Loading...
HomeMy WebLinkAboutBid from Zusser Company Inc,� BIDDER'S PROPOSAL CITY OF DIAMOND BAR GROUNDWATER DRAINAGE IMPROVEMENTS PHASE 4 AND 5 CIP PROJECT NO. PW23401 Date /Vo3o , 2 0 07 S To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: �&ssw 610AL¢a�; IGtie 1AA ct/,/ C1012, 0 o / see Xg r1a j *°RIN (If the bidder is a corporation, give the name of the ccrporatic,n and the name of its president, secretary, treasurer, and manager. If a co -partnership, give the name, under which the co -partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any persn, fire: or corporation. (c) 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. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of these 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 orm was obtained. (e) 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 #90*� /AONN (f) 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. (g) 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 ��C1011flt 15 X01761 �J �/10 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 state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. S;& Address of Bidder ,os �� s C,-77 9a�� City Zip Code 16 310- a? 3 0 - 6101 Telephone of Bider ure of Bidder BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 4 & 5 (COPLEY & MOONLAKE) FY 2022-2023 PROGRAM PROJECT PW23401 ►TEM APPROX. DESCRIPTION UNIT NO. QUANTITY UNIT WRITTEN IN WORDS PRICE AMOUNT 1 1 LS MOBILIZATION 2 1 LS TRAFFIC CONTROL 3 9 EA INTERCEPT CURB DRAIN AND CONNECT TO 4" STORM DRAIN PER DETAIL 4 140 LF INSTALL 6" DIA. PVC (SDR-35) PIPE IN OPEN CUT 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 T-CAP AS NECESSARY 6 5 EA INSTALL STORM DRAIN CLEAN -OUT PER SPPWC STD. NO. 204-1. 7 200 LF INSTALL 4" DIA. PVC (SDR-35) PIPE, BY JACK AND BORE, AT DRIVEWAY CROSSING.. 8 1 EA NSTALL SAND FILTER JUNCTION STRUCTURE WITH HIGHFLOW BYPASS PER DETAIL A. 9 2 EA INSTALL PIPE TO PIPE JUNCTION STRUCTURE PER LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO.332-1. 10 140 SF REMOVE AND REPLACE EXISTING CONCRETE IN KIND, AS NECESSARY 11 1 EA INSTALL MODULAR WETLAND SYSTEM, MWS L-4-4-C OR APPROVED EQUAL. INCLUDES IRRIGATION. 12 5 LF REMOVE AND REPLACE EXISTING CURB AND GUTTER AND REPLACE IN KIND. INCLUDE FULL DEPTH AC SLOT PAVE. 17 MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)--> TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is �elcl-c/zs 4nC/ (Insert "$ cash", "cashier's check", "certified chec lk the case may be) in the amount equal 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 ;oa3 AUUKt;:5.5 oCos /-�s CITY rf� 9oaIn2 ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIF=CATION I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and ccrrect in accordance with the requirements of California Business and Professional Code Section 7028.15. CONTRACTO ?00'1 ,?Owh� Ivaizisez S4o/l7>"ilclew t OR AUTHORIZED OFFICER IM /0^\ LIST OF SUBCONTRACTORS * /aft\ BID OPENING DATE PROJECT 45;�W /O/LCcjj7Q ,P .1� l�vem�jfx PROJECT NO. ;PW a3 ya, LOCATION V2.yyrovc, �un Ci CLIENT f l l a4uxn e 04 4- v v CONTRACTOR C�as"�f/L eo 4u Jlc e Name Under Which Subcontractor is Licensed License No Address of office, Mail, or nccp Percent of Total Contract Specific Description of Subcontrac- 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 ,a•� 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 0) 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 (0.5o)of the Prime Contractor's total base bid or ten thousand ($101000.00)1, whichever is greater, and the portion of the work which will be done by each Subcontractor. 21 14MN DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 61091 The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity , y, 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. /Oft, 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 2? cz r-w- A",V96-nv msnf :301OeJquo3 To awPN �s-/'�►o : aLUPN Gan • (uoTqnOaxa To aOeTd) 50/� 5w qP is-zoz 1 O App sTuq pagnOax3 • goajjoo put anjq CT buTObGJOJ auq qPqq LTUaOJTTLO TO aleIS auk 30 sN.eT aqq .zapun z.jnCaad TO �-4TPuad a apun azPTOap I •MeT Jo UOTSTAOad jaggo Aue jo 'apo7 aoge7 auq JO L' LLLT 10 T ' LLLT suoT;OaS apOD gOeJgUOD OzTgnd auk. To suoTSTAOJd buTO69JOJ aLI-I ;o an-jaTA Ag joaload SNIOM OTTgnd e uo ao oPjquoogns P ss NaoM -j.zo;.zad oq aTgTbTTauT sT Wau- To auou geuq pauTWaGgap PUP 'goaload llv� AM4N BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO If the answer is yes, explain the circumstances in the following space: STATEMENT ` In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period 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 the National Labor Relations Board. /0*N NOTE: 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 are cautioned that making a false certification may subject the certifier to criminal prosecution. 24 eo" CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification 1140A)Wnimls IA�c ya-S♦ Bid Date 6/-7 /93 This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last three calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, Laken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surroundina anv and all fatalities. ITEM 3 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2020 2021 2022 TOTAL No. of Contracts Total dollar amount of (in � � � J �" � ��� s-� contracts 1,000 s No. of lost workday 0 0 d 0 � cases No. of lost work day cases involving permanent transfer to � n another job or CJ Q termination of employment No. of lost workdays 10 *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled to me at this time and I declare information is true and accurate records. CLSW4R Name of Bidder (PilintV. sx-a a&aC&� sod Address 0491 �A Ries 1,11-p-A 90077� City Zip Code from the records that are available under penalty of perjury that the within the limitations of these State Contractor's Lic. No. & Class 210 - aid - 00f Telephone 25 AFFIDAVIT FOR CO—PARTNdERSHIP FIRM STATE OF CALIFORNIA } }SS COUNTY OF LOS ANGELES } N14 being first duly sworn, deposes and says: That he is a member of the co -partnership firm designated as which is the party making the foregoing proposal or bid; that such kid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co -partnership by who constitute the other members of the co -partnership. Signature Subscribed and sworn to before me this day of . 20 Signature of Officer Administering Oath {Notary Public} 26 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) ssa�;sC� Sa being first duly sworn, deposes and says: That She is r " of, usd�le W �lC a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and riot collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage aga_nst the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this It7T day of J'UNV JAVIER SOUS Notary Public - California Los Angeles County : Commission # 2375091 �* My Comm. Expires Sep 22, 2025 /4061� 2 0 29j Signature of Offickr Ayninittering Oath (Notary Public) 27 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive o- sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of �1 Signature 20 Signature of Officer Administering Oath (Notary Public) 28 .04"� AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) S S (� COUNTY OF LOS ANGELES } being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature 20 Signature of Officer Administering Oath (Notary Public) BOND No. 29 ,0000� FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful performance of the Contract. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ,,ram ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of /9"h Dollars ($ ), this amount being not less than the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and covenants, conditions and agreements in the Contract and any alteration thereof made as therein provided, on the Principal's part to be kept and performed, all within the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and hold harmless City, its officers, agents, and others as therein provided, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 30 Ag**� In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the .work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: "Principal" "Surety" By: Its By: Its By: Its By: Its Note: 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) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By: ?O''N Insurance Administrator 31 (Seal) BOND No. ,09ftN PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are hel-d and fi rml.y bound unto City in the edabs penal sum of Dollars ( $ ) this amount being not less than one hundred (100%) of the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors, or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sun specified in this bond; otherwise, this obligation shall become null and void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety further agrees to 32 Qa pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition, or modification to the terms of the Contract or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an origina_ hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated "Principal" By: Its By: Its No taz y "Surety" By: Its By: Its Note: 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) ( ea1) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By: Insurance Administrator 33 BOND No. .ria BID BOND KNOW ALL PERSONS BY THESE PPE."ITS f h« r., :7HEREAS the City of Di,.�mona B,: r i. t - - for Lids for the work 1escr::r;e(:� as fC, GROUNDWATER DRAINAGE IP1PRC'v'E'1MENTS PHASE 4 AND 5 CIP 'R0�7E::T NO. PW 2�401 WHEREAS ZUSSER COMPANY INC. 528 Palisades Drive Suite #504, Los Angeles CA 90272 (Name and adds -`as of Bidder) ("Principal"), desires to sL.,bmit a bid t,� Public Agency fOr the :yore:. VIHEREAS, bidders are -equired under -ne provisions of the Califor.rn�_.-. Public Contract Code to furr:ish a form o_ bidde_-'s security with r_heir bid. NOW, THEREFORE, we, the undr_ rsianed Principal. and nited_Eire & Casualty Company___ PO Box 73909, Cedar Rapids, IA 52407 - 3909 (Name . nd address of Curet,,) A4OWN, ("Surety") a duly admitted sarety Izsu_cr ender the laws c the of California, as Surety, are held and firmly bound unto Public.;er in the penal sum of Ten percent of the total bid amount Dollars($10%of bid amount ), b(-ing not less than ter, percent total bid price, in lawful monev of the United tates of AmFric.-i, t,-,r the payment of which sum wP=:1 and truly tc) be made, -,.Ve bind ourCt=_ves, our heirs, executors, admir i str :tors, successors, ar-,,j assiCITIS, �O_P.`1" and severally, firr-ly by these presenr_c . THE CONDITION OF THIS OBLICAT:7ON IS `_UCH THAT, if the hereby 1_�(_)undec: Principal is awarded a contract f,7;r the work by City and within r-h time and in the manner required by the bidding specifications, enterecd into the written form of contr azct i..:ci _;cec1 wits �iddir:g sped ricutior.s, furnishes the required bond-, one to faithful per fcrma:,c:e fihe other to guarantee payment for labor �zind materi.--s ts, and isrs� ; the required insu.ra .ce coverages, then this obligation shall be:com�= null and void; otherwise, it shall be and remain in full forr_.e and effect. .3 1-� ,A•.h� In case suit is brought u or. this bo :a Surety f,-i_-he g P y Y l r agree to all court costs incurred b l c:_ty i r t't_c suit and rzasorab,_e att:=�rney fees in an amount fixed ley the court. Surety herebt,I waives riZ--- provisions of Califcrnia CiVi Code 2845. - IN WITNESS WHEREOF, each of f —'ich sh&.ii for 3? 1 purposes be deemed u original hereof, have been d= execu`ed by ,t Y 1 Fr i.Zc_t:,-jl and the date set forth below, affixed and t orporaT.e ratty be�na h(2r�:t: these pres-eats duly signed by its underc e i � r� ci representative(,-;) pursuant 1-0autrority ofi itso�'cr ling body. Da t e d : May 25, 2023 "Principal" ZUSSER COMPANY INC. "Surety" United Fire & Casualty Company By: _ / BY p .1i/S,C JjfS % S/( M r == Christine Woolford, Attorney -in -Fact Fact y B _�� Its Its ^-- Note: This bond must_ be da`ad, a11 signrr,_rres must. be notarized, =nd evidence of the aut.iorlty of any person signing as attorn::Y-in- fact must be attache:. r����••' �PORATE•••�n •Aj. (Seal) � N: 3 • 2 . • s 20 �A!- z, •LIFO tea•-- 1S (Sea I) - /00ftN CALIFORNIAALL-PURPOSE �..�C������e �rt�:�����������C. 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 = AM V On bi01)mt2 before me, SAAFF, 5014 S 1 NPTAn fugue , Date Here Insert Name and Title of the Officer �4 R 1 SA sQ SS personally appeared Name(s) of Signer(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. r JAVIER SOLIS Notary Public - California Los Angeles County F. Commission # 2375091 •a� "� My Comm. Expires Sep 22, 2025 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 Signature NotCryP blic Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — D Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02016 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 /'~\ CALIFORNIA 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. State of California County of Orange MAY 2 S 2p23` On Date personally appeared before me, J. Smith, Notary Public , Here Insert Name and Title of the Officer Christine Woolford Name(s) of Signer(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. J. SWN LOS& a vk • Cla 19.pam. illy Illy It. 2025 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. f Signature —a, � (D' , ignature of Notary Public OPTIONAL Completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual Cl Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing:.._._—__ /,MhN �02019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner -- ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact Ej Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws e "ti of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint JAMES W. MOILANEN, YUNG T. MULLICK, P. AUSTIN NEFF, IRENE LUONG, EMILIE GEORGE, CHRISTINE WOOLFORD, DANIELLE HANSON, ALEXANDER R. HOLSHEIMER, EACH INDIVIDUALLY their true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $40, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 16th day of May, 2024 unless sooner revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf ofthe Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby, such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any ,M6 Worn ey-in-fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 16th day of May, 2022 \\\\It1{/1ttplj� pItltlU/ff 011919hpr ►�ta>Zi�',' 4v\ e°{kh0h'n a`�rVl, PPO �`,,'D'e ��` 'Q+r'' UNITED FIRE &CASUALTY COMPANY ,. CORYORAI'B �»UNITED FIRE & INDEMNITY COMPANY =% �'� = +_ -'- T' ztl:� yVLYtj �` t & FINANCIAL PACIFIC INSURANCE COMPANY i ; '���/1,•6�6rL I.X��'��`•qf,�r •.;/�/fOP�' `t•�Q ,�11111HtNP\ //fld"" list lN\� hN/pUntC16014U1� ` !' - By: State of Iowa, County of Linn, ss: Vice President On 16th day of May, 2022, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal axed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. �r Judith A. Jones z�Iowa Notarial Seal • Commission number 173041 Notary Public or► My Commission Expires 4232024 My commisstnn expires: 4/23/2024 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my laarpe and affixed the corporate seal of the said Corporations this 25th day of May -= - , 2023 0%%1111 rill't , tINS Ugr CORPORATE Z'f CORPORATE $ �: j13LV 22 _ sip= - sC) By: A Znw� SW. dtSi SEAL `: s y .,C%, T; � Assistant Secretary, , ' 'OF&C & OF&I & FPIC It IR��\����pflllltllt{{tU ��- BPOA0045 122017 No. 2416-6 STATE OF CALMORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, United Fire & Casualty Company of Iowa, organized under the laws of Iowa, subject to its Articles of Incorporation or other fundamental organ:ational documents, is hereby authorized to transact within this State, subject to allprovisions of this Certificate, the following classes qf imurance.- Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Sprinkler, Team and Vehicle, Automobile, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 16'h day of July. 2014, 1 hate hereunto set my hand and caused my official seal to be affixed this 16e' day of July, 2014. Dave Jones Insurance Commissioner Ze r Jt By Susan J. Stapp =` for Nettie Hoge Chief Deputy NOTICE: /dOb1 Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. failure to do so aril! be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. 60 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that: it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM o�'usse2 1,00cA-I"a ..Zug . � V �4n TITLE OF OFFICER SIGNING I� i � SIGNATURE DATE) 30 JL3 Please include any additional information available regarding equal opportunity employment programs now in effect within your company: CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder X , proposed subcontractor �< , hereby certifies that he has _ has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has notX , 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. cz,wle 6& ko a WV. (COMPANY) V BY: t (TITLE) DATE: 3Q , 209 . NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt) . Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulat-ons. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the 114� Director, Office of Federal Contract Compliance, U.S. Department of Labor. 37 arm A NON -COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED -WITH BID) The undersigned declares: I am the �j�¢�j, 1,4- of �'SM ay�6dL&Al,, the party making the foregoing bid. 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 frog: 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. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, 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 executing 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 gorrect and that this declaration is executed on $� 3� ZOZ,3 [date] , at QiCO.,S' 6alq[city] , C� [state].' (�' a JZte- Business Namel U Sig �urjec notarized) 6d G� hn- .sV y ^j, /,, > Business Address Attach Notary Acknowledgement Form to this form when submitting 38 eom*\ P"N CALIFORNIA• • •D Ct/,:�t�.�i/%�t�titr.�t�tit/,1t/,:�t�t/.:�t%1t!�t/.:�t!:�t t/.:�t/.:�t�sC✓..�t/.:�t/..�t!:�t�t�t/.=�t/,:�t!.�t/.%�t!�t/.�t�t�t!:�t�t�t�t�t!1t!:�t%�t!-�t%:�N.=�t/:�t!�t/'�t.1 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 LDS On 10101I2M before me, 7AVIM SOLJ S IOTA M)dC Date D Here Insert Name and Title of the Officer appeared CA �ISA SA39 Name(s) of Signer(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. •�,. • >, JAVIER SOUS Notary Public - California x Los Angeles County Commission # 2375091 M�* My Comm. Expires Sep 22, 2025 Place Notary Seal 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 Signs re of kofarylPublic OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ G ❑ Other: Signer Is Representing: uardian or Conservator Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 •NationalNotaryAssociation www.NationalNotary.org1-800-US NOTARY-800-876-6827)Item#5907 /d",\ /O"A EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed s=mila_ work within the past three: years. Only projec-s in excess of Y200,000 each qualify pis similar for this project. 1. Project Title I 1-K4 /)u.� 6I J+6-Ca-se P-ep/ ,C�.,14 Contract Amount $ Type of Work �i �c� S� aiii ea-4-,ol,' Client Cal• f 2 phiy- P�p4 o4 & ftf�3 a' PL-e c S Agency Project Manager 1� �` CO 0 ���- Phone 6, g - °? °?' ` y3 �6 Date Completed Y Zoa? Subcontracteu 2 . Project Title ��^'t� 1,' �1 2 hto I Contract Amount Type of Work 1 Client I-u S hive%s (0-11acke a/ ,r LitlY , NOW / kerav-er4 -enO Agency Project Manager J7rN Phone Date Completed zoA Subcontracted 3. Project Title ;��U f & 6 (z)-n 4,�,z 62A6'-300-32-/ 5� (a�lla C k C Contract Amount �� / 00 O Go ,t0,cc-e Work �/G!/f� Type of WoI Client Ci�Cc��C Zvi �7c�.t��vG�i+P� ,, , //7/6Agency Project Manager (i�`1S 0e C'v u2 Phone �� ^�3-��/ 3 C c% Date Completed j `. Suhcontra^tea NOTE: If requested by the Ci--v, the bidder shall furnish a certified financial statement, references, and other lnformatlon sulLlclent_y comprehensive to permit an appraisa= of hi:, current financial cond-ti-)n. Bidder's Signature IU Project References: Project Narne: West Hollywood — Pan Pacific Retention Basin Diversion Gate & Control House Upgrade agency: Los Angeles County — Public Works Agcncy Address: 900 South Fremont Avenue, Alhambra. CA 91803 Agency Phone: 626-458-5100 Project Address: 12 The Grove Drive. Los Angeles. CA 90036 Project Dates: 2/2022 — 5/2023 Contract Amount: $3,654,000 Contact Person: David Ramos, DPW Inspector Phone: 661-510-1069 1:rnail: dramosla�duw.lacounty.Vov Scope: Replace existing slide gate, upgrade mechanical, electrical and control systems, construct a ncu control house within the Pan Pacific Retention Basin in LA city Project Name: San Gabriel River - Removal & Replacement of Rubber Dams #1 and #7 Agency: County of Los Angeles Agency Address: 900 South Fremont Avenue. Alhambra. CA 91803 Agency Phone: 323-267-2297 Project Address: # 1: Beverly Blvd & Whittier Blvd. Pico Rivera. #7: Florence Ave & Firestone Blvd, Downey. CA Project Dates: 09/2021 — 10/2021 Contract Amount: $1,247.500 Contact Person: Sarkis Zargaryan, P.E. Phone: Office: (626) 458-6165 or Cell: (626) 238-3375 Email: SZARC:ARI'AN(a)dpw.lacountN,.gov Scope: Remove existing rubber dams measuring 6'dia by 250' in length, supplying and installation of a nc%% rubber dam and materials. liwndation preparation, construction joint repairs, cleaning and inspection ofdam foundation. Project Name: Point Dume Staircase Replacement Agency: California Department of Parks and Recreations Agency Address: One Capitol Mall, Suite 410, Sacramento, CA 95814 Agency Phone: 916-445-8843 Project Address: 29300 Cliffside Drive, Malibu, CA 90265 Project Dates: 6/2018 — 4/2022 Contract Amount: $3,600,000 Contact Person: Roger Cooper Phone: 619-221-4366 Ismail: roger.cooper(q),parks.ca.gov Scope: Remove existing stairway and construct a new timber & concrete stairway. Build cast -in -drill concrete and encased limber pole Ibtnndation supports with topside landings and beach landings oriented to serve the primary path oftravel. Build ADA trail with native material, supported by timber restaging walls Project Name: Fire Station 42 Retaining Wall and Foundation Remediation Agency: Orange County Fire Authority Agency Address: 1 Fire Authority Road, Irvine, CA 92602 Agency Phone: 714-573-6000 Project Address: 19150 Ridgeline Road. Lake Forest. CA 92679 Project Dates: 5/2019 — 10/2019 Contract Amount: $860.000 Contact Person: Christopher De Coursey (Construction Manager) Phone: 714-573-6473 Email: chrisdecoursey(a,,ocfa.org Scope: Demolition ofexisting masonry retaining wall. Grading, slope excavation, backfill and compaction. Installation of it new gravity retaining wall and drainage elements. Stabilization of existing station concrete foundation and slab. Project Name: Clean Closure of the Cruickshank Road Illegal Disposal Site /IMN Agency: Imperial County Agency Address: 940 West Main Street, El Centro. CA 92243 Agency Phone: 805-654-2039 Project Address: Central Drain and Cooley Road, El Centro, CA 92243 Project Dates: 6/2018 -- 5/2019 Contract Amount: $8,100,000 Contact Person: John Gay (Director of Public Works) Phone: 442-265-1836 Email: johngay@co.imperial.ca.us Scope: Remove waste and impacted soil Isom site and re -grade to a uniform surface. Removal & disposal offal -I lai waste and non -hazardous waste. Onsite processing ofexisting concrete and placement of reclaimed concrete. Project Name: Joint Water Pollution Control Plant Demolition of Digestion Tanks MLK Agency: County Sanitation District of Los Angeles Agency Address: 1955 Workman Mill Road, Whittier, CA 90607 Agency Phone: 562-699-741 1 Project Address: 24501 S. Figueroa Street, Carson. CA 90745 Project Dates: 7/2018 — 10/2019 Contract Amount: $3,700,000 Contact Person: Russ Vakharia (Project Manager) Phone: 310-830-8050 xx5820 Email: rakharia@lacsd.org Scope: Demo existing Digestion Tank KLM. ancillary i'acilitics, residuals within tanks, mechanical piping, equipment, reinforced concrete structures. Relocation of existing yard piping and electrical equipment. Backfill to match existing grade. Project Name: Recycled Water Storage Pond Relining, Pond No. I/2 Agency: Rancho California Water District Agency Address: 42135 Winchester Road. Temecula. CA 92589 Agency Phone: 951-296-6900 Project Address: Elm Street and Douglas Avenue. Murrieta, CA 92562 Project Dates: 7/2018 — 1 /2019 Contract Amount: $3,000,000 Contact Person: Rhonda Barkey Phone: 951-296-6984 Email: barkeyr@ranchowater.com Scope: Demolition and disposal of existing surface debris, polypropylene. geotextile liners. reinforced concrete. Pond surface preparation, grading, excavation. install reinforced geomembrane and geotextile along the slopes and bottom of Pond. Construct reinforced concrete dewatering sump, fiberglass grating. liner anchorage and related work. Mechanical and electrical. Project Name: Park to Playa Trail: Stone Center to Overlook Segment Agency: County of Los Angeles Agency Address: 900 South Fremont Avenue. Alhambra. CA 91803 Agency Phone: 626-458-2540 Project Address: 5950 Stoneview Drive. Culver City. CA 90232 Project Dates: 7/2017 — 5/2018 Contract Amount: $1,800.000 Contact Person: Ryan Kristan Phone: 626-300-3271 Email: rkristan@dpw.lacounty.gov Scope: Stone Nature Center to Overlook Segment: New decomposed granite trails, soldier pile retaining walls at slope hillsides. shoring. sire demolition, grading. excavation, interceptor drain. bench cuts at sloped hillsides. post and cable rails, fencing, landscape and irrigation 140 r /Of\ e"111N Project Name: Conejo Creek Maintenance Agency: County of Ventura Agency Address: 800 South Victoria Avenue. Ventura. CA 93009 Agency Phone: 805-654-2068 Project Address: Conejo Creek Station 57-4-09 to Station 60+31, Camarillo, CA 93012 Project Dates: 6/2017 — 12/2017 Contract Amount: $6259000 Contact Person: Art Bustillos Phone: 805-656-6074 (:mail: awbustillosjr@gmail.com Scope: Repair of damaged levee slope of Conejo Creek. Removal undermined riprap revetment and place new revetment material. Remove and replace deficient bank lining, excavation, rock riprap, compacted backfill. water pollution & diversion control, removal water, shoring Project Name: Transportation Municipal Services Yard 12800 Imperial Highway Agency: City of Norwalk Agency Address: 12700 Norwalk Boulevard, Norwalk. CA 90650 Agency Phone: 562-929-5723 Project Address: 12800 Imperial I Iighway. Santa Fe Springs, CA 90670 Project Dates: 4/2017 — 8/2017 Contract Amount: $472.100 Contact Person: Randy Hillman Phone: 562-929-5719 Scope: Compact, subgrade and place unclassified fill. geogrid blanket and crushed rock variable thickness embankment. Restore existing monitoring wells. Install electric meter pedestal and conduit to power poles. Install PVC pipes and replace utility vaults and covers. Project Name: LADWP Lagoon Refurbishment Agency: Metropolitan Water District of So. California Agency Address: 700 N. Alameda Street, l_os Angeles. CA 90012 Agency Phone: 213-217-6000 Project Address: 12944 Balboa Boulevard, Granada I -fills, CA 91344 Project Dates: 02/2015 — 07/2017 Contract Amount: $3,600,000 Contact Person: Trevor Jordan Phone: 909-709-7828 Ismail: tjordan mnwdh2o.com Scope: Construction of liner basin, over 7,000 If of PVC, utility ductbanks, large maintenance holes, modif ication or existing maintenance holes. installation of standpipes. submersible pumps and turbidity meters. on -site screening of over 6.000 cy of underdrain rock, disposal of hazardous material, installation of 13.000 cy of crushed rock, refurbishment of existing decant valve structures for four lagoons including asbestos and PCB abatement. installation of electrical panes and utility cabinets. Project Name: Arroyo Simi Upstream of Madera Road Grade Stabilizer Repairs Agency: County of Ventura Agency Address: 800 South Victoria Avenue, Ventura. CA 93009-1670 Agency Phone: 805-654-2039 Project Address: 100 East Easy Street, Simi Valley, CA 93065 Project Dates: 11/2015 — 02/2016 Contract Amount: $450,000 Contact Person: Masood Jilani Phone: 805-654-2029 Scope: Removal and repair of 1,000 cy concrete rock riprap bank and grade stabilizer. Excavate 2.000 cy and fill 1,300 cy. Repair reinforcing concrete slash pool slabs and steel armoring over the grade stabilizer crest. 3