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