND GUTTER AND REPLACE IN KIND. INCLUDE FULL DEPTH AC SLOT $1,000.00 $5, 000. 00 PAVE. 17 MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)-4 $ 334,100.00 OTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): three hundred thirty-four thousand, one hundred dollars and zero cents Schedule Note: Bid Price indicated refers to all items illustrated the plans and details, and delineated within the specifications talled and completely in place with all applicable portions of the struction documents and include all costs connected with such items luding, but to necessarily limited to, materials, transportation, es, insurance, labor, overhead, and profit, for General Contractor Subcontractors. 1 work called for on the construction documents are to provide a mpleted project with all systems operating properly and ready for d will be based on the items of Bid Schedule. Therefore, Contractor 1 completely fill out Bid Schedule. Accompanying this proposal is (Insert "$ J ni *G(J 1jr w- `D�l, "cashier's check", "certified the case may be) in the amount (10%) of the total bid. :heck", or equal to a W- Pf D cash", "bidder's bond" as t least ten percent The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. 18 CONSTRUCTION CORPORATION —zo zs OF BIDDER (PRINT) / SIGNATURE DATE TAME 412 ESPANOL AVENUE 110 234 90640 323-597-1084 ZIP CODE TELEPHONE rATE CUNTRACTOR LICENSE NO. AND CLASSIFICATION CLASS A , B, C-8,C-12,C-21, C-27 declare under penalty of Perjury of the laws of the State of California iat the representations made herein are true and correct in accordance .th the requirements of California Business and Professional Code action 7028.15. SIGNATURE OR AUTHORIZED OFFICER 19 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past three years. Only projects in excess of $200,000 each qualify as similar for this project. 1. Project Title PROJECT NO. 25917 SYCAMORE CANYON PARK SLOPE /TRAIL PROJECT Contract Amount $994,140.00 Type of Work FURNISH ALL LABOR AN MATERIAL FOR REMOVAV REPLACEMENT OF EXISTING VEGETATION, IRRIGATION, CONCRETE STAIRS, BLOCK WAL"LOPE,24' AORM DRAIN Client CITY OF DIAMOND BAR Agency Project Manager CHRISTIAN MALPIS Phone 909-839-7042 11/2019 Date Completedfaaandaddti m 3 m hea ge)% Subcontracted 0% 2. Project Title NORCO MDP LINE N-Cl EXTENSION STORM DRAIN PROJECT Contract Amount 1,103,644.00 ^v-.r—,....._... �Taos, spacrecaaons, and contract Documents for the above stated project, consisted of approximately 1,000 linear feet of varying size, 30-and 24-RCP storm drain pipe along with 18' RCP lateral pipes, manholes, and catch basins. Type of Work The project also induces street improvements, new street proRle,on Pedley including all new curb and gufler, driveways, and asphalt work. Client CITY OF NORCO Agency Project Manager SAM NELSON Date Completed 05/2023 Phone 951-270-5677 % Subcontracted 15& 3. Project Title AS NEEDED REPAIR SERVICE ON SEWER SYSTEM Contract Amount 344,250.00 repair or existing e, 8, 8, 1V and 12' VCP pipe, work includes but not limited to 8- feet deep excavation, saw adellg, bedding, slurry ball, new VCP pipe Installation, sewerflow =W, tie-in connection, S traffic control. furnish and install Type Of Work 4-feet diameter sewer manhole (up to B-feet deep) Stolm water main with 10-inch and 12-inch HOPE. York includes but not limited to Meet deep Client CITY excITY OF n, saw c INGLE IWOOD , new a ins a a , sewer flow control, connection, 8 treffic control. Asphalt and Concrete work. Agency Project Manager THOMAS C LEE Phone 310-412-5333EXT5611 Date Completed ON - GOING Subcontracted 0% NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature 10 ADDITIONAL PAGE ATTACHED -----> EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past three years. Only projects in excess of $200,000 each qualify as similar for this project. Project Title CIP PROJECT NO. 154 JASMINE STORM DRAIN IMPROVEMENTS Contract Amount 1,688,479.00 Appradme ram pipe. ITUITUIT9 iris lacKing rx zo sone casing and installation of Lo fiow tliversion w/ 12- PVC pipe Type of Work installation /replacement of catch basins antl sbmt drain laterals at venous locations along the prefect alignment, trenching, the removal and replacement of AC Yp pavement and PCC street imoroormenls as reoulretl to'nata11 storm drain facilities Client CITY OF LAGUNA BEACH Agency Project Manager MATTHEW OXFORD Date Completed 05/2022 PERRIS MARCH PLAZA Project Title Contract Amount 292,985.00 Phone 949-497.0792 % Subcontracted 0% Furnish all labor, material and equipment for On Site Stonn Drain installation and rehabilitation 6r30' HDPE, ON Site water F SOR35. 48" Sower manhole, Type of Work OBSoTSewer8-VCP Sewer, Cormasonto all exis8ng manhdes Client CITY OF PERRIS/ ROCKWOOD CONSTRUCTION Agency Project Manager ALEX SANCHEZ Phone 949-423-4784 Date Completed 05/2021 % Subcontracted 0 Project Title PRIMROSE PARK PROJECT Contract Amount 2,470,087.50 Site preparation removal & grading of existing pavement, concrete improvements Including grading Type of Work for proposed restroom building. Client CITY OF SANTA ANA Agency Project Manager OKAN DEMIRCI Phone 714-319-6137 Date Completed 05/2022 $ Subcontracted 7.6% If requested by the City, the bidder shall furnish acial statement, references, and other information rehensive to permit an appraisal of hip current inancial Bidder's Signature 10 a certified sufficiently condition. BIDDER'S PROPOSAL CITY OF DIAMOND BAR GROUNDWATER DRAINAGE IMPROVEMENTS PHASE 4 AND 5 ite 0616 CIP PROJECT NO. PW23401 20 'L3 the City Council of the City of Diamond Bar: Undersigned hereby declares: a) That the only persons or parties interested in this proposal as principals are the following: CEM CONSTRUCTION CORPORATION 1. JESUS E. CARRILLO / PRESIDENT & TREASURER 2. EMIGDIO CARRILLO JR. / VICE PRESIDENT & SECRETARY (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co -partnership, give the name, under which the co -partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) That this proposal is made without collusion with any person, firm or corporation. That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (') That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. :) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. 15 That, if this bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of 13i o DOLLARS ($ TCr1C d bidder's bond has been duly executed by the undersigned bidder and a financially sound surety company authorized to transact business this state. It is understood and agreed that should the bidder fail within ten (0) days after award of contract to enter into the contract and furnish ceptable surety bonds, then the proceeds of said check, or bidder's o nd, shall become the property of the City of Diamond Bar; but if this ntract is entered into and said bonds are furnished, or if the bid is z t accepted then said check shall be returned to the undersigned, or tie bidder will be released from the bidder's bond. 1412 ESPANOL AVENUE 323-597-1084 W dress of Bidder Telephone of Bidder M NTEBELLO 90640 = ty Zip Code Signature of Bidder 16 LIST OF SUBCONTRACTORS * BID OPENING DATE 05/19/2023 ROJECT Groundwater Drainage Improvement Phase4&5 PROJECT NO. PW23401 OCATION LACFCD LIENT City of Diamond Bar ONTRACTOR CEM CONSTRUCTION CORPORATION Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract On Point Land Surveying In . LS 8133 1906 Orange Tree Lane Suite 240 1 % Survey Control Redlands CA 92374 In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor 20 license of each Subcontractor - who will perform work or labor or render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor's total base bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5%)of the Prime Contractor's total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 21 4 DECLARATION OF ELIGIBILITY TO CONTRACT Code Section 1777.1; Public Contract Code Section 6109] undersigned, a duly authorized representative of the contractor, ifies and declares that: The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 (of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 22 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. II declare under penalty of perjury under the laws of the State of California hat the foregoing is true and correct. Executed this day 0€ p I _7/ 2023, at /-t,^/7Z(P 44b r C} (place of execution) . Ignature Name: JESUS E CARRILLO Title: PRESIDENT Name of Contractor: CEM CONSTRUCTION CORPORATION 23 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE i accordance with Government Code Section 14310.5 and in conformance .th Public Contract Code Section 10162, the Bidder shall complete, ider penalty of perjury, the following questionnaire: QUESTIONNAIRE s the Bidder, any officer, principal or employee of the Bidder who s a proprietary interest in the business of the Bidder, ever been squalified, removed, or otherwise prevented from bidding on or mpleting a federal, state or local government project because of olation of law or a safety regulation? X YES IF the answer is yes, explain the circumstances in the following space: STATEMENT Ia conformance with Public Contract Code Section 10232, the Contractor, h reby states under penalty of perjury, that no more than on final u appealable finding of contempt of court by a federal court has been i sued against the Contractor within the immediately preceding two-year p riod because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of tie National Labor Relations Board. The above Statement and Questionnaire are part of the Proposal.. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders subiect cautioned that making a false certificat artifier to crimi3 24 ecution. CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification PW23401 Bid Date 06/07/2023 s information must include all construction work undertaken in the to of California by the bidder and any partnership, joint venture or poration that any principal of the bidder participated in as a ncipal or owner for the last three calendar years and the current endar year prior to the date of bid submittal. Separate information 11 be submitted for each particular partnership, joint venture, poration or individual bidder. The bidder may attach any additional ormation or explanation of data, which he would like, taken into sideration in evaluating the safety record. An explanation must be ached of the cirmim.41-anrAP C1 rrn n 7in -A -,l l c ITEM ---- - - - ----------- 3CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2020 2021 2022 TOTAL 2023 O. Of Contracts 16 20 6 42 4 Total dollar amount of contracts In 1,000's 4.7 MIL 2.3 MIL 3.1 MIL 10.1 MIL 6 MIL o. of lost workday 0 0 0 0 0 ases o. of lost work day ases nvolving permanent ansfer to 0 0 0 0 0 notherjob or ermination of m to ment o. of lost workdays 0 0 0 0 0 * he information required for this item is the same as required for c lumns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational I juries and Illnesses, OSHA No. 102. above information was compiled from the records that are available me at this time and I declare under penalty of perjury that the ormation is true and accurate within the limitations of these Name of Bidder (Print 1 12 ESPANOL AVENUE .ty 90640 Zip Code ids sa. l W C� GA'��Ct o �ignature 951234 State Contractor's Lic. No. & Class 323-597-1084 Telephone 25 AFFIDAVIT FOR CO -PARTNERSHIP FIRM OF CALIFORNIA ) )SS OF LOS ANGELES ) N/A being first duly deposes and says: he is a member of the co -partnership firm designated as N/A ich is the party making the foregoing proposal or bid; that such bid genuine and not collusive or sham; that said bidder has not colluded, nspired, connived or agreed, directly or indirectly, with any other dder or person to put in a sham bid or that such other person shall frain from bidding; and has not in any manner sought by collusion to cure any advantage against the City of Diamond Bar or any person terested in the proposed contract, for himself or for any other he has been and is duly vested with authority to make and sign iments for the co -partnership by constitute the other members of the co -partnership. N/A Signature bscribed and sworn before me this day of 20 N/A Signature of Officer Administering Oath (Notary Public) 26 AFFIDAVIT FOR CORPORATION BIDDER OF CALIFORNIA ) )SS OF LOS ANGELES ) JESUS E CARRILLO being first y sworn, aeposes and says: t he is PRESIDENT CEM CONSTRUCTION CORPORATION corporation which is the party making the foregoing proposal or bid; tat such bid is genuine and not collusive or sham; that said bidder is not colluded, conspired, connived or agreed, directly or indirectly, .th any other bidder or person to put in a sham bid or that such other arson shall refrain from bidding; and has not in any manner sought by )llusion to secure any advantage against the City of Diamond Bar or ty person interested in the proposed contract, for himself or for any her person. �1G.r✓/ cfixRdL� Signature A notary public or ether officer W certificate verifies only the identity of do MNYMIa, who signed the document to which Ihle eerAeMe scribed and sworn is attached, and not the truthfulness, aoewaoR W before me this valid document of that �"� day of �J U , 20 Signature CLgUDIA ETERNITY MIPo1M0 ANTES COMM. #23941337 0 NOTARYPUBLIC -CALIFORNIA 0 LOS ANGELES "1 Corm. EI¢Yres February 17. 2026 y 27 r Administering Oath (Notary Public) n'.V dry puouc or omer omcer completing this certificate verifies only the iden ity of the individual who signed the document to which this certificate is at: ched, and not the truthfulness,accuracy, or validity of that document. ;tat �e of California ou ty of li CALIFORNIA JURAT and sworn to (or affirmed) before me on this I day of j' U r U Ca ry d i o 20 73 , by �J ej it S &� . proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. V"—CIAU014E76tNI)Y MIfU1Mp►�Eg .COMM.#239vvul c-cAtlru tA6ANGm4a i 1, 4026 Signature (Seal) OPTIONAL INFORMATION AlthoWWWWWWgh the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this jurat ryo an unauthorizeddocument and may prove useful to persons relying on the attached document. lotion of Attached Document This c rtllcate is attached to a document titled/for the purpose of w4uv�y C�(povxhr% ing pages, and dated 7.d Method of fication Proved to mof satisfactory evidence: L®form(on Qcrediblewitness(es) Notarial event is detailed in notaryioLurnal on: Page # 23 Entry # 7 Notary contact: Other ❑ Affiant(s) Thumbprint(s) ❑ Describe: *Copyright 200I-2014 Notary Rotary, Inc. PO Box 41400, Oes Molnes, IA 50311- g O50). All Right, Reserved. Item Number 101884. Please contact your Authorized Resells, to purchase copies of this form. AFFIDAVIT FOR INDIVIDUAL BIDDER OF CALIFORNIA ) )SS OF LOS ANGELES ) N/A being first sworn, deposes and says: That he is the party making the foregoing proposal or bid; that h bid is genuine and not collusive or sham; that said bidder has not luded, conspired, connived or agreed, directly or indirectly, with other bidder or person to put in a sham bid or that such other son shall refrain from bidding; and has not in any manner sought by lusion to secure any advantage against the City of Diamond Bar or person interested in the proposed contract, for himself or for any er person. scribed and sworn before me this day of N/A Signature 20 N/A Signature of Officer Administering Oath (Notary Public) 28 AFFIDAVIT FOR JOINT VENTURE OF CALIFORNIA ) )SS OF LOS ANGELES ) N/A , being first sworn, deposes and says: he N/A N/A e of the parties submitting the foregoing bid as a joint venture and at he has been and is duly vested with the authority to make and sign struments for and on behalf of the parties making said bid who are: N/A at such bid is genuine and not collusive or sham; that said bidder s not colluded, conspired, connived or agreed, directly or indirectly, th any other bidder or person to put in a sham bid or that such other rson shall refrain from bidding; and has not in any manner sought by llusion to secure any advantage against the City of Diamond Bar or y person interested in the proposed contract, for himself or for any her person. ascribed and sworn before me this day of Signature N/A N/A 20 Signature of Officer Administering Oath (Notary Public) BOND No. 29 Bond No. TS23-103 BID BOND ALL PERSONS BY THESE PRESENTS that, .EAS the City of Diamond Bar ("City"), has issued an invitation bids for the work described as follows: GROUNDWATER DRAINAGE IMPROVEMENTS PHASE 4 AND 5 CIP PROJECT NO. PW 23401 CEM Construction Corporation 1412 Espanol Ave. Montebello CA 90640 ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Pu lic Contract Code to furnish a form of bidder's security with their bi . THEREFORE, we, the undersigned Principal, and uvame and address of Surety) (" urety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Ten Percent of Amount Bid Do lars ($ 10%of Amount Bid ) , being not less than ten percent (10%) of the to al bid price, in lawful money of the United States of America, for th, payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Priincipal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 34 In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys, fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. May 31st, 2023 "Principal" "Surety" M Its J 5 jr C7"Rittj Its U.S. Specialty Insurance Company, �_ By: Mooes,--/— �64ts Kerissa ieciardi,Attomey-in-Fact By: Its This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney -in - fact must be attached. (Seal) (Seal) 35 ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. of California ry of I JUN 0 1 2023 before me, Claudia Eternity Miramontes Notary Public Date w _ .44ece Insert Name and Title of the Officer appeared S Names) of Signer(s) io proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed the within instrument and acknowledged to me that he/she/they executed the same in his/her/their thorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity ion behalf of which the person(s) acted, executed the instrument. CLAUDIA EI�1M S COMM. #2394337 O V NJc cMVoR" I) @ L08 AnOWES Calm 5rptas �'ebruay 17. 2026 Place Notary Seal and/or Stamp Above 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. Signature 0111 J)q - `signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. of Attached Document or Type of Document: ment Date: Other Than Named Above: Claimed by Signer(s) gner's Name: Corporate Officer — Title(s): Partner — ❑ Limited ❑ G Individual l orney in Fact Guardian of Conservator Trustee Other: lner is F ©2017 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited o Ge ❑ Individual ❑ Trustee ❑ Other: _ Signer is Rd ❑ Atto in Fact tan of Conservator 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 Orange On May 31 , 2023 before me, Hanh T. Le, Notary Public (insert name and title of the officer) personally appeared Kerissa Ricciardi 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/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) � HANH T LE 3 COMM.# 2296943 NOTARY PUBLIC-CALIFORNIA N ORANGE COUNTY '"� MY COMM. EXP. JULY 14. 2023-1 TOKIO MARIN E HCC POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Kerissa Ricciardi of Santa Ana California its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Five Million***** Dollars ( **`$5,000,000.00*** ). This Power of Attorney shall expire without further action on January 3V1, 2024. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Res Ived, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested wish full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attomey-ln-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling, or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 231d day of September, 2021. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY Y't0.1.C! RI q. •J•*WOINO R flBUN xi Y•pOu0.*W u ..... yBV.........Fjc io.....!e 4 State of California �;;r' ;• Vie' ° a '.iE1 �:a3 %i lO4 i$ -Y its v[n°e'Wie �n7 V.-4 County of Los Angeles t _ (� t l - �:•.. ioa '."N�• :e� gs� _ la9 ;y ,vas �" By: s��...._���*a y e,` °.E.,,..••" °».,,..a..,."•°• �.... Daniel P. Aeuilac Vice President A Notal Public or other officer completing this certificate verifies only the identity of the individual who signed the document to On this 23rd day of September, 2021, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person 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. D. LITTLEFIF+ p WITNESS my hand and offs ' I seal. - wuryaublk-c.ure n I 'M Anp Cl Caynry ' j Cp,flm"A"' 1 ]710307 Signature Vu (seal) MV C0'nm• F"0"H U031.2024 I, Kio Lo, Assistant Secretary o American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. IR,wiitnegs Whereof ► I have hereunto set my hand and axed xed the seals of said Companies at Los Angeles, California this S I gT day of 1"l aL `,j �, Corporate Seals— �r^�ie.�croay"O eoHo,c .°gg„4z�R"' Nit TSQ"�—t I C23 coo* Bond No. ". ail ;„" Z, Agency NO. 19709 �E.rc: 7 Kio Lo, Assi Secretary HCCSMANPOA0912021 visit tmhcc.com/surety for more information CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. 1 2. 3 agree specifically: To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. To take affirmative steps to hire minority employees within the company. CEM CONSTRUCTION CORPORATION OF OFFICER SIGNING PRESIDENT DATE 0G--o/,T07% Pease include any additional information available regarding equal portunity employment programs now in effect within your company: /A CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS ie bidder, proposed s bcontractor hereby certifies that has has not participated in a previous contract or ibcontract subject to the Equal Opportunity Clause, as required by :ecutive Orders 10925, 11114, or 11246, and that he has > ' has not �1C'C filed with the Joint Reporting Committee, the Director of the Office Federal Contract Compliance, a Federal Government contracting or [ministering agency, or the former President's Committee on Equal iployment Opportunity, all reports due under the applicable filing :quirements. CEM CONSTRUCTION CORPORATION (COMPANY) PRESIDENT TITLE) 2073 NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only ir connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt) . rently, Standard Form 100 (EEO-1) is the only report required by the cutive Orders or their implementing regulations. Ploposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Di' `rector, Office of Federal Contract Compliance, U.S. Department of 37 NON -COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) undersigned declares: I�am the PRESIDENT t e foregoing bid. O fCEM CONSTRUCTION CORPORATION the party making The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. A�l statements contained in the bid are true. The bidder has not, d rectly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person e ecuting this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on or.,, /_ a.2 3 [date], at + o [city], Co' [state]. A CONSTRUCTION CORPORATION iness Name ESPANOL AVENUE MONTEBELLO CA 90640 iness Address .1 ef a AA W S' ature of Bidder (must be notarized) Notary Acknowledgement Form to this form when submitting 38 5 C e tti �� P-ot'5 �� CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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. of California �w ,, y of I L{�L S & W before me, Caudle Eternity Miramontes Notary publilI �-"� Here Insert Name all Title of the OfficerISUS � c�,rnl� o Date appeared _ Name(s) ofSigner(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/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. COMM. #2394337 NOTARY PUBLIC -CALIFORNIA LOS ANGELES Place Notary Seal and/or Stamp Above 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. Signature— Aug Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document ription of Attached meni or Type of Document ment Date: >r(s) Other Than Named Above: icity(ies) Claimed by Signer(s) gner's Name: _ Corporate Officer — Partner — ❑ Limiter Individual Z Trustee Other: Ineris Kpresentinl ❑ Attorney in Fact ❑ Guardian of Conservator National Notary Association Number of Pages: _I Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ Ge ❑ Individual ❑ A� ❑ Trustee ❑ Other: Signer is in Fact of Conservator