Loading...
HomeMy WebLinkAboutDIAMOND BAR BID SUBMITTALBIDDER'S PROPOSAL FOR AREA 3 RESIDENUAI, & COLI,ECTOR STREEf,S RETIABILIIATION AIID ARTERIAI. STREET REIIABILIEAUON (GOIDEN SPRINGS DRTVE EA,OM GRA}ID AVSNT.IE TO A\'ENIDA RAIICHEROS, GRAIID AVENT E IfROM DIAMOIID BAR BLVD IO EAST CIIY LTMITS, GATEWAY CORPORATE CENTER) PROiTECT NO. Sr2410L e Sr24103; GRAI.ID AVENT'E AT DTAI.{O![D BAR BOULEVARD DRAINAGE IMPROVEMEN?S (CIP NO. m23{02) and cROt IIDI|ATER DRAINAGE IMPROVE}IENtrS-PIIASE 6 (COLD SPRING r.N.) crP No. sr211101 Date MARCH 19 20 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That. the only persons or parties interested in principafs are the following: R.l. NOBLE COMPANY A CALIFORNIA CORPORATION this proposal as (If the bidder is a corporation, give the name of the corporation and the name of its president, Secretary, treaSurer, and manager. If a co-partnershj"p, give the name, under which the co-partnership does business, and the names and addresses of all co-partners. If an indj.vidual, State the name under which the contract is to be drawn. ) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with aII of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitti-ng this Bidder's Proposal, he acknowledges receipt and knowledge of the contents, of those communications sent by the City of Diamond Bar to him pt the address furnished by him to the city of Diamond Bar when this proposal form was obtaj-ned. 24 (e) That he has carefully examined the specifications, and detail, and the drawings attached hereto, and sent to him as aforesaid, and makes this proposal therewith. , both general communications in accordance 15 (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 wil-l 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 Cit.y of Diamond Bar in the sum of 107o BID BOND DOLLARS ($- x --l 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 j-nto the contract and furnish uc."ptubl" 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 shatl be returned to the undersj-gned, or t.he bidder will be released from the bidder's bond' I5505 E. LINCOLN AVE.,7 14-637 -t550 Address of Bidder ORANGE, C492865 Te Ie ne of Bidder City Zip Code Si Bidder I ARY 16 BID SCHEDULE roR AREA 3 RESIDEITTIAT & COIJJECTOR SERIESS NEEABII'ITAEION T}ID TRTERITIJ SEREET REEABII.IIATION (GIOI.DEN SSR,INGS DRrvE EROI MEND AI,E}IUE TO AVENIDA RAITCEEROS, GRNID ArrENtE EIRO{ DrArrOrrD BeR BL\ID EO EASr CrTy rJrMrEs, cAll'Eflar coRpoRAE cEtrTER) pRoirEcf No. sI2{101 e sr2t103; GRAND A\rEMrE AE DII!&I{D BtR BOITIfiVTRD DRAIN}ffi ItOROVTn@rrS (CIp NO. gfin3402't and GROI IIDHAIER DRAINA@ IIIPRO\IEMEIES-PHASE 6 (COIJ) SPRING Llr.) crP No. sr2{101 ITEM NO. EST. QUANT.UNIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT A-L 1 LS MOBILIZAT]ON AND DEMOBILIZATION 150,000.00 A-2 1 LS TRAFFIC CONTROL AND PUBLIC SAFETY 226,000.00 226,000.00 A-3 1 LS WATER POLLUTION CONTROL 15,000.00 15,000.00 A-4 t LS CONSTRUCT]ON STAKING AND MONUMENT PRESERVATION 218,000.00 218,000.00 A-5 1 LS PUBLIC NOTIFICATION r2,000.00 12,000.00 A-6 1 EA ADJUST GAS VALVE FRAME AND COVER TO GRADE 1 65.00 165.00 A-7 23L EA ADJUST WATER VALVE ERAME AND COVER TO GRADE I 65.00 38,1 15.00 A-8 52 EA ADJUST STORM DRAIN MANHOLE TRAME AND COVER TO GRADE 905.00 47,060.00 A-9 199 EA ADJUST SANITARY SEWER MANHOLE ERAME AND COVER TO GRADE 905.00 I 80,09s.00 A-10 2 EA ADJUST ELECTRICAL MANHOLE FRAME AND COVER TO GRADE 1,3s0.00 2,700.00 A-1 1 38 EA REMOVE EXISTING IMPROVEMENTS AND INSTALL NEW ADA COMPLIANT CURB 6,300.00 239,400.00 1,7 BASE BID IISCEEDITLE A" - RESIDESIIIf,L t COLT.ECIIOR SIREEIS, pnOarECT tlo. s12{101 I 50,000.00 ITEM NO. EST. QUANT UNIT DESCRTPTION WRITTEN IN WORDS UNIT PRlCE AMOUNT RAMP PER SPPV{C STD. PLAN 111- 5 A-12 1 EA REMOVE EXISTING IMPROVEMENTS AND INSTALL ADA COMPLIANT CURB RAMP AT BRONCO LANE ENTRANCE TO HERITAGE PARK 26,000.00 26,000.00 A-13 L,L1?LF REMOVE EXISTING CURB AND GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 120-3 (A2-6 or A2-8) 107.00 1 19,519.00 A- 14 4,981 REMOVE EXISTING CROSS GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 122-3 (8" DEPTH) 30.00 149,430.00 A- 15 589 SE REMOVE EXISTING DRIVEWAY APRON AND RECONSTRUCT PER SPPWC STD. PIAN 110.2 (TYPE A OR C) t7.50 1 0,307.50 A-1 5 159,507 SY APPLICATION OF TYPE II SLURRY SEAL 2.30 364,796.10 A-17 139,1 54 APPLICATION OF CAPE SEAL 5.00 695,770.00 A- 18 21,844 SY COLD MILL EXISTING AC ( 1.5" DEPTH)6.15 t7t,240.60 A-1 9 2,140 SY COID MILL EXISTING AC (2.0" DEPTH) 8.00 2t,920.00 A-20 3,446 TON CONSTRUCT ARHM OVERI,AY(1.5" DEPTH)201.00 692,646.00 A-21 339 TON CONSTRUCT ARHM OVERLAY (2.0" DEPTH) 198.00 67,122.00 A-22 18,422 BASE REPAIR (6' DEPTH)13.50 248,697.00 A-23 t6 EA INSTALL TRAFFIC LOOP DETECTOR (TYPE E) 438.00 7,008.00 A-24 5 EA TNSTALL TRAFFIC LOOP DETECTOR (TYPE T)438.00 2,190.00 18 SY ITEM NO. EST. QUANT UNIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT A-25 1 TC REMOVE TRAFFIC STRIPING AND MARKINGS (SLURRY SEAL AND CHIP SEAL STREETS) 59,271.20 59,271.20 A-26 1 TC THERMOPLASTIC TRAEFIC STRIPING, PAVEMENT MARKINGS, MARKERS, CURB MARKINGS, AND SIGNPOSTS 140,000.00 r40,000.00 TqI}! NDUTIE BTSI BID *SCEEDT'IIE TTA" IIIIE'S (rN SIeURES)+$ 3,904,452.40 TOTAL AMOUNT BASE BID *SCHEDULE A" (WRITTEN IN WORDS): THREE MILLION NINE HUNDRED FOUR THOUSAND FOUR HUNDRED FIFTY TWO DOLLARS AND FORTY CENTS BASE BID \ISCEIDT'I.E B" - AREERIAI.SEREETS (GOLDEBI SPRINGS DRfVE A.RS{ EA}ID AVEIII'E EO AVENIDA RINCEIROS,EAND A\IIT{I'E R?OS{ DIAIOIO BAN, BI.VD TO EAIIT CI'IY LIllIrS, Gf,IEmI cElllltrR) , PROiTECT NO. Sr2{103 ITEM NO. EST. QUANT. UNI T DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT B-1 1 LS MOBILIZAT]ON AND DEMOBILIZATION 144,s00.00 144,500.00 B-2 1 LS TRAFEIC CONTROL AND PUBLIC SAFETY 194,000.00 194,000.00 B-3 1 WATER POLLUTJON CONTROL 20,000.00 20,000.00 B-4 1 LS CONSTRUCTION STAKING AND MONUMENT PRESERVATION 51,000,00 B-5 1 LS PUBLIC NOTIFICATION 40,000.00 40,000.00 u-o 1 EA AD..]UST GAS VALVE T''RAME AND COVER TO GRADE 165.00 165.00 19 5 1,000.00 ITEM NO. EST. QUANT. UN] T DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT B-7 223 EA ADJUST WATER VALVE FRA},IE AND COVER TO GRADE 165.00 36,795.00 B-8 25 EA ADJUST STORM DRAIN MANHOLE FRAME AND COVER TO GRADE 1,2s0.00 3r,250.00 B-9 7'7 EA ADJUST SANITARY SEWER MANHOLE ERAME AND COVER TO GRADE 1,250.00 95,250.00 B- 10 i4 EA ADJUST ELECTRICAJ, MANHOLE FRAME AND COVER TO GRADE 1,350.00 18,900.00 B- 1l-16 EA ADJUST TELECOM MANHOLE FRAME AND COVER TO GRADE 1,350.00 21,600.00 B-12 28 EA REMOVE EXISTING IMPROVEMENTS AND ]NSTALL NEW ADA COMPLIANT CURB RAMP PER SPPWC STD. PLAN 11L-5 7,000.00 196,000.00 B- 13 '7 6t LF REMOVE EXISTING CURB AND GUTTER AND RECONSTRUCT PER SPPI{C STD. PLAN 120-3 (A2- I or A2-10) 108.00 82,188.00 B- 14 733 SF REMOVE EXISTING CROSS GUTTER AND RECONSTRUCT PER SPPWC STD. PI,AN 122-3 (8 '' DEPTH) 30.00 2 r,990.00 B-15 s89 SF REMOVE EXISTING DRIVEWAY APRON AND RECONSTRUCT PER SPPWC STD. PLAN 1].0.2 (TYPE A OR C) 17.60 10,366.40 B- 16 9r_0 SF INSTALL CONCRETE BUS PAD PER SPPWC STD. PLAN 131.3 (8" DEPTH) 57.30 52,143.00 B-17 25, 434 SY APPLICATION OP CAPE SEAL 5.50 I 39,887.00 B-18 30,151 SY COLD MI],L EX]STING PAVEMENT (2.0'' DEPTH) 3.77 113,669.27 B-1 9 148, 084 SY COLD M]LL EXISTING PAVEMENT (2.5" DEPTH)3.60 533,102.40 B-2 0 3,731 TON CONSTRUCT ARHM OVERLAY (2.0" DEPTH) 1 50.50 551,51s.50 20 ITEM NO. EST. QUANT. UNI T DESCRIPTION WEITTEN IN WORDS UNIT PRICE AMOUNT B-2L 18,325 TON CONSTRUCT ARHM OVERLAY (2.5" DEPTH) r48.00 2,712.100.00 B-22 34,598 DT BASE REPAIR (8* DEPTH)16.00 555,168.00 B-23 EA INSTALT TRATFIC LOOP DETECTOR (TYPE E)438.00 55,626.00 B-24 59 EA INSTALL TRAFFIC LOOP DETECTOR (TYPE F)438.00 25,842.00 B-25 1 LS THERMOPLASTIC IRAFFIC STRIPING, PAVEMENT MARKINGS, MARKERS, CURB MARKINGS, AND SIGNPOSTS. 181,s00.00 181,500.00 B-25 1 LS COORDINATE VIDEO DETECTION ZONE ADJUSTMENTS 5,500.00 5,500.00 B-21 1 EA RELOCATE PEDESTRIAN PUSH BUTTON ON EXISTING TRAFEIC SIGNAL POLE 3,850.00 3,850.00 B-28 200 SF REMOVE EXISTING SIDEWALK AND RECONSTRUCT PER SPPWC STD. PLANS 1,L2_2 AND 113-2 (4'' DEPTH) [REVOCABTE BID ITEM] 13.20 2,640.00 Io|III, tlot lIE BASE BID TTSCEEDI LE B" IIED(S (rN FrqrREs) +$s,907,547.s7 TOTAL AMOUNT BASE BID *SCHEDULE B' (!{RITTEN IN WORDS): FIVE MILLION NINE HUNDRID SEVEN THOUSAND FIVE HUNDRED FORTY SEVEN DOLLARS AND FIFTY SEVEN CENTS 2L L2'1 BASE BID C" - GRA}ID AI':E{IJE .LT BAR BOI'LE\NND DRATNa@ rlipRor/EMEttfs, pl{23a02 ITEM NO. EST. QUANT UNIT DESCRIPTlON WRITTEN IN WORDS UNIT PRICE AMOUNT 1 TQ CONSTRUCTION STAKING AND MONUMENT PRESERVATION 2,612.50 2,6t2.50 L.Z 1 LS MOBILJZATION 22,7s0.00 22,750.00 c-3 2 EA TEMPORARY PROJECT IDENTIFICATION SIGNS 1,100.00 2,200.00 c-4 1 LS TRAFFIC CONTROL 10,000.00 10,000.00 c-5 40 LF REMOVE EXISTING CURB AND GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 120-3 TYPE A3-6 187.00 7,480.00 c-5 40 LF REMOVE EXISTING CURB AND GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 120-3 TYPE A2-6 187.00 7,480.00 c-7 3,300 SF VARIABLE COLD MILL EXISTING AC PAVEMENT I2'- 3") 5.30 20,790.00 c-8 40 TN ASPHALT RUBBER HOT MIX (ARHM) OVERLAY (2"-3"'i 618.24 24,729.60 c-9 1 EA ADJUST PULLBOX TO T'INISHED SURFACE I,650.00 1,650.00 1 EA ADJUST I/OATER VALVE TO FINISHED SURFACE 165.00 15s.00 c- 11 35 REMOVE AND RECONSTRUCT COLORED CONCRETE 66.00 2,310.00 c-t2 1 TC SIGNING AND STRIPING COMPLE?E-IN-PLACE 3,000.00 3,000.00 IlolttL AIOUNI BtS BID NSCEDULE C" IIIEDG (Ilr arG[rRrs) -t $ ,os,,or.,o 22 TOTAL AMOUNT BASE BID *SCHEDULE C' (WRITTEN IN WORDS): ONE HUNDRED AND FIVE THOUSAND ONE HUNDRED SIXTY SEVEN DOLLARS AND TEN CENTS BASE BID *SCEBDT'I.E D" - GROI'NDIIAIIER DR.AI}IAGE IUPROVDIESITS - PEASE 5 (coLD sPRrNc r.AtE) , sr2{101 llOlEtL IIOIINE BtSl BID "SCEEDULE D" ITll[8 (Ill Ercflnus]-)$ ,rr,ruu.oo TOTAL A},IOUNT BASE BID "SCHEDULE D" (WRITTEN IN WORDS) : TWO HUNDED SEVENTY TWO THOUSAND NiNE HUNDRED SIXTY SIX DOLLARS AND NO CENTS ITEM N0. EST. QUANT.UNIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT D-1 1 LS MOBILIZATION 14,000.00 14,000.00 D-2 I TRAFFIC CONTROL & PUBLIC SAFETY 47,750.00 47,750.00 D-3 236 LF INSTAIL SUBDRAIN SYSTEM 418.00 98,648.00 D-4 12 LF INSTALL 4" SCH. 80 PVC PI PE 649.00 7,788.00 D-5 2 EA INSTALL A RADIAL PIPE TO PIPE JUNCTION STRUCTURE, CASE I 4,290.00 8,s80.00 D-5 3, 700 5r REMOVE AND REPLACE EXISTING 3.5'' AC OVER 9.5" AB 26.00 95,200.00 23 SOTTI' IIf,}T'NT BTSI BID IISCBEDUI.E A,, + \SCEDULI B" + NSCEIDUIA C' + *SCEEDITITE D' IIII{8 IN ETCURIS) + $ 10,r90,133.07 TOTAL AMOUNT BASE BiD "SCHEDULE A, + *SCHEDULE B,, + ''SCHEDULE C,, + .SCHEDULE D" ITEMS (WRITTEN IN WORDS): TEN MILLION ONE HUNDRED NINETY THOUSAND ONE HUNDRED THIRTY THREE DOLLARS & SEVEN CENTS Bid gchrdul. Not.: Bid Price indicated refers to aii irems illustrateci on the plans and details, and delineated wi:hin the specifications installed ano comP lecely in place with all applicable porLions of the construction docume nts and i.nclude alI costs connected with such items inciuding, but to necessarily limited tc, materials, transportation, t,axes, insurance, 1 and subcontractors. abor, overhead, and profit, for General Contractor All work complet.ed use. caIled for on the construction documents are to project with all systems operating properi'y and provide a ready for Award will be based on the items of Bid schedule. Therefore, contractor shall completely fill out Bid Schedule' Accompanying this ProPosai is l07o BID BOND ( Insert "S "cashierts check", "cerLified the case maY be) in t.he alT,ount (10t) of the total bid. checktt, or "biddert s bond" as equal Eo at, least ten Percent The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sunciays anci legai holidays, aft.er having received notice that the Contract has been awarded and ready for signature, the proceeds of the security """o^p"nying his bid shall become the property of t.he City of Diamond Bar, and this Proposal and the accepLance thereof may be considered nuLl and void. 24 R.l. NOBLE COMPANY NAME OT BIDDER (PRINT) I5505 E. LINCOLNAVE., x 031re12024 DATE JACOB ADDRESS 7t4-637 -t550ORANGE, CA 92865 CITY ZIP CODE TELEPHONE 782908 CLASS A & C12 EXP 0813U2024 x STATE CONTRACTOR LICENSE NO.AND CLASSIFICAT]ON I declare under penalty of Perjury of Lhe laws of the State of California that the ,"pru"".ttations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 70 .15. TURE OR AUTHORIZED OFFICER JACOB 25 LIST OF SUBCONTRACTORS * BID OPENING DATE ARXA 3 RFJIDENTIAI. & COLLECTOR S'I'REITS R"EIIABILII,ATION PRoJECT ANDARTERIALSTREETREHABILITATIoN PRoJECT No. AREA 3 RESIDENTIAL &COTLECTOR STREETS LOCAT ION AND ARTERIAL sTREET CLIENT CITY OF DIAMOND BAR 03n9t2024 PROJECT NO. SI24l0l & SI24r03 Name Under }tlh:-ch Subcont raci cr is Li.censeci Li cense 1.1o. Address ol Of f ice, Mai..i , a! a;^^JrrvP of Toral Cont.ract c^-^r --;^-tse"--__ .)escrj.prloa, .a q..l-^-nl y:..+ CALIFORNIA PROFESSIONAL ENGINEERING 793907 19062 SAN JOSE AVE .890k ELECTRICAL LA PUENTE, CA9I748 LOOPS CASE LAND SURVEYING LS 541 1 614 N. ECKOFF STREET 2.440/o SURVEY ORANGE, CA 92868 EBS UTILITIES ADI 932798 1345 QUARRY STREET STE 101 0.3Yo ELECTICAL CORONA, CA92879 MH AD]USTMENTS I & S STRIPING 53821 I 1544 S. VINEYARD AVE 2.7Vo STRIPING ONTARIO, CA 9I76I NOBEST INC 359622 7600 ACACIA AVE 7.4Vo CONCRETE GARDEN GROVE, CA9284I O,DUFF CONST 647025 24034 GUNTHER RD 1.10/o UNDERGROUND ROMOLAND, CA 92585 coNTRAC?OR R.J. NoBLE coMPANy In compliance wiEh the provisions of the Public contract code Section 4L04, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor 26 * LIST OF SUBCONTRACTORS BID OPENING DATE AR.UA 3 R.ISIDENI'IAI & C0LLICI'OR SI'RTETS RlIIABILI'IA]'IoN ^ND ARTERIAL STRIET rul BILlTArloN PROJECT N0. n1 9t2o24 PROIECT NO. SI21l0l & Sl21l03 PROJECT ARIA 3 RISIDEN'IIAL & COLLECTOR STR.I:ETS LOCAT ION AND ARTIiRIAL STRTET CITY OF DI^MOND BAR CLIENT CONTRA cToR R.l. NOBLE COMPANY Spec::ic Descript !orl c, Percen! of lotal Co:1trac: Name Unde! l{hich Subcontractor i.S Licenseo SI,URItY10240 SAN SEVAINE WAY CAP SEAIMIRA LOMA, CA 9175I l17o 303609 PAVEMENl' COATINGS CRACK SEAL 2890 E, LA CRESTA AVE AHEIM, CA 92806 1.3%\05t374 PAVEMI]N]' RI]}IAB In comPl iance Section 4104, location of with the Provisions of the Public Contract Code ti. -rnae.=ig.red bidder herewith sets forth t'he name' ;; ;l;;. Jr business, and callfornia contractor 26 Addres s of f ice, l'lai i, CY ShoP 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 (L/2) of one percent (1*) of the General Contractor's total base bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5t)of the Prime contractor,s total base bid or ten thousand ($10,000'00) ' whicheverisgreater,andtheportionoftheworkwhichwillbe done bY each Subcontractor' 2"7 DECLARATION OF ELIGIBILITY TO CONTRACT ll,abor Code Section L7'1'?.1; Pub1ic Contract Code Section 5109] The undersigned, a duly authorized representative of the contractor' certifies and declares that: 1. The conLractor is aware of Sections l'?77'1 and 17'l'7 '7 of t}].e Californla Labor code, which prohibit a contxactor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in vi'olation 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 Peri'ods of tine ' 2. The contractor is not ineligible to bid on, be awarded oI perform work as a Subcontracto' o,, u public works project by virtue. of the foregoing ptorri"iot" of Settions L17't '7 ot L'777 "1 of the Catifornia Labor code or another provision of law' 3, The contractor is aware of California Public Contract Code Section 5109, which states: (a) A public entity' as defined in Section 1100 lof the Public Contract Coael' may not permit a contractor or subcontractor wno is ineligible to bid or work on' or be awarded, " p'ffit works project pursuant to Section L'17'l '1 ox !171 .7 of tf," j"n"t Cod; tl bid on' be awarded' or perforn work as a subcontractor on' a public works project' Every public *"tk;;;;j;;t sharl contain a provision prohibitins a contractor ft-o* 'p"tfotming work on a public works project wj.th a sunco-n-tlac-t"r-rno iJ ineligible to perform wo_rk on the pubtic ,otr" proi"ct pursuant to Section 7777 '! ot L'7'l'7 '7 of the Labor Code ' (b) Any contract on a public works project entered into between u tonlt"ttot and i debarred subcontractor is void as a matter ";'r;' e deuarred subcontractor may not receive any public *oney for performing work as a subcontractor on a public l,,ottt" "o"t'"ci' and any public money that may have been paj'd to a debarred subcontrJctor by a contractor on the project "i"fr be returned to the awarding body' The contractor '"l"rr u" responsibre for the palrment of wages to workers of a debarred subcontractor who has been allowed to work on the Proj ect ' 4, The contractor has investigated the eligibility of each' and every subcontractor ti-e- contract-or intends to use on this public works 28 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 7111.1 or :1't'17.7 of the Labor code, or any other provision of law. penaJ-ty of perjury under the laws of the State ofI declare under California that of 0311912024 I5505 E. LINCOLN AVE., NDA\ICE 'A OAO<E (pIace of execution).the foregoing is true and correct. Executed this day 202_, at x S N BREEDLOVE Title: SEcRETARY Name of Contractor: R.J. NOBLECOMPANY 29 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and i.n conformance with public Contract Code Section L0L62, the Bidder shall complete, under penalty of perjury, the following questionnaire: QT'ESEIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been Oisquaiified, removed, or otherwise prevented from bidding on or "o*jl"ting a federal, state or local government proiect because of violation of law or a safety regulation? YES NO xxx If the answer is yes, explain the circumstances in the following space: STAEEMEITT In conformance with Public contract code section 10232' the contractor' herebystatesunderpenaltyofperjury'thatnomorethanonfinal unappealablefindingofcontemptofcourtbyafederalcourthasbeen 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' NOTE:The above Statenen t and Ques tionnaire are par t of the aI.tttis aI on ture a].so titu ture of this Sta t and tionnaire Bidders are cautioned that a fa].se certifica sub rect ttre certifier to criminal 30 PRO'EC'I, NO. Sr24r01 & SI24l03 Proj ect Identif ication Bid Date 031t912024 This information must include aI1 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 cafendar years and the current cal-endar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, ioint venture' corpora tion or individual bidder. The bidder may attach any additional information or exp lanation of data, which he would l-ike, Eaken int'o consideration in evaluating the safety record. An explanation must be attached of the ci-rcumstances surroundin an and aIl fatal-ities. *The information required for this item is the columns 3 to 5, Code 10, Occupational Injuries' Injuries and Illnesses, OSHA No' 102' Theaboveinformationwascompi}edfromtherecordsthatare to me at this time and I declare under penalty of perjury information is true and accurate within the limi.tations records. R.]. NOBLE COMPANY x same as required for Summary - OccuPational available that the of these Name of Bidder ( Print S ign 782908 A& at SECRETARY I5505 E. LINCOLN AVENUE Address ORANGE, CA 92855 SEAEE 7t4-637 -tss0 Telephone 31 3 CALENDAR YEARS PRIO R TO CURRENT YEAR CURRENT YEAR 2021 2022 2023 TOTAL 2024 No. of Contracts 85 74 67 225 7 Total dollar amount of contracts inl S $7I.3 MILLION $r37.9 MILLION g $14s.4 MrLLr{N Y $3s4.6iliil. fll $I3 MILLION No. of lost workdaY CASCS NONE------------NONE No. of lost work daY cases involving permanent transfer to anotherjob or termination of employment NONE-----------------------NONE No. of lost workdays NONE------------------------NONE City Zip Code or's Lic. No. & class CONTRACTOR'S INDUSTRIAL SAEETY RECORD ITEM N/A AFFIDAV]T EOR CO-PARTNERSHIP FIRM STATE OF CALITORNIA COUNTY OF LOS ANGELES being t st duly sworn, deposes and saYs: That he is a member of the co-part.nership firm designa which is the Pa rty making t.he foregoing ProPosal bid; that such bid is genuine and not collusive or sham; t.hat said r has not colIuded, conspired, connived or agreed, directlY or i rectly, with anY other bidder or person to put in a sham bid or such other Person shall refrain from bidding;and has not. in anY sought by collusion to SS AS secure any advantage against the City interested in the proposed contract, person. That he has been and is dulY vest with authoritY to make and sign instruments for the co-partnership who constitute the other s of Ehe co-PartnershiP. Signature Subscribed and t,o before me S day of 20 ture of Officer Admi nistering Oath Diamond Bar or r himself or for any person any other Signa 32 (Notary Public) AFFI DAVIT FOR CORPORATION BlDDER STATE OF CALIEORNIA COUNTY OF LOS ANGELES JACOB BREEDLOVE being first duly sworn, dePoses That he is SECRETARY and says: of,R.J. NOBLE COMPANY a corporation which is the party making the foregoing proposal or bid; that such bid is genuine.tA,'tot 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 thaL such other person shall refrain from bidding; and has not j-n any manner sought by collusion to secure any advantage against the city of Diamond Bar or any person interest.ed in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this x sig JACOB SECRETARY I9TH 20 24day of MARCH J.0Gl0t{6H x Signa fficer Administering Oat (Notary Public) h @"J. DEIONGII 33 N/A AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALITORN]A COUNTY OF LOS ANGELES being first duly sworn, dePoses and says: That he is the party making the foregoi roposal or bj-d; that )J such bid is genuine and not collusive or s colluded, conspired, connived or agreed, that said bidder has not rectly or indirectlY, w irh S ham bid or t.hat such other s not in anY manner sought bYan pe y other bidder or Person to Put in rson sha}l refrain from biddlng; and collusion to secure any advantage a st the CitY of Diamond Bar or any person interested in the Propo contract, for himself or for anYa other Person. Signature Subscribed and swo to before me this of 20 Signature of Officer Administering Oath (Notary Public) 34 ) ) ) N/A AT'FI DAVIT FOR JOINT VENTURE STATE OF CALITORNIA COUNTY OT LOS ANGELES ng first duly sworn, That he of, deposes and saYs: one of the parties submitting the foregoing that he has been and is duly vested with the bi s a joint venture and a hority to make and sign king said bid who are:instruments for and on behalf of the partie that such bid is genuine and t collusive or sham; that said bidder has not colluded, consPired,ved or ag reed, directlY or indirectly, with any other bidder or Pe on to put in a sham bid or t.hat such other person shalI col-lusion Eo any person in other person. refrain from dding; and has not in any manner sought bY secure any vantage against the City of Diamond Bar or terested the proPosed cont ract, for himself or for anY Signature Subscribed sworn to before this day of 0 Signature of off icer Admin istering Oath (Notary PubIic) BOND NO. 2 {i BID BOND KNOW ALL PERSONS BY THESE PRESENTS thAt, WHEREAS the City of Diamond Bar ("CJ-ty"), has issued an invitation for bids for the work described as follows: AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE EROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE EROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI241O1 C SI241O3; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402); AND GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN. ) WHEREAS R.J. NOBLE COMPANY, 15505 E. LINCOLN AVE., ORANGE. CA92865 (Name and address desires to submit a bid of Bidder) to Public Agency for the work.("Principdl"), WHEREAS, bidders are required under the provi-sions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("SureLy") a duly admitted surety insurer under the lawsof California, as Surety, are held and firmly bound unto of the State Public Agencyin the penal sum of ten percent of the amount bid--------- Dollars ($ l0Vo , being not less than ten percent (109) of thetotal bid price, in lawful money of the United States of America, forthe payment of which sum wel-l- and truly to be made, we bind ourselves,our heirs, executors, administrat.ors, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OE THIS OBLIGATION IS SUCH THAT, if the hereby boundedPrincipal is awarded a contract for the work by City and within thetime and in the manner required by the bidding speci-fications, enteredinto the written form of contract included with bidding specifications,furnishes the required bonds, one to guarantee faithful performance andthe other to guarantee payment for labor and materials, and furnishesthe required insurance coverages, then this obligation shalI become 40 Western Surety Companv. 2 Park Plaza, Suite 400, Irvine, CA 92614 null and void,. otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay al-I court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code S 2845. IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: February23,2024 " Princi-paI " R.l. NOBLE COMPANY "Surety" Western Suretv Companv By:x Its VICE PRESIDENT ames Attorney-in-fact By:x By: Its ItS Note:This bond must be dated, ar1 signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal ) By L. ( SeaJ ) 41 .'::. CALIFORNIA ACKNOWLEDGMENT crvrL coDE g 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 on 0212612024 I. DEIONGH, NOTARY PUBLICbefore ffi€, ' , Here lnsert Nome ond Title of the OfficerDote personally appeared STEVEN L. MENDOZA Nome6/ of Signe($ who proved to me on the basis of satisfactory evidence to be the person$)whose name(g isilltb subscribed to the within instrument and acknowledged to me that he6l{HtthEy executed the same in hisrhxftksir authorized capacityff€S and that by hislflEE$tC$tsignature$ on the instrument the personfi), or the entity upon behalf of which the person(g acted, executed the instrument. J, DEIONGH Notary Public - California 0nnge Commlssioo County # 2458114 Comm.Expires Oct ZB, ZOZT signature Ploce Notory Seol ond/or Stomp Above of Notory Public OPTIONAL Completing this informotion con deter olterotion of the document or froudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: Document Date:Number ofPages: _ Signe(s) Other Than Named Above: Gapaclty(ies) Claimed by Signer(s) Signer's Name:Signer's Name: El Corporate Officer - Title(s):tr corporate officer - Tiile(s): 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. x tr Partner- o Limited tr General tr lndividual tr Attorney in Fact tr Trustee tr Guardian or Conservator tr Partner- o Limited tr General tr lndividual tr Attorney in Fact El Trustee o Guardian or Conservatortr Other:D Other: Signer is Representing:Signer is Representing: O2019 National Notary Association CALIFORNIA ACKNOWTEDGMENT clvtL coDE g 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 0212612024 I. DEIONGH, NOTARY PUBLIC before me, ' Here lnsert Name and Title of the Officer On personally appeared IACOB BREEDLOVE Nome$) ot Signe($ who proved to me on the basis of satisfactory evidence to be the person$) whose name(g is/UlE subscribed to the within instrument and acknowledged to me that he61{EXthEy executed the same in hisrhxffiix authorized capacityff€$ and that by hismHffiH6(signature({ on the instrument the personft), or the entity upon behalf of which the person($ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and otficial seal. x Signature Ploce Notory Seol ond/or Stomp Above of Notory Public OPTIONAL Completing this informotion con deter olterotion of the document or froudulent reattochment of this form to on unintended document. Description of Attached Document Title or Type of Document: DocumentDate: NumberofPages:_ Signe(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:Signer's Name: tr corporate officer - Title(s): Dote tr Other: Signer is Representing: tr Partner- tr Limited E General tr lndividual El Attorney in Fact tr Trustee o Guardian or Conservator D Other: ,,ffi\ J. D€lot{cH 6'ffi,) **?I'lil',;fi lj*''"ttl-l4ga7 Conrmh:ion # 2468114\QU/rycmt . Expir* &t28,7027 lo2019 National Notary Association Signer is Representing: ) E Corporate Officer - Title(s): tr Partner- tr Limited tr General tr lndividual tr Attorney in Fact r: Trustee o Guardian or Conservator ALL. PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino I certify under PENALW OF PERJURY urrder the laws of the State of California that the foregoing paragraph is true and correct. ) ) WITNESS my hand and officialseal. ADDITIONAL OPTIONAL INFORMATION OF THE ATTACHED DOCUMENT (tite or description of attached doclment) (Iitle or d*criptiofl ol anacted document cottinued) Number of Pages - Document Oqta TINA DOW\T/ Notary P'-biic - Carifcrria San Bernarcino Co!nr/ Commission + 2381319 My Comm. ExPires \cv 21,702, (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM This fonn complies $,ith c'urren Califon io statules regarding notoq' u'ording and, if needed. shottld be completed and altrched lo the document. Aclotolwedgentsfrom ;ther states nta! be completedfor doctments being sent to thdt state so long as lhe wording does not require lhe Califomia notary to violate Califomia notary low' . State and County information must be the State and County where the document sigrer(s) personally appea.red before the notary public for acknowledgrnent. . Date of notarization must be the date that the signe(s) personally appearcd u'hich must also be the same date the acknorvledgment is completed. . The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). o Print the name(s) of document signe(s) who personally appear at the time of notarization. o Indicate the correct singular or plural forms by crossing offincorrect forms (i.e- he/shdth*- is lare ) or circling the correct forms. Failure to corr*tly indicate this information may lead to rejection ofdocument recording. r The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufiiciort area permits, otherrvise complete a different acknowledgment form. . Signature of the notary public must match the signature on lile with the office of the county clerk..:. Additional information is not required but could help to ensure this acknowledgnent is not misused or attached to a different documeflt. + Indicat€title or type ofattached document, number oipages and date. {. Indicate the capacity claimed by the signer. Ifthe claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). r Securel), attach this document to the signed document rvith a staple. zz 4u r J Ver Sioil W-v!W.l\uldi yUidDbu),LUr I I ourG r rvouJ CAPACIfi CLAIMED BY THE SIGNER n lndividual(s)tr Corporate Officer tr a tr u (Trtle) Partner(s) Aftorney-in-Fact Trustee(s) Other before me,Tina Downev. Notary Public FOWER OF ATTORNEY APPOINTING INDIVIDUAL ATIORNEY-IN-FACT Know All Mcn By Thcsc Prcsenq That WESTERN SURETY COMPANY, a South Dakota corporatiorl is a duly organized and existing corporation having its principal office in the City ofSioux Falls, and State ofSouth Dakota" and that it does by virtue ofthe sigruture and seal herein affixed hereby make, con$itute and appoint James Scott Salandi, David Jacobson, Individually of Irvine, CA, its true and lawful Attom€y(s>in-Fact with full power and auttrority herby confened to sigrq seal ard execute for and on its behalf bords, undertakings and other obligatory instruments of similar narure - In Unlimited Amounts - and to bind rtthereby as fully and tothe same extentas ifsuch instruments were signed by aduly authorized officerofthe corporation and all the acts ofsaid Attorney, pursuant to the a.rthority hereby giverL are hereby ratified and confirmed. This power of Attomey is made and executed pursuant to and by authonty of the Authorizing By-Laws and Resolutions printed at the bottom of this page, duly adopted, as mdicate4 by the drarcholdos ofthe corporation. Ir Witncss Whereof, WESTERN SURETY COMPATIY has caused these presents to be signed by its Vice President ard its corporate s€al to be trereto affixed on this 30th day of Jawny,2024.WESTERN SURETY COMPANY Larry Kasten, Vice President State ofsouth Dakota County of Minnehaha ss On this 30th day ofJanuary, 2024, before me personally came Larry Kast€n, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux falls, State of South Dakota, tlnt he is a Vice President of WESTERN SURETY COMPANY describ€d in and which executed tlre above instrument; that he knows the seal of said corporation; that tre s€al affxed to the said instrurnent is zuch coryorate seal; that it was so affixed pursuant to authority given by the Board of Directon of said corporation and thar he signed his name thereto pursuant to like authority, and aclmowledges same to be the act and deed of said corPoration ) \Abstern Surety Company i***T:EHri***'i iew'r,mei n Ar*fMy commission expires March2,2026 CERTIFICATE I, Paula Kolsrud, Assistant Secretary of WESTERN SURETY COMPANY do hereby certi! that further certifr that the By-Law and Resolutions ofthe below and affixed the seal ofthe said corporation of M. Ben! Notary Public the Power of Attomey hereinabove s€t forth is still in force, and force. In testimony whereofl have hereunto subscriH my namethis certificate are still in?az4 WESTERN SURETY COMPANY Gt*\^ $oear{'d Paula Kolsrud, Assistant Secretary Authorizing By-Laws and Resolutions ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power ofAttomery is made and executed pursuant to and by authority ofthe following By-Law duly adopted by tte shareholden ofthe Company- SectionT. Allbonds,policies,undertakings,PowersofAttomey,orotherobligationsofthecorporationshallbeexecutedinthecorporatenameoftheCompanyby the President, S€cretary, and Assistant Secretary, Treasureq or any Vice President, or by such other officers as the Board of Directors may authorize. The President any Vice Prcsident, Secretary, any Assistant Secrctary, or the Treasurer may appoint Attomeys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name ofthe Company. The corporate seal is not necessary for the validity ofany bonds, policies, undertakings, Powers ofAttomey or other obligations ofthe corpomtion. The signature of arDr mch offier md the orporate seal may be printed by fasimile This Power of Attomey is signed by Larry Kastol, Vice l'resfu, who has beerr authorizd pursuant to the above Bylaw to o(ecute power of attorn€tys on behalf of Westem Surety Company. This Power of Attomey may be signed by digital.signahre and sealed by a digital or otherwise electronic-formatted corporate seal under and by the authority of the following Resolution adopted by the Board ofDirectors i'ithe Collrpany by unanimbus wri$en consent dated the 27h day of Aprll,2022'. "RESOLVED: That it is in the best intercst ofthe Company to periodically ratift and confirm any corporate documents signed by digital signatures and to ratifu and confirm the use ofa digital or otherwise electroirie-tbrinhted corporate seal, each to be considercd the act and deed ofthe Company." Go to @.tgg.fq!q > Owner / Oblftcc Scrvices > Velidete Bond Covcregc, if yoo went to vcrify bond auttcnticity. Form F,t28G&2023 CERTIFICATION OE NON-DISCR IMINATION 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 al-1 federal, sLate, and locaI directives and executive ordlrs regarding non-discrimination in employment; and that it wilI pursue an affirmative course of action as required by the affirmative action guidelines. We agree sPecificalIY: 1. To establish or observe employment pollcies whj'ch affirmatively promoteopportunitiesforminoritypersonsatal].joblevels. 2 3 To communicate this policy to all persons concerned including all company employees, outsi.de recruiting services, especially those ""r.rir,g minority communities, and to the minority communities at Iarge. To take affirmative company. steps to hire minority employees within the R.l. NOBLE COMPANY FIRM TITLE OF OFFICER SIGNING IACOBBREEDLOVE'SECRETARY 03t19t2024xDATE S IGNATURE Please incl-ud additional information available regarding equal now in effect within Your comPany:opportunitY emPloyment Programs PLEASE SEE THE ATTACHED EEO STATEMENT 42 .1. ll0B ASPHALT PAVING . ENGINEERING CONTRACTORS Ltc. A-782S08 EEO POLICY STATEMENT It has been and will continue to be the policy of R.J. Noble Company that it shall be an equal opponunity employer. To assure full implementation of this policy, R.J. Noble Company shall act affrrmatively to assure that it will: It is the policy of the Company to employ, retain, promote, layoff, or terminate and otherwise treat all employees solely on the basis of merit, competency, and qualifications and overall work performance. All employment decisions are made without regard to age, race, sex, gender, color, military service, sexual orientation, national origin, religious creed, ancestry, physical or mental condition, marital status or any other protected status as defined by relevant law. Employees are strictly forbidden to harass co-workers for any reason. Compensation, terms, conditions, and privileges are to be equal for work. .lam -Chief Financial Officer ORANGE: 15505 E. LINCOLN AVE . P.O.BOX 620 . ORANGE, CALIFORNIA 92856-6620 . (714) 637-1550 . FAX (714) 637.6321 I CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPOR TUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidd", ff , proposed subcontractor -, hereby certifies that he has )o, _, has not _, participated in a previous contract or subcontract subject to thre rqual opportunity clause, as required by Executive Orders ),0925, L|LLA, or L1,246, and that he has H , has not , filed with the Joint Reporting Committee, the Director of the Office of Eederal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Oppoitunity, all reports due under the applicable filing requirements. R.I, NOBLE COMPANY (CoMPANY) BY: JACOB SECRETARY (TITLE) DATE:MARCH 19 2024 NOTE: The above certification is required by the EquaI 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 t'he Equal Opportunity clause. Contracts and subcontracts which are exempt tiom the Equal bpportunity Clause are set forth in 4l 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 t'he Executive orders or their implementing regufations. proposed prime contractors and subcontractors who have participated in a pievious 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 t.he delinquent period of such other period specified by the Federal Highway Administration or by the birector, Office ol Federal Contract Complj-ance, U.S. Department of Labor. x 43 NON-COLLUS ION DECLARAT ION (trO BE EXECIIIED By BIDDER NID St BI'{ITTED WITB BID The undersigned declares: JACOB BREEDLOVE I am the SECRETARY of R.l.NoBLECoMpANy , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed personrpartnershiprcompany,association'organization'or torporation. The bid is genuine and not collusive or sham' The bidder has not directly or indirlctfy induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in anymanner,directlyorindirectlyrsoughtbyagreement'communication' or conference with anyone to fii the bid price of the bidder or any otherbidder,ortofixanyoverheadrprofit,orcostelementofthe bid price, or of that of any other bidder' Allstatementscontainedinthebidaretrue.Thebidderhasnot, directly or indiiectllr submitted his or her bid price or any breakdown thereof, or the conients thereof, of divulged information or data relativethereto,toanycorporation,partnership,company, association, organization, uio depository, or to any member or agent thereof, to eriectuate a collusive or Sham bid, and has not paid, and willnotPaY,anypersonorentityforsuchpurpose.Anyperson executing this declaration on beha].f or . uiaaer that is a corporaLion, partnership, joint venture, IimiLed Iiability company' limited riabirity partnership, or any other entity, hereby represents that he or she has fulr power to execlte, and does execute, this declaration on behalf of the bidder' I declare under PenaItY of PerjurY California that the foregoing is under the laws of the State of true and correct and that this o3trst2o24 [date], ated ondecl-aration is execut lssosE.LrNCoLNAVE.,oRANGs IciLy],CA lstatel. R.J. NOBLE COMPANY x Business Name Signatu r (must be notarized) SECRETARY I5505 I]. I,INCOLN AVI'., ORANGI], CA 92865 Business Address AttacbNotaryAcknovTedgaentEontothisfozzrhensufuitting 44 CAIIFOR]IIA ACK OWLEDSMENT CIVIL CODE S 1189 A notary public or other officer completing this certificate verifies onlythe identity ol the individualwho signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ORANGE 0311912024 On Dote Personally appeared ]ACOB BREEDLOVE Nome$) ol Signe4g ) J. OEIOIGH faotary Publk - C.litornh ollnfle County Co ,ntrtlon a 2468I14 ,ty Cofiil,Erptrer 0<t 28, lO27 Ploce Notory Seol ond/or Stomp Above I certify under PENALW OF PERJURY under the laws ol the State of California that the foregoing Paragraph is true and correct. WTNESS my hand and official seal. of Notory Public OPTIONAL Completing this informotion con deter olterotion ol the document or froudulent rcottochment of this fom to on unintended document. Description of Attached Document Title or Type of Document Signe(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name:Signer's Name: D Corporate Ofticer - Title(s): DocumentDate: Number of p69es:_ El Partner - tr Limited o General tr lndividual O Attorney ln Fact D Trustee tr Guardian or Conservator E Partner - O Limited tr General tr lndividual tr Attorney in Fact tr Trustee tr Guardian or Conservator tr Other:D Other: Signer is Representing O2Ol9 National Notary Association I. DEIONGH. NOTARY PUBLIC Here lnseft Nome ond Title of the Ofticer County of who proved to me on the basis of satisfactory evidence to be the person6) whose name(4 is/t € subscribed to the within instrument and acknowledged to me that heElualtlt{y executed the same in hislhtxffix authorized capacity0€q and that by hism$lgL# signature(4 on the instrument the personE), or the entity upon behalf o, which the person6 acted, executed the instrument. Signature tr Corporate Otficer - Title(s): Signer is Representing: EXPERIENCE STATEMENT To be responslve, the bidder must list below a minrmum of three public agencies for which bidder has performed sj-milar work within the past three years. Only projects j-n excess of $2,000,000 each qualify as simiLar for this project. PAVEMENT REHABILITATION CAMINO CAPISTRANO REHABILITATION CIP 191021. Project Title Contract Amount $8,377,888.32 PAVEMENT REHABILITATION CITY OF SAN JUAN CAPISTRANO phone 949-443-6350 Date Comp Ieted SEPTEMBER 2023 ? Subcontracted 450/o VARJOUS STREET 2. Project Title REHABILITATION 2022, VARIOUS LOCATION THROUGHOUT THE CITY OF GARDEN GROVE Contract Amount $4,971,340.00 Type of Work CIient REHABILITATION Agency Project Manager NICK HSIEH phone 7t4-741-5190 JULY 2023 t SubcontractedDate Comp1eted PAVEMENT REHABILITATION OVERLAY & RECONSTRUCTION 3. Project Title PRolECr No s0048 $8,81s,145.00Contract Anount PAVEMENT REIIABILITATION Type of Work CIient CITY OF GARDEN GROVE 48Vo Type of Work Client OI,IFPT AY T,DT'A\ICTDT T'TIA\I CITY OF PICO RIVT,RA NOTE: If flnancial Agency Prolect Manager Date ComPI eted requested by the city, statement, references, GERALD MONTGOMERY phone 562-801-4350 APRRIL 2023 t subcontracted 45vo the bidder shalI furnish a certified and other information sufficiently raisal- of his c nt financial condition' x Y comprehensive to Permi-t an aPP Bidder's Signature 10 Agency Project Manager PAULMIISIIKIN