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