HomeMy WebLinkAboutSCANNED BIDDEPARTMENT OF PUBLIC WORKS
CITY OF DIAMOND BAR
CALIFORNIA
Aw-
C I T Y 0 F
DIAMOND BAR
C A L I F 0 R N I A
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND
ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND
AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR
BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO.
SI24101 & S124103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE
IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE
IMPROVEMENTS -PHASE 6 (COLD SPRING LN.) CIP NO. SI24101
All Questions Regarding This Project Are to Be Directed To:
Mr. Christian Malpica
Associate Engineer
City of Diamond Bar
(909) 839-7042
Stan Liu, Mayor
Chia Yu Teng, Mayor Pro Tern
Andrew Chou, Council Member
Ruth M. Low, Council Member
Steve Tye, Council Member
Daniel Fox, City Manager
February 2024
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL
STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO
AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY
LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103;
GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP
NO. PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 6 (COLD
SPRING IN.) CIP NO. SI24101
pfS % ESS M B07 Q�
�\�
n
m
NO. C 86467 A
CNII
OF (`AL
By: JT"/1/� 02/16/2024
C/ ,Vim Sui, P.E. C 86467 Date
Exp: 03/31/2025
PREPARED BY: Nichols Consulting Engineers, Chtd. (NCE)
17050 Bushard Street, Suite 200
Fountain Valley, CA 92708
TELEPHONE: (714)848-8897
Proposals will be received online at
https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until
3:00 PM on March 19, 2024 for the performance of the above
described services.
TABLE OF CONTENTS
ITEMS
PAGES
PART I - BIDDING AND CONTRACTUAL DOCUMENTS
NOTICE INVITING SEALED BIDS
1
- 4
INFORMATION FOR BIDDERS
5 -
14
BIDDER'S PROPOSAL
15 -
16
BID SCHEDULE
17 -
25
LIST OF SUBCONTRACTORS
26 -
27
DECLARATION OF ELIGIBILITY TO CONTRACT
28 -
29
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
30
CONTRACTOR INDUSTRIAL SAFETY RECORD
31
AFFIDAVIT FOR CO -PARTNERSHIP FIRM
32
AFFIDAVIT FOR CORPORATION BIDDER
33
AFFIDAVIT FOR INDIVIDUAL BIDDER
34
AFFIDAVIT FOR JOINT VENTURE
35
FAITHFUL PERFORMANCE BOND
36 -
37
LABOR AND MATERIAL BOND
38 -
39
BID BOND
40 -
41
CERTIFICATE OF NON-DISCRIMINATION
AND AFFIRMATIVE ACTION
42
CERTIFICATE WITH REGARD TO THE PERFORMANCE
OF PREVIOUS CONTRACTS AND SUBCONTRACTS
43
NON -COLLUSION AFFIDAVIT
44
CONTRACT AGREEMENT
45-52
PART II - GENERAL PROVISIONS
GP-1 - GP-16
i
TABLE OF CONTENTS
(Continued)
PART
III-
SPECIAL PROVISIONS
SP-1
- SP-9
PART
IV -
TECHNICAL PROVISIONS
TP-1
- TP-66
PART V - APPENDICES
APPENDIX A - STREET SWEEPING SCHEDULE
APPENDIX B - CONSTRUCTION & DEMOLITION REQUIREMENTS
APPENDIX C - PLANS
APPENDIX D - TECHNICAL PROVISIONS FOR GRAND AVENUE AT DIAMOND
BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP PROJECT NO. PW23402)
APPENDIX E - TECHNICAL PROVISIONS FOR GROUNDWATER DRAINAGE
IMPROVEMENTS - PHASE 6 (COLD SPRING LANE) (CIP PROJECT NO.
SI24101)
APPENDIX F - RAISED PAVEMENT MARKERS PRODUCT SHEETS
APPENDIX G - PREFORMED THERMOPLASTIC PRODUCT SHEETS
ii
PART I
BIDDING AND CONTRACTUAL
DOCUMENTS
NOTICE INVITING SEALED BIDS FOR
FOR
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL
STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO
AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY
LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103;
GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP
NO. PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 6 (COLD
SPRING IN.) CIP NO. SI24101
RECEIPT OF PROPOSALS: Proposals will be received online at http://at///at/
https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until
3:00 PM on March 19 2024 for the furnishing of all labor and
materials and equipment for the AREA 3 RESIDENTIAL & COLLECTOR
STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN
SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE
FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE
CENTER)and other incidental and appurtenant work. No proposal will
be considered from a Contractor who is not licensed as either a Class
A or C-12 Contractor at time of award in accordance with the
provisions of the Contractor's License Law (California Business and
Professions Code, Section 7000 et seq.) and rules and regulations
adopted pursuant thereto or to whom a proposal form has not been
issued by the City of Diamond Bar. The proposals will be publicly
opened and read virtually via GoTo Meeting at 3:00 PM on March 19th,
2024. A link to the virtual bid opening will provided on PlanetBidsTM
and on the City website (https://www.diamondbarca.gov/712/RFP-RFQ-
BID-Opportunities).
DESCRIPTION OF WORK: The Work to be performed or executed under
these Plans and Specifications consists of and includes the
application of cape seal and slurry sealing of the existing pavement;
AC grind and overlay; utility adjustments, signing and striping;
traffic signal loop detector replacement, removal and replacement of
PCC; drainage improvements; ADA curb ramp improvements; and other
incidental and appurtenant work necessary for the proper
construction of the contemplated improvements. The Bid Items for
this work is shown as Base Bid Schedule A and Base Bid Schedule B
under the Bid Schedule.
In addition, the Work includes the GRAND AVENUE AT DIAMOND BAR
BOULEVARD DRAINAGE IMPROVEMENTS PROJECT (CIP PROJECT NO. PW 23402)
and other incidental and appurtenant work necessary for the proper
construction of the contemplated improvements. This work is included
in Appendix C "PLANS" and Appendix D "TECHNICAL PROVISIONS FOR GRAND
AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP PROJECT
1
NO. PW23402)". The Bid Items for this work is shown as Base Bid
Schedule C.
In addition, the Work includes the GROUNDWATER DRAINAGE IMPROVEMENTS
- PHASE 6 (COLD SPRING LANE) (CIP PROJECT NO. SI24101) and other
incidental and appurtenant work necessary for the proper
construction of the contemplated improvements. This work is included
by in Appendix C "PLANS" and Appendix E "TECHNICAL PROVISIONS FOR
GROUNDWATER DRAINAGE IMPROVEMENTS - PHASE 6 (COLD SPRING LANE) (CIP
PROJECT NO. SI24101)". The Bid Items for this work is shown as Base
Bid Schedule D.
START OF WORK: The City at its sole discretion will issue the
Notice to Proceed to the Contractor within thirty (30) calendar
days of the Bid Opening date.
Work by the Contractor shall begin within seven (7) calendar days
from the date the Notice to Proceed is issued by the City, at
which time the calculation for Working Days shall commence.
The Contractor's Bid and proposed work schedule shall reflect
these schedule commitments. No delays to the Notice to Proceed or
Start of Work will be granted by the City.
COMPLETION OF WORK: All work shall be completed within Ninety -Five
(95) Working Days after the Notice to Proceed is issued by the City.
TIME EXTENSIONS: No time extensions for Working Days will be granted
by the City unless the delay is due solely to the direct actions of
the City and is immediately documented by the Contractor and
submitted to the Engineer as a time extension request. Time extension
requests not received from the Contractor within five (5) calendar
days of the purported occurrence shall be considered forfeited by
the Contractor. The City at its sole discretion may approve a time
extension request as described herein and provide an increase to the
Working Days for the approved duration.
ENGINEER'S ESTIMATE: The Project is estimated to cost $3.46 Million
for Bid Schedule A and $5.05 Million for Schedule B Items all in
accordance with the provisions of the Plans, Specifications, Notices
and Instructions to Bidders.
Bid Schedule C Items for Grand Avenue at Diamond Bar Boulevard
Drainage Improvements is estimated to cost $80,000.
Bid Schedule D Items for Groundwater Drainage Improvements - Phase
6 (Cold Spring Lane) is estimated to cost $82,000.
2
OBTAINING CONTRACT DOCUMENTS: Plans and Specifications and all
contract documents may be obtained at Planet Bids
(https://www.planetbids.com/portal/portal.cfm?CompanyID=39500).
PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by
a cashier's or certified check or by a bid bond in the amount of ten
percent (10%) of the bid price payable to the City of Diamond Bar as
a guarantee that the bidder, if his proposal is accepted, will
promptly execute the contract, secure payment of Workmen's
Compensation Insurance, furnish a satisfactory Faithful Performance
Bond in the amount of one hundred percent (100%) of the total bid
price, and a Labor and Material Bond in an amount not less than one
hundred percent (100%) of the contract price. Said bonds to be
secured from a surety company authorized to do business in the State
of California, and subject to the approval of the City Attorney.
MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should
examine the minimum qualifications found in number 15 of the
"Information for Bidders" section, pages 5 through 9. Bidders who do
not meet the minimum qualifications should not submit a bid as the
bids will be considered nonresponsive.
PREVAILING WAGE RATE: As required by the California Labor Code,
Section 1770 et seq. the City Council of the City of Diamond Bar
incorporates herein by reference the general prevailing rate of per
diem wages as determined by the Director of Industrial Relations of
the State of California. Copies of the prevailing rate of per diem
wages are on file in the office of the City Clerk and will be made
available to any interested party upon request. In accordance with
the Labor Code, no workman employed upon work under this contract
shall be paid less than the above referenced prevailing wage rate.
A copy of said rates shall be posted at each job site during the
course of construction.
The Contractor's duty to pay State prevailing wages can be found
under Labor Code Section 1770 et seq. and Labor Code Sections 1775
and 1777.7 outline the penalties for failure to pay prevailing wages
and employ apprentices including forfeitures and debarment.
CONTRACTOR shall forfeit, as penalty to CITY, not more than two
hundred dollars ($200.00) for each laborer, workman or mechanic
employed for each calendar day or portion thereof, if such laborer,
workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this AGREEMENT,
by him or by any subcontractor under him.
Any classification omitted herein shall be paid not less than the
prevailing wage scale as established for similar work in the
particular area, and all overtime shall be paid at the prevailing
3
rates as established for the particular area. Sunday and holiday
time shall be paid at the wage rates determined by the Director of
Industrial Relations.
CONTRACTOR and any of its subcontractors must be registered with the
Department of Industrial Relations pursuant to Labor Code section
1725.5, which precludes the award of a contract for a public work on
any public works project awarded after April 1, 2015. This Agreement
is subject to compliance monitoring and enforcement by the Department
of Industrial Relations.
PAYMENT: Payment will be made to the Contractor in accordance with
the Specifications.
CONTRACTOR ELIGIBILITY VERIFICATION
Prior to awarding a contract, the Contractor's Eligibility will be
verified as follows:
1) Status with the California Department of Industrial Relations at
http://www.cslb.ca.gov, and
2) eligibility at http://www.dir.ca.gov/dlse/debar.html.
RETENTION OF RECORDS RELEVANT TO AUDITS AND REVIEWS• The Contractor
and subcontractors working in the City of Diamond Bar must retain
records pertaining to said project for a minimum of five (5) years.
Records to be retained include but are not limited to documents
regarding payroll, change orders, field directives, as -built plans,
etc.
CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right
to reject any and all proposals or bids, should it deem this
necessary for the public good, and also the bid of the bidder who
has been delinquent or unfaithful in any former contract with the
City of Diamond Bar. No bidder may withdraw their bid for a period
of thirty (30) calendar days after the date of the bid opening.
BID AWARD: Subject to the reservations noted above, the Contract
will be awarded to the lowest responsible bidder.
CITY OF DIAMOND BAR, CALIFORNIA
DATE: 2/20/2024
By: David G. Liu, P.E
Public Works Director/City Engineer
4
INFORMATION FOR BIDDERS
1. PREPARATION OF BID FORM: The City invites bids on the form
attached to be submitted at such time and place as is stated in
the Notice Inviting Sealed Bids. Ail bids should be made in
accordance with the provisions of the Standard Specifications
for Public Works Construction, Latest Edition (with all
supplements). All blanks on the bid form must be appropriately
filled in. All bids shall be submitted in sealed envelopes
bearing on the outside the name of the bidder, his address, and
the name of the project for which the bid is submitted. It is
the sole responsibility of the bidder to see that the bid is
received in the proper time. Any bid received after the
scheduled closing time for receipt of bids will be returned to
the bidder unopened.
2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash
or by a cashier's or certified check or by a bid bond in the
amount of not less than ten percent (100) of the amount named
in the proposal. Said check or bond shall be made payable to
the City Clerk of the City of Diamond Bar and shall be given as
a guarantee that the bidder, if awarded the work, will enter
into a contract within ten (10) days after written notice of
the award and will furnish the necessary bonds as hereinafter
provided. In case of refusal or failure to enter said contract,
the check or bond, as the case may be, shall be forfeited to
the City. No bidder's bond will be accepted unless it conforms
substantially to the form furnished by the City, which is bound
herein, and is properly filled out and executed.
3. SIGNATURE: The bid must be signed in the name of the bidder
and must bear the signature in longhand of the person or persons
duly authorized to sign the bid on behalf of the bidder.
4. MODIFICATIONS: Changes in or addition to the bid form,
recapitulations of the work bid upon, alternative proposals or
any other modifications of the bid form which is not
specifically called for in the contract documents may result in
the Owner's rejection of the bid as not being responsive to the
invitation to bid. No oral or telephonic modification of any
bid submitted will be considered. The bid submitted must not
contain any erasures, interlineation, or other corrections
unless each such correction is suitably authenticated by
affixing in the margin immediately opposite the correction the
surname or surnames of the person or persons signing the bid.
5. DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between
words and figures, the words shall prevail. If the amounts bid
on individual items (if called for) do not in fact add to the
5
total amount shown by the bidder, the correctly added total of
the individual items shall prevail over the total figure shown.
The estimated quantities and amounts are for the purpose of
comparison of bids only. The City Council of the City of
Diamond Bar reserves the right to reject any or all bids and to
waive any irregularity or informality in any bid to the extent
permitted by law.
6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine
carefully the site of the proposed work and the contract
documents therefore. It will be assumed that the bidder has
investigated and is satisfied as to the conditions to be
encountered as to the character, quality, and quantity of
materials to be furnished, and as to the requirements of the
contract, specifications and drawings. The name of the
individual who examined the site of the work and the date of
such examination shall be stated in the proposal.
By submitting a bid, the bidder will be held to have personally
examined the site and the drawings, to have carefully read the
specifications, and to have satisfied himself as to his ability
to meet all the difficulties attending the execution of the
proposed contract before the delivery of his proposal, and
agrees that if he is awarded the contract, he will make no claim
against the City of Diamond Bar based on ignorance or
misunderstanding of the contract provisions.
7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either
personally, by written request, or by telegraphic request
confirmed in the manner specified above at any time prior to
the scheduled closing time for receipt of bids.
8. INSURANCE AND BONDS: The Contractor shall not commence work
under this contract until he has secured all insurance and bonds
required under this section nor shall he allow any subcontractor
to commence work on this subcontract until all similar insurance
issued in compliance with this section shall be issued in the
form, and be an insurer of the insurers, satisfactory to and
first approved by the City in writing. Certificates of
Insurance in the amounts required shall be furnished by the
Contractor to the City prior to the commencement of work.
The Contractor shall maintain adequate Workmen's Compensation
Insurance under the laws of the State of California for all
labor employed by him or by any subcontractor under him who may
come within the protection of such Workmen's Compensation
Insurance laws.
2
The Contractor shall maintain public liability insurance to
protect said Contractor and the City against loss from liability
imposed by law, for damages on account of bodily injury,
including death resulting therefrom, suffered or alleged to
have been suffered by any person or persons, other than
employees, resulting directly or indirectly from the
performance or execution of this contract or any subcontract
thereunder, and also to protect said Contractor and the City
against loss from liability imposed by law, for damage to any
property. Damage insurance shall be maintained by the
Contractor in full force and effect during the entire period of
performance under this contract, in the amount of not less than
$2,000,000 for one person injured in the accident and in the
amount of not less than $2,000,000 for more than one person
injured in one accident and in the amount of not less than
$1,000,000 with respect to any property damage aforesaid.
The Contractor shall secure with a responsible corporate
surety, or corporate sureties, satisfactory bonds conditioned
upon faithful performance by the Contractor of all requirements
under the contract and upon the payment of claims of materials,
men and laborers thereunder. The Faithful Performance Bond
shall be in the sum of not less than one hundred percent (100%)
of the estimated aggregate amount of the payment to be made
under the contract computed on the basis of the prices stated
in the proposal. The Labor and Material Bond shall be in the
sum of not less than one hundred percent (1000) of the estimated
aggregate amount of the payments to be made under the contract
computed on the basis of the prices stated in the proposal.
9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person
contemplating submitting a bid for proposed contract is in doubt
as to the true meaning of any part of the drawings,
specifications, or other contract documents, or finds
discrepancies in, or omissions from the drawings and
specifications, he may submit to the City a written request for
an interpretation or correction thereof. The person submitting
the request will be responsible for its prompt delivery. Any
interpretation or correction of the contract documents will be
made only by Addendum duly issued and a copy of such addendum
will be mailed or delivered to each person receiving a set of
the contract document. No person is authorized to make any
oral interpretation of any provision in the contract documents
to any bidder, and no bidder is authorized to rely on any such
unauthorized oral interpretation.
10. DISQUALIFICATION OF BIDDERS: More than one proposal from an
individual, firm partnership, corporation, or association under
the same or different names, will not be considered. Reasonable
grounds for believing that any bidder is interested in more
than one proposal for the work contemplated will cause the
rejection of all proposals in which such bidder is interested.
If there is reason for believing that collusion exists among
the bidders, all bids will be rejected and none of the
participants in such collusion will be considered in future
proposals.
No award will be made to any bidder who cannot give satisfactory
assurance as to his ability to carry out the Contract, both
from his financial rating and by reason of his previous
experience as a Contractor on work of the nature contemplated
in the Contract. The bidder may be required to submit his
record of work of similar nature to that proposed under these
specifications, and unfamiliarity with the type of work may be
sufficient cause for rejection of the bid.
11. INELIGIBLE SUBCONTRACTORS: The successful bidder shall be
prohibited from performing work on this project with a
subcontractor who is ineligible to perform work on the project
pursuant to Section 1777.1 or 1777.7 of the Labor Code.
12. AWARD OF CONTRACT: No proposal will be considered from a
Contractor who is not licensed as a Class A or Class C-12
contractor at time of award in accordance with the provisions
of the Contractor's License Law (California Business and
Professions Code, Section 7000 et seq.) and rules and
regulations adopted pursuant thereto or to whom a proposal form
has not been issued by the City of Diamond Bar. The City may
award the Contract to the lowest responsible bidder on the total
base bid. Bids will be compared on the basis of the lowest
possible cost relative to the alternate or alternates selected
and the Contract, if awarded, will be awarded to a responsible
bidder whose proposal complies with the requirements of these
specifications. The award, if made, will be made within thirty
(30) calendar days after the opening of the proposals; provided
that the award may be made after said period of the successful
bidder shall not have given the City written notice of the
withdrawal of his bid.
A contractor or subcontractor shall not be qualified to bid on,
be listed in a bid proposal, subject to the requirements of
Public Contract Code §4104, or engage in the performance of any
contract for public work, as defined in the Public Contract
Code, unless currently registered and qualified to perform
public work pursuant to Section 1725.5. It is not a violation
of Labor Code §1771.1 for an unregistered contractor to submit
a bid that is authorized by Business and Professions Code §
7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided
0
the contractor is registered to perform public work pursuant to
Labor Code § 1725.5 at the time the contract is awarded.
This project is subject to compliance monitoring and
enforcement by the Department of Industrial Relations.
The prime contractor is required to post job site notices as
prescribed by regulation pursuant to Labor Code § 1771.4 and
all contractors must secure the payment of compensation to its
employees pursuant to Labor Code § 3700.
13. ALTERNATES: If alternate bids are called for, the Contract may
be awarded at the election of the governing board to the lowest
responsible bidder on the base bid, or on the base bid and any
specified alternate(s).
14. COMPETENCY OF BIDDERS: In selecting the lowest responsible
bidder, consideration will be given not only to the financial
standing but also to the general competency of the bidder
including qualifications, references, proper licensing,
adequate workforce and experience for the performance of the
work covered by the proposal.
15. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and
regularly engaged in the general class or type of work called
for under the contract. A statement setting forth his/her
experience shall be submitted by each bidder on the EXPERIENCE
STATEMENT form provided.
I
EXPERIENCE STATEMENT
To be responsive, the bidder must list below a minimum of three public
agencies for which bidder has performed similar work within the past three
years. Only projects in excess of $2,000,000 each qualify as similar for
this project.
1. Project Title 2019/20 ARTERIAL AND MINOR STREETS MAINTENANCE PHASE
Contract Amount $4,558.151.40
Type of Work CITYWIDE STREET IMPROVEMENTS
Client CITY OF RIVERSIDE
Agency Project Manager STEVEN HOWARD Phone 951.826-5311
Date Completed NOV2022 % Subcontracted
2. Project Title FY 2021-22 ANNUAL ROADWAY REHABILITATION AND SIDEWALK REPAIR
Contract Amount 12,413,734.93
Type of work VARIOUS STREET IMPROVEMENTS
Client CITY OF TUSTIN
Agency Project Manager JOANN WU Phone 714-573-3157
Date Completed SEP 2022 % Subcontracted
3. Project Title RESIDENTIAL STREET PAVEMENT REHABILITATION PROJECT, AREA
Contract Amount $3,553,442.43
Type of Work STREET IMPROVEMENTS
Client CITY OF DOWNEY
Agency Project Manager BRIAN ALENAN Phone 562-904-7110
Date Completed OCT2022 o Subcontracted
NOTE: If requested by the City, the bidder shall furnish a certified
financial statement, references, and other information sufficiently
comprehensive to permit an appraisal of his current financial condition.
Bidder's Signature ///7//�
COREY R. KIRSCHNER - CEO, PRIES, VP, SEC, TREA.
10
Each bidder shall possess a valid Contractor's License
issued by the Contractor's State License Board at the time
his/her bid is submitted. The class of license shall be
applicable to the work specified in the contract. Each
bidder shall also have no less than three (3) years of
experience in the magnitude and character of the work bid.
Bidder Qualifications called for to be submitted at time
of bid include, but are not necessarily limited to:
1. The Contractor shall have been in business under the
same name and California Contractors License for a minimum
of five (5) continuous years prior to the bid opening date
for this Project. The license used to satisfy this
requirement shall be of same type required by the contract.
2. License classification shall be as required by the
contract specifications.
3. The Contractor shall have five (5) years of experience
in the construction of Polymer Modified Asphalt Emulsion
Chip Seal.
4. The Contractor shall perform at least 50% of contract
with its own forces.
16. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the
proposed subcontractors on this project as required by the
Subletting and Subcontracting Fair Practices Act (Government
Code Section 4100 and following). Forms for this purpose are
furnished with the contract documents. The name and location
of business of any subcontractor who will perform work exceeding
112 of to of the prime contractor's total bid or ten thousand
dollars ($10,000.00), whichever is greater, must be submitted
with the bid. Any other information regarding the foregoing
subcontractors that is required by City to be submitted may be
submitted with the bid, or may be submitted to City up to 24
hours after the deadline established herein for receipt of bids.
The additional information must be submitted by the bidder to
the same address and in the same form applicable to the initial
submission of bid.
17. WORKER'S COMPENSATION: In accordance with the provisions of
Section 3700 of the Labor Code, the Contractor shall secure the
payment of compensation to his employees. The Contractor shall
sign and file with the City the following certificate prior to
performing the work under this contract: "I am aware of the
Provisions of Section 3700 of the Labor Code which require
11
compensation or to undertake self insurance in accordance with
the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of
this contract." The form of such certificate is included as
part of the contract documents.
18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the
number being at the discretion of the City, will be held for
ninety (90) days or until posting by the successful bidder of
the Bonds required and return of executed copies of the
Agreement, whichever first occurs, at which time the deposits
will be returned after consideration of the bids.
19. EXECUTION OF CONTRACT: The bidder to whom award is made shall
execute a written contract with the City on the agreement form
provided, and shall secure all insurance and bonds as herein
provided within ten (10) days from the date of written notice
of the award. Failure or refusal to enter into a contract as
herein provided, or to conform to any of the stipulated
requirements in connection therewith shall be just cause for
the annulment of the award and the forfeiture of the proposal
guarantee.
If the successful bidder refuses or fails to execute the
Contract, the City may award the Contract to the next lowest
responsible bidder or re -advertise. On the failure or refusal
of the lowest responsible bidder or next lowest responsible
bidder to execute the Contract, such bidder's guarantees shall
be likewise forfeited to the City.
20. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4
(commencing at #4380) Government Code, all specifications shall
be deemed to include the words "or equal", provided however
that permissible exceptions hereto shall be specifically noted
in the specifications.
21. EMPLOYMENT OF APPRENTICES: Attention is directed to
Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code
and Title 8, California Administrative Code, Section 200 seq.
to ensure compliance and complete understanding of the law
regarding apprentices. The Contractor and any subcontractor
under him shall comply with the requirements of said sections
in the employment of apprentices; however, the Contractor shall
have full responsibility for compliance with said Labor Code
section, for all apprenticeable occupations, regardless of any
other contractual or employment relationships alleged to exist.
In addition to the above State Labor Code Requirements regarding
the employment of apprentices and trainees, the Contractor and
12
all subcontractors shall comply with Section 5 a. 3, Title 29
of the Code of Federal Regulations (29CFR).
22. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a
bidder whose bid is under consideration for the award of the
Contract shall submit promptly to the City satisfactory
evidence showing the bidder's financial resources, his
construction experience, and his organization and plant
facilities available for the performance of the contract.
23. WAGE RATES: The Contractor and/or subcontractor shall pay wages
as indicated in the "Notice Inviting Sealed Bids" section of
these specifications. The Contractor shall forfeit as penalty
to the City of Diamond Bar, two hundred dollars ($200.00) for
laborers, workmen, or mechanics employed for each calendar day,
or portion thereof, if such laborer, workman or mechanic
employed is paid less than the general prevailing rate of wages
herein referred to and stipulated for any work done under the
proposed contract, by him, or by any subcontractor under him,
in violation of the provisions of Labor Code, and in particular,
Sections 1770 to 1781 inclusive. Copies of all collective
bargaining agreements relating to the work as set forth in the
aforementioned Labor Code are on file with the Department of
Industrial Relations, Division of Labor Statistics and
Research.
24. PERMITS, FEES AND LICENSES: The Contractor shall possess a
valid business license prior to the issuance of the first
payment made under this Contract. Any work required within
Caltrans right-of-way will require a separate permit to be
obtained by the Contractor.
25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree
to commence work on or before the date of written "Notice tc
Proceed" of the City and to fully complete the project
thereafter within the number of Working Days stated in the
Notice Inviting Sealed Bids. Bidder must agree also to pay as
liquidated damages, the sum of five hundred dollars ($750.00)
for each calendar day thereafter.
26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to
attempt to orally resolve any disputes which may give rise to
a claim (hereafter, "Claim") that falls within the definition
of Public Contract Code section 9204 (hereafter, "Section
9204"). If these efforts are unsuccessful, the City and Bidder
shall process the Claim in accordance with Section 9204. In
summary, if the Bidder decides to submit a Claim to the City,
it shall be sent by registered or certified mail, return receipt
requested, together with reasonable documentation to support
13
the Claim. A Claim may include a Claim by a subcontractor or
a lower tier subcontractor meeting the requirements of Section
9204 (d) (5) . Within 45 days of receipt of the Claim, or any
extension thereof agreed upon by the City and the Bidder, the
City will conduct a reasonable review of the Claim and provide
the Bidder with a written statement identifying what portion of
the Claim is disputed and what portion is undisputed. Payment
of any undisputed portion of the Claim shall be made within 60
days after the City issues its written statement. If the City
does not provide a written statement within the time specified,
the Claim shall be deemed rejected.
If the Bidder disputes the City's written statement or if the
Claim is deemed rejected, the Bidder may demand in writing by
registered or certified mail to the City, return receipt
requested, an informal conference to meet and confer in an
effort to settle the disputed portion of any Claim. Within 30
days of receipt of such written demand, the City shall schedule
a meet and confer conference.
If any portion of the Claim remains in dispute after the
conference, the City shall, within 10 City business days of the
conclusion of the conference, provide the Bidder with a written
statement identifying any portion that remains in dispute and
any portion that is undisputed. Payment of any undisputed
portion shall be made within 60 days after the City issues its
written statement. Any remaining disputed portion shall be
submitted to nonbinding mediation in accordance with Section
9204(c) (2) (B), unless the Bidder and City waive the mediation
upon mutual written agreement.
27. CONFLICT OF INTEREST: In the procurement of supplies,
equipment, construction and services by sub -recipients, the
conflict of interest provision including, but not limited to,
2 CFR part 200, Subpart B, 200.112, 24 CFR Part 570.611 and 24
CFR part 85, Section 85.36 (b), respectively, shall apply. No
employee, officer or agent of the sub -recipient shall
participate in selection or in award of administration of a
contract supported by Federal funds if a conflict of interest,
real or apparent, would be involved.
14
BIDDER'S PROPOSAL
FOR
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL
STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO
AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY
LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103;
GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO.
PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 6 (COLD SPRING
IN.) CIP NO. SI24101
Date MARCH 14TH , 2024
To the City Council of the City of Diamond Bar:
The Undersigned hereby declares:
(a) That the only persons or parties interested in this proposal as
principals are the following:
ONYX PAVING COMPANY INC.
COREY R. KIRSCHNER - CEO, PRES, VP, SEC, TREA.
(If the bidder is a corporation, give the name of the corporation
and the name of its president, secretary, treasurer, and manager.
If a co -partnership, give the name, under which the co -partnership
does business, and the names and addresses of all co-partners. If
an individual, state the name under which the contract is to be
drawn.)
(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 all of the physical and climatic
conditions, and makes this bid solely upon his own knowledge.
(d) That by submitting this Bidder's Proposal, he acknowledges receipt
and knowledge of the contents of those communications sent by the
City of Diamond Bar to him at the address furnished by him to the
City of Diamond Bar when this proposal form was obtained.
(e) That he has carefully examined the specifications, both general
and detail, and the drawings attached hereto, and communications
sent to him as aforesaid, and makes this proposal in accordance
therewith.
15
(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.
(9) That he proposes to enter into such Contract and to accept in full
payment for the work actually done thereunder the prices shown in
the attached schedule. It is understood and agreed that the
quantities set forth are estimates and that the unit prices will
apply to the actual quantities whatever they may be.
Accompanying this proposal is a certified or cashier's check or
bidder's bond, payable to the order of the City of Diamond Bar in
the sum of
BIDDER'S BOND 10% DOLLARS ($ N/A ) .
Said bidder's bond has been duly executed by the undersigned bidder and
by a financially sound surety company authorized to transact business
in this state.
It is understood and agreed that should the bidder fail within ten
(10) days after award of contract to enter into the contract and furnish
acceptable surety bonds, then the proceeds of said check, or bidder's
bond, shall become the property of the City of Diamond Bar; but if this
Contract is entered into and said bonds are furnished, or if the bid is
not accepted then said check shall be returned to the undersigned, or
the bidder will be released from the bidder's bond.
2890 E. LA CRESTA AVE. 714-6 -B69G
Address of Bidder Telephone of Bidder
ANAHEIM 9280B COREY R. KIRSCHNER -
City CEO PRIES, VP SEC, TREA.
Zip Code Signature of Bidder
16
BID SCHEDULE
FOR
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL
STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO
AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY
LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103;
GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO.
PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 6 (COLD SPRING
IN.) CIP NO. SI24101
BASE BID "SCHEDULE A" - RESIDENTIAL & COLLECTOR STREETS PROJECT NO.
S124101
ITEMFEST.
DESCRIPTION
UNIT
NO.UANT.
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
A-1
1
LS
MOBILIZATION AND
DEMOBILIZATION
�p
IUr6,1DUM
►q�,%)3.-M
A-2
1
LS
TRAFFIC CONTROL AND
W'24080
(002,0w
PUBLIC SAFETY
4%f1111
A-3
1
LS
WATER POLLUTION CONTROL
1110c)o
11100O
A-4
1
LS
CONSTRUCTION STAKING AND
I-M150O
MONUMENT PRESERVATION
IiSZA
A-5
1
LS
PUBLIC NOTIFICATION
��lp�p
�l(cot)
A-6
1
EA
ADJUST GAS VALVE FRAME
AND COVER TO GRADE
A-7
231
EA
ADJUST WATER VALVE FRAME
AND COVER TO GRADE
���•��
�sli�tl
ADJUST STORM DRAIN
A-8
52
EA
MANHOLE FRAME AND COVER
�0,
TO GRADE
ADJUST SANITARY SEWER
A-9
199
EA
MANHOLE FRAME AND COVER
)�C{16e)
TO GRADE
A-10
2
EA
ADJUST ELECTRICAL MANHOLE
FRAME AND COVER TO GRADE
3 1SRO
,bob
REMOVE EXISTING
A-11
38
EA
IMPROVEMENTS AND INSTALL
( iKD
2501gfA
NEW ADA COMPLIANT CURB
17
ITEM
EST.
DESCRIPTION
UNIT
NO.
QUANT.
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
RAMP PER SPPWC STD. PLAN
111-5
REMOVE EXISTING
IMPROVEMENTS AND INSTALL
A-12
1
EA
ADA COMPLIANT CURB RAMP
G16M
(e,(o0O
AT BRONCO LANE ENTRANCE
TO HERITAGE PARK
REMOVE EXISTING CURB AND
A-13
1,117
LF
GUTTER AND RECONSTRUCT
q
PER SPPWC STD. PLAN 120-3
6 `•�
77iO13
(A2-6 or A2-8)
REMOVE EXISTING CROSS
A-14
4,981
SF
GUTTER AND RECONSTRUCT
PER SPPWC STD. PLAN 122-3
(3�1
(8" DEPTH)
REMOVE EXISTING DRIVEWAY
A-15
589
SF
APRON AND RECONSTRUCT PER
SPPWC STD. PLAN 110-2
(TYPE A OR C)
A-16
158,607
SY
APPLICATION OF TYPE II
SLURRY SEAL
A-17
139,154
SY
APPLICATION OF CAPE SEAL
A-18
27,844
SY
COLD MILL EXISTING AC
2 SO
p
(1.5" DEPTH)
A-19
2,740
SY
COLD MILL EXISTING AC
�"tS
1('�Z73S
(2.0" DEPTH)
A-20
3,446
TON
CONSTRUCT ARHM OVERLAY
'�3�, 6�t2
(1.5" DEPTH)
�2i.06
A-21
339
TON
CONSTRUCT ARHM OVERLAY
(2.0" DEPTH)
K
A-22
18,422
SF
BASE REPAIR (6" DEPTH)
6.1p
(ig,IZ
A-23
16
EA
INSTALL TRAFFIC LOOP
DETECTOR (TYPE E)
�%A•DO
(�i��O
A-24
5
EA
INSTALL TRAFFIC LOOP
DETECTOR (TYPE F)
(t2� DO
3LIWO
ITEM
NO.
EST.
QUANT.
UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
REMOVE TRAFFIC STRIPING
A-25
1
LS
AND MARKINGS (SLURRY SEAL
55fWC>
CjTOW
AND CHIP SEAL STREETS)
THERMOPLASTIC TRAFFIC
A-26
1
LS
STRIPING, PAVEMENT
1i�3C0
MARKINGS, MARKERS CURB
MARKINGS, AND SIGNPOSTS.
TOTAL AMOUNT BASE BID "SCHEDULE "A" ITEMS
( IN FIGURES) -> $ I q2k (OOD
TOTAL AMOUNT BASE BID "SCHEDULE A" (WRITTEN IN WORDS):
BASE BID "SCHEDULE B" - ARTERIAL STREETS (GOLDEN SPRINGS DRIVE FROM
GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD
TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO S124103
ITEM
EST.
UNI
DESCRIPTION
UNIT
NO.
QUANT.
T
WRITTEN IN WORDS
PRICE
AMOUNT
B-1
1
LS
MOBILIZATION AND
Zu'l�R"
DEMOBILIZATION
Z2Z�5�i.}
B-2
1
LS
TRAFFIC CONTROL AND PUBLIC
ft�MIOCO
j.-fit000
SAFETY
b�T®
B-3
1
LS
WATER POLLUTION CONTROL
B-9
1
LS
CONSTRUCTION STAKING AND
2%lgoo
MONUMENT PRESERVATION
B-5
1
LS
PUBLIC NOTIFICATION
lj(poo
000
B-6
1
EA
ADJUST GAS VALVE FRAME AND
%00
VD
COVER TO GRADE
19
M
EST.UNIDESCRIPTION
UNIT
E
QUANT.
T
WRITTEN IN WORDS
PRICE
AMOUNT
B-7
223
EA
ADJUST WATER VALVE FRAME
AND COVER TO GRADE
���•��
2`11153
B-8
25
EA
ADJUST STORM DRAIN MANHOLE
FRAME AND COVER TO GRADE
ADJUST SANITARY SEWER
B-9
77
EA
MANHOLE FRAME AND COVER TO
Il"1OD
`65t�J�}
GRADE
B-10
14
EA
ADJUST ELECTRICAL MANHOLE
FRAME AND COVER TO GRADE
3lCOD
�c
1210�
B-11
16
EA
ADJUST TELECOM MANHOLE
FRAME AND COVER TO GRADE
[bl
REMOVE EXISTING
IMPROVEMENTS AND INSTALL
B-12
28
EA
NEW ADA COMPLIANT CURB
GIIbOD
'Zlo`�XCO
RAMP PER SPPWC STD. PLAN
111-5
REMOVE EXISTING CURB AND
B-13
761
LF
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 120-3 (A2-
��-OD
rD�tCA}
8 or A2-10)
REMOVE EXISTING CROSS
B-14
733
SF
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 122-3 (8"
2�-•DD
All
DEPTH)
REMOVE EXISTING DRIVEWAY
B-15
589
SF
APRON AND RECONSTRUCT PER
SPPWC STD. PLAN 110-2
(TYPE A OR C)
INSTALL CONCRETE BUS PAD
B-16
910
SF
PER SPPWC STD. PLAN 131-3
33.00
30,0�0
8" DEPTH)
B-17
25,439PPLICATION
OF CAPE SEAL
4.966
5B-18
q
30,151OLD
MILL EXISTINGAVEMENT
(2.0" DEPTH)
B-19
148,084
SY
COLD MILL EXISTING
PAVEMENT (2.5" DEPTH)
t4q4I?T2
B-20
3,731
TON
CONSTRUCT ARHM OVERLAY
(2.0" DEPTH)
20
ITEM
EST.
DESCRIPTION
UNIT
NO.
QUANT.
°TI
WRITTEN IN WORDS
PRICE
AMOUNT
B-21
18,325
TON
CONSTRUCT ARHM OVERLAY
2j S?5+1275'
(2.5" DEPTH)
B-22
34,698
SF
BASE REPAIR (8" DEPTH)334i1NI.)
B-23
127
EA
INSTALL TRAFFIC LOOP
DETECTOR E)
+4
53,IM0
(TYPE
B-24
59
EA
INSTALL TRAFFIC LOOP
42A.0D
')-g090
DETECTOR (TYPE F)
THERMOPLASTIC TRAFFIC
B-25
1
LS
STRIPING, PAVEMENT
❑❑
Iy
MARKINGS, MARKERS, CURB
MARKINGS, AND SIGNPOSTS.
B-26
1
LS
COORDINATE VIDEO DETECTION
ZONE ADJUSTMENTS
51300
5/;DD
RELOCATE PEDESTRIAN PUSH
B-27
1
EA
BUTTON ON EXISTING TRAFFIC
31��
�j11-OD
SIGNAL POLE
REMOVE EXISTING SIDEWALK
AND RECONSTRUCT PER SPPWC
B-28
200
SF
STD. PLANS 112-2 AND 113-2
LSr•W
�,10DD
(4" DEPTH) [REVOCABLE BID
ITEM]
TOTAL AMOUNT BASE BID "SCHEDULE B" ITEMS
(IN FIGURES)-> $
TOTAL AMOUNT BASE BID "SCHEDULE B" (WRITTEN IN WORDS):
21
BASE BID "SCHEDULE C" - GRAND AVENUE AT DIAMOND BAR BOULEVARD
DRAINAGE IMPROVEMENTS, PW23402
ITEM
EST.
DESCRIPTION
UNIT
NO.
QUANT.
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
C-1
I
LS
CONSTRUCTION STAKING AND
pp
21301
MONUMENT PRESERVATION
C-2
1
LS
MOBILIZATION
C-3
2
EA
TEMPORARY PROJECT
IDENTIFICATION SIGNS
C-4
1
LS
TRAFFIC CONTROL
13i0�
bW
REMOVE EXISTING CURB AND
C-5
40
LF
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 120-3 TYPE
O
A3-6
REMOVE EXISTING CURB AND
C-6
40
LF
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 120-3 TYPE
A2-6
VARIABLE COLD MILL
C-7
3,300
SF
EXISTING AC PAVEMENT (2"-
3")
C-8
40
TN
ASPHALT RUBBER HOT MIX
5lDgo
(ARHM) OVERLAY (2"-3")
C-9
1
EA
ADJUST PULLBOX TO FINISHED
SURFACE
Icom
IlEQO
C-10
1
EA
ADJUST WATER VALVE TO
FINISHED SURFACE
W-00
111.00
C-11
35
SF
REMOVE AND RECONSTRUCT
COLORED CONCRETE
C-12
1
LS
SIGNING AND STRIPING
COMPLETE -IN -PLACE
TOTAL AMOUNT BASE BID "SCHEDULE C" ITEMS
(IN FIGURES)-+
22
TOTAL AMOUNT BASE BID "SCHEDULE C" (WRITTEN IN WORDS):
BASE BID "SCHEDULE D" - GROUNDWATER DRAINAGE IMPROVEMENTS - PHASE 6
(COLD SPRING LANE), S124101
ITEM
EST.
DESCRIPTION
UNIT
NO.
QUANT.
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
D-1
1
LS
MOBILIZATION
(P�S�t�
�Ii�qq
D-2
1
LS
TRAFFIC CONTROL & PUBLIC
SAFETY
Z%cob
2'L,Om
D-3
236
LF
INSTALL SUBDRAIN SYSTEM
�-q�Luo
(0y('gZ
D-4
12
LF
INSTALL 4" SCH. 80 PVC
PIPE
p ,11
l 145W"
��
INSTALL A RADIAL PIPE TO
D-5
2
EA
PIPE JUNCTION STRUCTURE,
CASE I
REMOVE AND REPLACE
D-6
3,700
SF
EXISTING 3.5" AC OVER 9.5"
.)S OCR
b,o/SC0
AB
TOTAL AMOUNT BASE BID "SCHEDULE D" ITEMS
(IN FIGURES) $ �r S�oD
7
TOTAL AMOUNT BASE BID "SCHEDULE D" (WRITTEN IN WORDS):
23
TOTAL AMOUNT BASE BID "SCHEDULE A" +
"SCHEDULE B" + "SCHEDULE C" + "SCHEDULE D" $
ITEMS IN FIGURES) b13W,06D
TOTAL AMOUNT BASE BID "SCHEDULE A" + "SCHEDULE B" + "SCHEDULE C" +
"SCHEDULE D" ITEMS (WRITTEN IN WORDS):
Nlyw. ran` Ww) -vnmet hov)dr-ed si "-hint ivnowscLnA dollars
Bid Schedule Note: Bid Price indicated refers to all items illustrated
on the plans and details, and delineated within the specifications
installed and completely in place with all applicable portions of the
construction documents and include all costs connected with such items
including, but to necessarily limited to, materials, transportation,
taxes, insurance, labor, overhead, and profit, for General Contractor
and Subcontractors.
All work called for on the construction documents are to provide a
completed project with all systems operating properly and ready for
use.
Award will be based on the items of Bid Schedule. Therefore, Contractor
shall completely fill out Bid Schedule.
Accompanying this proposal is BIDDER'S BOND -10%
(Insert "$ cash",
"cashier's check", "certified check", or "bidder's bond" as
the case may be) in the amount equal to at least ten percent
(10%) of the total bid.
The undersigned further agrees that in case of default in
executing the required contract, with necessary bond, within
ten (10) days, not including Sundays and legal holidays, after
having received notice that the Contract has been awarded and
ready for signature, the proceeds of the security
accompanying his bid shall become the property of the City of
Diamond Bar, and this proposal and the acceptance thereof may
be considered null and void.
24
3/14/2024
NAME OF BIDDER (PRINT) SIGNATURE DATE
2890 E. LA CRESTA AVE.
ADDRESS
ANAHEIM 92806 714-632-6699
CITY ZIP CODE TELEPHONE
630360; A, C12
STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION
I declare under penalty of Perjury of the laws of the State of California
that the representations made herein are true and correct in accordance
with the requirements of California Business and Professional Code
Section 702
COREY R. KIRSCHNER - CEO, PRES, VP, SEC, TREA.
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
25
LIST OF SUBCONTRACTORS *
BID OPENING DATE 3/19/2024
AREA 3 RESIDENTIAL & COLLECTOR STREETS
PROJECT REHABILITATION AND ARTERIAL
STREET REHABILITATION PROJECT NO. S124101,SI24101 & S124103
LOCATION DIAMOND BAR CA
CLIENT CITY OF DIAMOND BAR
CONTRACTOR ONYX PAVING COMPANY INC
Name Under
Which
Subcontractor
is
Licensed
License
No.
Address
of
Office, Mail,
or
Shop
Percent
of
Total
Contract
Specific
Description
of
Subcontract
(,IA cu\L�
S�ry ctv�s
6 11 �tLt,�
l�l� «1��5 1-41-
ti •�9 �•
�
yze'vb `
CAw��,v�.y
log i3��1
AWth�tvn fly
11•aZ�.
C� 4Q Crctt�
meal
(�� laved
5�tv ey i�5 , �wt.
CS�ttl
CYR944 CA
2 .-N X
��iliH
coroyEP�s
Q CA
v .
�liforr�ict
proFessi t�wl
�Y1CeYiVY.1=
J
�3�p�
(.a.
� .� lo%
i.v,.
� i
Rspv�cUFSaxh�
Tvit•
'18�t%q
K0USidQ
�.('0{i.
SLO V-CLA
* In compliance with the provisions of the Public Contract Code
Section 4104, the undersigned bidder herewith sets forth the name,
location of the place of business, and California contractor
26
*
LIST OF SUBCONTRACTORS *
AREA 3 RESIDENTIAL & COLLECTOR STREETS
PROJECT REHABILITATION AND ARTERIAL
STREET REHABILITATION
LOCATION DIAMOND BAR CA
CLIENT CITY OF DIAMOND BAR
CONTRACTOR ONYX PAVING COMPANY INC
BID OPENING DATE 3/19/2024
PROJECT NO. S124101,SI24101 & S124103
Name Under
Which
Subcontractor
is
Licensed
License
No.
Address
of
Office, Mail,
or
Shop
Percent
of
Total
Contract
Specific
Description
of
Subcontract
{r�
Rweyv vim+
L IznC.
OHS
SAS srrzC'�"0J1
zv1
o
;
In compliance with the provisions of the Public Contract Code
Section 4104, the undersigned bidder herewith sets forth the name,
location of the place of business, and California contractor
26
license of each Subcontractor - who will perform work or labor or
render service to the Prime Contractor, specially fabricates and
installs a portion of the work or improvement necessary to complete
construction contained in the plans and specifications, in an
amount in excess of one-half (1/2) of one percent (10) of the
General Contractor's total base bid amount or, in the case of bids
or offers for the construction of streets or highways, including
bridges in excess of one-half of 1 percent (0.5o)of the Prime
Contractor's total base bid or ten thousand ($10,000.00),
whichever is greater, and the portion of the work which will be
done by each Subcontractor.
27
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the contractor,
certifies and declares that:
1. The contractor is aware of Sections 1777.1 and 1777.7 of the
California Labor Code, which prohibit a contractor or
subcontractor who has been found by the Labor Commissioner or the
Director of Industrial Relations to be in violation of certain
provisions of the Labor Code, from bidding on, being awarded, or
performing work as a subcontractor on a public works project for
specified periods of time.
2. The contractor is not ineligible to bid on, be awarded or perform
work as a subcontractor on a public works project by virtue of the
foregoing provisions of Sections 1777.1 or 1777.7 of the California
Labor Code or another provision of law.
3. The contractor is aware of California Public Contract Code Section
6109, which states:
(a) A public entity, as defined in Section 1100 [of the
Public Contract Code], may not permit a contractor or
subcontractor who is ineligible to bid or work on, or be
awarded, a public works project pursuant to Section 1777.1 or
1777.7 of the Labor Code to bid on, be awarded, or perform
work as a subcontractor on, a public works project. Every
public works project shall contain a provision prohibiting a
contractor from performing work on a public works project
with a subcontractor who is ineligible to perform work on the
public works project pursuant to Section 1777.1 or 1777.7 of
the Labor Code.
(b) Any contract on a public works project entered into
between a contractor and a debarred subcontractor is void as
a matter of law. A debarred subcontractor may not receive
any public money for performing work as a subcontractor on a
public works contract, and any public money that may have
been paid to a debarred subcontractor by a contractor on the
project shall be returned to the awarding body. The
contractor shall be responsible for the payment of wages to
workers of a debarred subcontractor who has been allowed to
work on the project.
4. The contractor has investigated the eligibility of each and every
subcontractor the contractor intends to use on this public works
m
project, and determined that none of them is ineligible to perform
work as a subcontractor on a public works project by virtue of the
foregoing provisions of the Public Contract Code Sections 1777.1
or 1777.7 of the Labor Code, or any other provision of law.
I declare under penalty of perjury under the laws of the State of
California that the foregoing is true and correct. Executed this day
of MARCH 14 2024, at ANAHEIM,CA (place of execution).
Signature
Name: COREY R. KIRSCHNER
Title: CEO, PRIES, VP, SEC, TREA.
Name of Contractor:
ONYX PAVING COMPANY. INC.
W,
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 14310.5 and in conformance
with Public Contract Code Section 10162, the Bidder shall complete,
under penalty of perjury, the following questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer, principal or employee of the Bidder who
has a proprietary interest in the business of the Bidder, ever been
disqualified, removed, or otherwise prevented from bidding on or
completing a federal, state or local government project because of
violation of law or a safety regulation?
YES
NO
If the answer is yes, explain the circumstances in the following space:
STATEMENT
In conformance with Public Contract Code Section 10232, the Contractor,
hereby states under penalty of perjury, that no more than on final
unappealable finding of contempt of court by a federal court has been
issued against the Contractor within the immediately preceding two-year
period because of the Contractor's failure to comply with an order of
a federal court which orders the Contractor to comply with an order of
the National Labor Relations Board.
NOTE: The above Statement and Questionnaire are part of the
Proposal. Signing this Proposal on the signature nortion
cnereor snail also constitute signature of this Statement and
cautioned that making a false
M
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification S124101,SI24101&SI24103
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL
STREET REHABILITATION
Bid Date 3/19/2024
This information must include all construction work undertaken in the
State of California by the bidder and any partnership, joint venture or
corporation that any principal of the bidder participated in as a
principal or owner for the last three calendar years and the current
calendar year prior to the date of bid submittal. Separate information
shall be submitted for each particular partnership, joint venture,
corporation or individual bidder. The bidder may attach any additional
information or explanation of data, which he would like, taken into
consideration in evaluating the safety record. An explanation must be
attached of tha rirrnmef �n a;_
ITEM
3CALENDAR YEARS
CURRENT
PRIOR TO CURRENT YEAR
YEAR
2021
2022
2023
TOTAL
2024
No. of Contracts
89
133
139
361
Total dollar amount of
contracts in 1,000's
42,805
83,134
108,532
234,471
18,407
No. of lost workday
cases
2
0
1
3
0
No. of lost work day
cases
involving permanent
transfer to
2
0
1
3
another job or
0
termination of
employment
No. of lost workdaLls
12
0
0
12 1
0
*The information required for this item is the same as required for
columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational
Injuries and Illnesses, OSHA No. 102.
The above information was compiled from the records that are available
to me at this time and I declare under penalty of perjury that the
information is true and accurate within the limitations of these
records.
ONYX PAVING COMPANY, INC
Name of Bidder (Print
2890 E. LA CRESTA AVE.
Address
ANAHEIM 92806
City Zip Code
COREY R. KIRSCHNER -
CEO PRES VP SEC TREA.
Signature
630360; A, C12
State Contractor's Lic, Na, 1 Class
714.632-6699
Telephone
31
N/A
AFFIDAVIT FOR CO -PARTNERSHIP FIRM
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
sworn, deposes and says:
being first duly
That he is a member of the co -partnership firm designated as
which is the party making the foregoing proposal or bid; that such bid
is genuine and not collusive or sham; that said bidder has not colluded,
conspired, connived or agreed, directly or indirectly, with any other
bidder or person to put in a sham bid or that such other person shall
refrain from bidding; and has not in any manner sought by collusion to
secure any advantage against the City of Diamond Bar or any person
interested in the proposed contract, for himself or for any other
person.
That he has been and is duly vested with authority to make and sign
instruments for the co -partnership by
who constitute the other members of the co -partnership.
Signature
Subscribed and sworn
to before me this
day of
20
Signature of Officer Administering Oath
(Notary Public)
32
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
COREY R. KIRSCHNER being first
duly sworn, deposes and says:
That he is CEO, PRES, VP, SEC, TREA.
of, ONYX PAVING COMPANY INC.
a corporation which is the party making the foregoing proposal or bid;
that such bid is genuine and not collusive or sham; that said bidder
has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Subscribed and sworn
to before me this
day of
COREY R. KIRSCHNER -
CEO PRES VP SEC TREA
Signature
0
****SEE ATTACHED NOTARY JURAT****
Signature of Officer Administering Oath
(Notary Public)
33
CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202
® See Attached Document (Notary to cross out lines 1-6 below)
❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary)
x
x
x
Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any)
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
CARLY OREDAL
Ma4ry Gublt9. CaB/wnla
i orange Counry
Camm9519n ! 2442539
MY (eTIIi, EM,llflS MaI jli0j]
Seal
Place Notary Seal Above
Subscribed and sworn to (or affirmed) before me
on this 14 day of March 20 24 ,
by Date Month Year
(and (2) ),
Name of SignerX
proved to me on the basis of satisfactory evidence
to be the person(s) who appeared before me.
Signature
S' ature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages: Signer(s) Other Than Named Above:
Document Date:
y.y.y,.ysy ddti<d<m y_y_y
a'd5-------vribi'a('ti(�
AFFIDAVIT FOR INDIVIDUAL BIDDER
N/A
STATE OF CALIFORNIA )
) SS
COUNTY OF LOS ANGELES )
duly sworn, deposes and says:
being first
That he is the party making the foregoing proposal or bid; that
such bid is genuine and not collusive or sham; that said bidder has not
colluded, conspired, connived or agreed, directly or indirectly, with
any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Subscribed and sworn
to before me this
day of
Signature
20
Signature of Officer Administering Oath
(Notary Public)
34
AFFIDAVIT FOR JOINT VENTURE N/A
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
being first
duly sworn, deposes and says:
That he
of,
one of the parties submitting the foregoing bid as a joint venture and
that he has been and is duly vested with the authority to make and sign
instruments for and on behalf of the parties making said bid who are:
that such bid is genuine and not collusive or sham; that said bidder
has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
BOND No.
35
rri..
KNOW ALL PERSONS BY THESE PRESENTS that,
WHEREAS the City of Diamond Bar ("City"), 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 FROM GRAND AVENUE TO
AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY
LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. S124101 & SI24103;
GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO.
PW23402); AND GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 6 (COLD SPRING
LN.)
WHEREAS Onyx Paving Company Inc.
2890 East La Cresta Avenue, Anaheim, CA 92806
(Name and address of Bidder)
("Principal"), desires to submit a bid to Public Agency for the work.
WHEREAS, bidders are required under the provisions of the California
Public Contract Code to furnish a form of bidder's security with their
bid.
NOW, THEREFORE, we, the undersigned Principal, and
SidusPoint America Insurance
1 World Trade Center 285 Fulton Street, 47th Floor, Suite. 47J, New York, NY 10007
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto Public Agency
in the penal sum of Ten Percent of the Total Amount Bid --------------------------------------------
Dollars($ -----10%------ ), being not less than ten percent (10%) of the
total bid price, in lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal is awarded a contract for the work by City and within the
time and in the manner required by the bidding specifications, entered
into the written form of contract included with bidding specifications,
furnishes the required bonds, one to guarantee faithful performance and
the other to guarantee payment for labor and materials, and furnishes
the required insurance coverages, then this obligation shall become
40
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
all court costs incurred by City in the suit and reasonable attorneys'
fees in an amount fixed by the court. Surety hereby waives the
provisions of California Civil Code § 2845.
IN WITNESS WHEREOF, each of which shall for all purposes be deemed an
original hereof, have been duly executed by Principal and Surety, on
the date set forth below, the name of each corporate party being hereto
affixed and these presents duly signed by its undersigned
representative(s) pursuant to authority of its governing body.
Dated: March 14th, 2024
"Principal"
Onyx Pavino COmpanV Inc
2890 East La Cresta Avenue
Anaheim, CA 92806
By:_
Its�'i'rsahnty-
CEO, Prls.
By:
Its
"Surety"
SiriusPoint America Insurance Company
1 World Trade Center 285 Fulton Street,
47th Floor, Suite. 47J,
New York. NY 10007
By:
Its C'h tLnpR, s,Attorney-in-Fact
By:
Note: This bond must be dated, all
evidence of the authority of
fact must be attached.
Its
signatures must be notarized, and
any person signing as attorney -in -
(Seal) (Seal)
41
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On March 14 2024 before me, Carly Bredal Notary Public
Date Here Insert Name and Title of the Officer
personally appeared
of
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axe
subscribed to the within instrument and acknowledged to me that he/sKe/they executed the same in
his/her/their authorized capacity(iee), and that by his/her/their signatures) on the instrument the person(or),
or the entity upon behalf of which the person(m) acted, executed the instrument.
' Notary public otWrnla
ra On/• county
Commission i 3aoTs79
M, ;�mm. ExpV•f a!+r 21, 30I'!
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature ��4&h Avku�z
ignature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
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 I
County of Orange
On MAR 1 4 $p$4 , before me, Albert Meiendez , Notary Public,
personally appeared
Christina Rogers
who proved to me on the basis of satisfactory evidence to be the person(x) whose name(s) is/ate
subscribed to the within instrument and acknowledged to me that be/she/tlky executed the same
in his/her/t*ir authorized capacity(ixs), and that by his/her/their signature(o on the instrument
the person(, or the entity upon behalf of which the person(q) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing
paragraph is true and correct.
e
TM
ALBERT MELEMDE2
NoNotaryy LENDE
Orange County WITNESS my hand and official seal.
Commission 0 2391461
y Wmm. Wires Jan. 37, 2026
SIGNATURE
PLACE NOTARY SEAL ABOVE
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of attached document
Title or type of document:
Document Date: Number of Pages:
Signer(s) Other than Named
PERTAM01_0823
POWER OF ATTORNEY
SIRIUSPOINT AMERICA INSURANCE COMPANY
NEW YORK
KNOW ALL MEN BY THESE PRESENTS: Than SiriusPer.t Anwrica Insurance Company, a New York corporation, having its principal office in
the City of New York, pursuant to the following Resolution, which was adapted by the Board of Directors of the Company, to wit:
RESOLVED, (hill the ?.,ideal, Senior Vice President, Chief Financial Officer, Secretary or Asafslanl Secretary is hereby authorized btu execute Powers
of Attomey appointing as a[am eys-in-fact selected e,nployms of certain surety companies who shall have the power for and on bell al forthe Company to exec de
and affix the seal of the Company to surely contracts as co -surety.
Does hereby nominate, constitute and appoint:
Albert Mciendez, Christina Rogers, Enk Johansson, Jennifer Anaya, Joaquin Perez, Melissa Lopez
Its we and lawful attorney -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed; any and all bonds, contracts, agreements
of indemnity, and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee bonds) and to bind the Company thereby
as fully and to the cant...mal as if same were signed by the duly authorized officers of the Company, provided, however, that the penal tom of any one such
instrument executed hereunder shall not exceed the stint of
S50,000,000 single bond limit
All acts of said attorneys -in -fact pursuant 0 the sutlmriams herein given are hereby ratified and confirmed. The executive off clus listed above in Ilea
Resolution may team lime to time and at any lime remove any such appointee and revoke the power given to him or her
The execution of such hoods or undertakings in pursuance of these presents, within oat year of Ole date of issue of these presents, shall be, binding upon
said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company
at its office in New York, New York, in their own proper persons.
IN WITNESS WHEREOF. SirinsPoint America Insurance Company has caused its captains seal to be hereunto affixed, and these presents to be
signed by its Secretary this I lth day of August in the year 2021
Miefis.Pfoi/n�t America) 9 )'f Party
By: v�r
Melissa .Ralph_
Swremry
Slate of Nam Jersey )
County of Manmwnh )
On this IT° day of Auld 2023, before are, a Notary Public of the State of New Jersey in and for the County of Monmouth duly commissioned
and qualified, came Melissa J. Ralph, Secretary, ofSiriusPoinl America Insurance Company, to me personally known to be the individual and officer described in,
and who executed the preceding instmmenl, and scknowadgeA the execution of the same, and, being by me duly somm, deposeth and said, that she is the
officer ofthe Company aforesaid, and that the seal affixed to the preceding instrument as the emporate seal of said Company, and the said corporate seal and her
signature as officer were duly affixed and subscribed to the said instrument by flue authority and direction of the said Company, rehrred to in the preceding
inswment, is now in force.
IN TESTIh IONY \VH EREOP, I have hereunto set my hand and affixed at, official seal.
:TNAEJA E LEWIS-SCOTTWNOTARY PUBLIC platy PubSTATE OF NEW JERSEY My Co ion expires
COMMISSION EXPIRES MARCH 31.2028 L' a , is t r r y0z4
State ofNmv Jersey COMMISSION.D50 54
1
County of Mosmanth
I, Melissa 1. Ralph, Secretary, ofSidasPunl America Insurance Company, a Net,, Vatic corporation, do hereby certify that the above and foregoing is a
full, tram correct copy of Power of Attorney, is still in force and effect and has not been revoked.
IN Wl r.VESS 11'HEREOP, I have hereunto set my hand aad affixed the seal of said Company this 14th day or ,March, 2024.
CAIN°'
?(.,f(IQ'AEI (Ca'•.�� Se elal. Ralph
=3; SEAL Se reran'
a�'i 1979 , a=
A..�►APPLIED USURETY
NDERWRITERS
10805 Old Mill Road
Omaha, NE 68154
September 6, 2023
Bond Obligees
Project Owners
General Contractors
RE: Digital Seal Authority and Enforceability Notice
To whom it may concern:
The use of an electronic image of the corporate seal of Siriuspoint America Insurance Company (the "Digital
Seal"). and the attachment of the Digital Seal to any surety bond issued by Siriuspoint America Insurance
Company is authorized bythe company. Siriuspoint America Insurance Company acknowledge and agree
that the Digital Seal may be affixed to any authorized Surety bond approved by Applied Surety Underwriters,
and relied upon to the same extent as if a raised corporate seal was attached to the bond.
Delivery of a digital copy of this Digital Seal Authority and Enforceability Notice, executed electronically, to
an Obligee or Obligee's representative, shall constitute effective execution and delivery of this notice and
shall have the same legal effect as a delivery of a tangible original of the notice with my original "wet"
signature.
If you require further verification you may email our Home Office Underwriting Center at
infot?D surety.auw.com
In Witness Whereof, this has been executed bythe President, Applied Surety Underwriters for Siriuspoint
America Insurance Company.
Thank you for your continued business.
Sincerely,
Joshua C. Betz
President, Applied Surety Underwriters
CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION
As suppliers of goods or services to the City of Diamond Bar, the firm
listed below certifies that it does not discriminate in its employment
with regards to race, religion, sex, or national origin; that it is in
compliance with all federal, state, and local directives and executive
orders regarding non-discrimination in employment; and that it will
pursue an affirmative course of action as required by the affirmative
action guidelines.
We agree specifically:
1. To establish or observe employment policies which affirmatively
promote opportunities for minority persons at all job levels.
2. To communicate this policy to all persons concerned including all
company employees, outside recruiting services, especially those
serving minority communities, and to the minority communities at
large.
3. To take affirmative steps to hire minority employees within the
company.
FIRM ONYX PAVING COMPANY. INC.
TITLE OF OFFICER SIGNING
SIGNATURE C% DATE 3/14/2024
COREY R. KIRSCHNER - CEO, PRIES, VP, SEC, TREA.
Please include any additional information available regarding equal
opportunity employment programs now in effect within your company:
PLEASE SEE ATTACHED REFERENCES
42
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF
PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE
EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS
The bidder _V, proposed subcontractor , hereby certifies that
he has VL, has not , participated in a previous contract or
subcontract subject to the Equal Opportunity Clause, as required by
Executive Orders 10925, 11114, or 11246, and that he has V , has not
, filed with the Joint Reporting Committee, the Director of the Office
of Federal Contract Compliance, a Federal Government contracting or
administering agency, or the former President's Committee on Equal
Employment Opportunity, all reports due under the applicable filing
requirements.
ONYX PAVING COMPANY, INC.
(COMPANY)
BY:
COREY R. KIRSCHNER - CEO PRES VP SEC TREA.
(TITLE)
DATE: MARCH 14TH , 20 24 .
NOTE: The above certification is required by the Equal Employment
Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b)
(1), and must be submitted by bidders and proposed subcontractors only
in connection with contracts and subcontracts which are subject to the
Equal Opportunity Clause. Contracts and subcontracts which are exempt
from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5.
(Generally only contracts or subcontracts of $10,000 or under are
exempt).
Currently, Standard Form 100 (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in
a previous contract or subcontract subject to the Executive Orders and
have not filed the required reports should note that 41 CFR 60-1.7 (b)
(1) prevents the award of contracts and subcontracts unless such
contractor submits a report covering the delinquent period of such other
period specified by the Federal Highway Administration or by the
Director, Office of Federal Contract Compliance, U.S. Department of
Labor.
43
NON -COLLUSION DECLARATION
(TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID)
The undersigned declares:
I am the CEO, PRES, VP, SEC, TREA. of ONYX PAVNG
CCOMPANYINC. the party making
the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed
person, partnership, company, association, organization, or
corporation. The bid is genuine and not collusive or sham. The bidder
has not directly or indirectly induced or solicited any other bidder to
put in a false or sham bid. The bidder has not directly or indirectly
colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or to refrain from bidding. The bidder has not in
any manner, directly or indirectly, sought by agreement, communication,
or conference with anyone to fix the bid price of the bidder or any
other bidder, or to fix any overhead, profit, or cost element of the
bid price, or of that of any other bidder.
All statements contained in the bid are true. The bidder has not,
directly or indirectly, submitted his or her bid price or any breakdown
thereof, or the contents thereof, or divulged information or data
relative thereto, to any corporation, partnership, company,
association, organization, bid depository, or to any member or agent
thereof, to effectuate a collusive or sham bid, and has not paid, and
will not pay, any person or entity for such purpose. Any person
executing this declaration on behalf of a bidder that is a corporation,
partnership, joint venture, limited liability company, limited
liability partnership, or any other entity, hereby represents that he
or she has full power to execute, and does execute, this declaration on
behalf of the bidder.
I declare under penalty of perjury under the laws of the State of
California that the foregoing is true and correct and that this
declaration is executed on 3/14/2024 [date], at
ANAH IM [city], CA [state].
ONYX PAVING COMPANY, INC COREY R. KIRSCHNER -
CEO PRIES. VP SEC TREA.
Business Name Signature of Bidder (must be notarized)
2890 E. LA CRESTA AVE. ANAHEIM CA 92806
Business Address
Attach Notary Acknowledgement Form to this form when submitting
***SEE ATTACHED NOTARY ACKNOWLEDGEMENT***
44
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On March 14 2024 before me, Carly Bredal. Notary Public
Date Here Insert Name and Title of the Officer
personally appeared
Namex of
who proved to me on the basis of satisfactory evidence to be the person(o whose name(O is/axe
subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in
his/her/their authorized capacity(ies), and that by his/har/their signature(o on the instrument the person($),
or the entity upon behalf of which the person(a) acted, executed the instrument.
NCA?LY BREDAL
otary Public - California
Orange County
Commission a 2442559
a1'• -:mr.. ExRi•es afar 28, 2027
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature 144 A140V
ignature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
'a0Y 'aS'✓S'v6�✓G\mG\�i\. �a 'd�.d .•y .d .t/ .✓ -a 'e, 'p 'v 'v '✓ 'a' 'd '✓ 'y 'a- �N. d4\a5\dG`.G'a�fdG\ �S\
REFERENCES
PROJECT NAME: CITYWIDE ASPHALT REPAIRS PROJECT FY 21/22
PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS
APPROXIMATE CONSTRUCTION DATES: FEB 2022 - NOV 2022
CONSULTING COMPANY: CITY OF DANA POINT - 33282 GOLDEN LANTERN, DANA POINT, CA 92629
CONTACT PERSON: SCOTT FISHER 760.814.7226
ORIGINAL CONTRACT AMOUNT: $1,595,000.00
FINAL CONTRACT AMOUNT: $1,314,878.59
IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID
SCHEDULE QUANTITIES
DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO
PROJECT NAME: PALISADES PAVEMENT REPAIR, CC-07
PROJECT DESCRIPTION: PAVEMENT REPAIR
APPROXIMATE CONSTRUCTION DATES: SEP 2022
AGENCY: CITY OF LAGUNA NIGUEL - 30111 CROWN VALLEY PARKWAY, LAGUNA NIGUEL, CA 92677
CONTACT PERSON: JEFF METZ 949-362.4344
ORIGINAL CONTRACT AMOUNT: $292,000.00
FINAL CONTRACT AMOUNT: $199,999.65
IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID
SCHEDULE QUANTITIES.
DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO
PROJECT NAME: 2021-2022 PAVEMENT REHABILITATION PROJECT
PROJECT DESCRIPTION: VARIOUS PAVEMENT REHABILITATION & CONCRETE IMPROVEMENTS
APPROXIMATE CONSTRUCTION DATES: NOV 2022 - MARCH 2O23
AGENCY: CITY OF ARCADIA -240 W. HUNTINGTON DR, ARCADIA, CA 91007
CONTACT PERSON: JAN BALANAY 626.254-2726
ORIGINAL CONTRACT AMOUNT: $1,727,000.00
FINAL CONTRACT AMOUNT: $1,899,698.72
IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: AGENCY HAD ADDITIONAL SCOPES OF WORK
DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO
ONYX PAVING COMPANY, INC.
2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806-TEL (714) 632.6699 -FAX (714) 632.1883
PROJECT NAME: 2020 RESIDENTIAL STREET REHABILITATION PROJECT
PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS
APPROXIMATE CONSTRUCTION DATES: IULY 2D21 - NOV 2021
AGENCY: CITY OF SOUTH EL MONTE - 1415 SANTA ANITA AVE, SOUTH EL MONTE, CA 91733
CONTACT PERSON: OKAN DEMIRCI.714.319.6137
ORIGINAL CONTRACTAMOUNT: $614,000.00
FINAL CONTRACT AMOUNT: $706,01OA3
IF FINALAMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: SCOPES Of WORK ADDED BY
AGENCY
DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO
PROJECT NAME: RESIDENTIAL STREET PAVEMENT REHABILITATION PROJECT, AREA 8
PROJECT DESCRIPTION: STREET IMPROVEMENTS
APPROXIMATE CONSTRUCTION DATES: IULY 2022 - OCT 2022
AGENCY: CITYOF DOWNEY- 11111 BROOKSHIRE AVE, DOWNEY, CA 90241
CONTACT PERSON: BRIAN ALENAN 562.904.7110
ORIGINAL CONTRACTAMOUNT: $3,227,000.00
FINAL CONTRACT AMOUNT: $3,553,442.43
IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM
BID SCHEDULE QUANTITIES
DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO
PROJECTNAME: SOBOBA STREET RESURFACING PROJECT
PROJECT DESCRIPTION: STREET REHABIILITATION AND RECONSTRUCTION
APPROXIMATE CONSTRUCTION DATES: AUG 2022- OCT 2022
AGENCY: RIVERSIDE COUNTY TRANSPORTATION DEPARTMENT- 3525 14TH STREET, RIVERSIDE, CA 92507 CONTACT
PERSON: TRAI NGUYEN 951.961.5363
ORIGINAL CONTRACT AMOUNT: $ 1,272,000.00
FINAL CONTRACT AMOUNT: $1,160,284.10
IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM
BID SCHEDULE QUANTITIES
DID THE AGENCY FILE ANY CLAIMS AGAINST YOL9%Y PAVING COMPANY, INC.
2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 - TEL (714) 632-6699 - FAX (714) 632-1883
PROJECT NAME: 2019/20 ARTERIAL AND MINOR STREETS MAINTENANCE PHASE 2
PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS
APPROXIMATE CONSTRUCTION DATES: DEC 2021- NOV 2022
AGENCY: CITY OF RIVERSIDE - 3900 MAIN ST, RIVERSIDE, CA 92501
CONTACT PERSON: STEVEN HOWARD 951.826.5311
ORIGINAL CONTRACT AMOUNT: $4,585,000,00
FINAL CONTRACT AMOUNT: $4,558,151.40
IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID
SCHEDULE QUANTITIES
DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO
PROJECT NAME: FY 2021.22 ANNUAL ROADWAY REHABILITATION AND SIDEWALK REPAIR
PROJECT DESCRIPTION: VARIOUS STREET IMPROVEMENTS
APPROXIMATE CONSTRUCTION DATES: JUNE 2022 - SEP 2022
AGENCY. CITY OF TUSTIN - 300 CENTENNIAL WAY, TUSTIN, CA 92780
CONTACT PERSON: JOANN WU 714.573.3157
ORIGINAL CONTRACT AMOUNT: $2,442,000.00
FINAL CONTRACTAMOUNT: $2,413,734.93
IF FINAL AMOUNT IS DIFFERENT FROM ORIGINALAMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM
DID SCHEDULE QUANTITIES.
DID THE AGENCY FILE ANY CLAIMSAGAINSTYOU? NO
ONYX PAVING COMPANY, INC.
2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 - TEL (714) 632.6699 - FAX (714) 632.1883
LARGE PROJECT REFERENCES
PROJECT NAME: CULVER DRIVE IMPROVEMENTS FROM WALNUT AVENUE TO 1-5 FREEWAY
PROJECT DESCRIPTION: STREET IMPROVEMENTS
APPROXIMATE CONSTRUCTION DATES: SEPT 2022 -JAN 2023
CONSULTING COMPANY: CITY OF IRVINE - 6427 OAK CANYON, IRVINE, CA 92618
CONTACT PERSON: FARHAD BOLOURCHI 949-724-6689
ORIGINAL CONTRACT AMOUNT: $1,677,000.00
FINAL CONTRACT AMOUNT: $1,704,308.59
IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID
SCHEDULE QUANTITIES
DID THE AGENCY FILEANY CLAIMS AGAINST YOU? NO
PROJECT NAME: PHASING 6A - RESIDENTIAL STREET REHABILITATION
PROJECT DESCRIPTION: STREET IMPROVEMETNS
APPROXIMATE CONSTRUCTION DATES:
CONSULTING COMPANY: CITY OF LA MIRADA - 15515 PHOEBE AVE, LA MIRADA, CA 90638
CONTACT PERSON: ERIC VILLAGRACIA 562.902.2373
ORIGINAL CONTRACT AMOUNT: $4,242,000.00
FINAL CONTRACT AMOUNT: $4,524,646.67
IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: SCOPES OF WORK CHANGED BY AGENCY
DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO
PROJECT NAME: ROCHESTER AVENUE PAVEMENT REHABILITATION
PROJECT DESCRIPTION: STREET IMPROVEMENTS
APPROXIMATE CONSTRUCTION DATES: MARCH 2O22•AUG 2022
AGENCY: CITYOF RANCHO CUCAMONGA - 10500 CIVIC CENTER DRIVE, RANCH CUCAMONGA, CA 91730
CONTACT PERSON: ROMEO DAVID 909.774.4070
ORIGINAL CONTRACT AMOUNT. $1,727,000.00
FINAL CONTRACT AMOUNT: $1,714,733.75
IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID
SCHEDULE QUANTITIES
DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO
ONYX PAVING COMPANY, INC.
2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 - TEL (714) 632-6699 - FAX (714) 632.1883
REFERENCES
GENERAL CONTRACTORS• JOBS PERFORMED• LOCATION• AMOUNT
Fullmer Construction
Centerpointe
Moreno Valley
$3,187,914.00
1725 5, Grove Ave.
Sycamore Bus, Park
Riverside
$999,708.00
Ontario, CA 91761
Hlllwood Hofer Ranch
Ontario
$603,600,00
Ph:909-947.9467
Interchange A-E
San Bernardino
$1,288,615.00
Fax: 909.947.2970
San Michelle Logistics
Moreno Valley
$670,674.00
Contact: Casey tones
Terra Francesco
Ontario
$524,216.00
KCS West, Inc. BP Refinery Maintenance Shop Carson $896,357.00
901 Corporate Ctr, Dr, 31a fir
Monterey Park, CA 9174
Ph:323.269.0020
Fx: 323.263.4576
Contact: Matthew Vawter
GMC Engineering, Inc. Edison Romoland $1,623,480,00
1401 Warner Ave
Tustln, CA 92780
Ph:760.744.133
Fx: 714-247.1041
Contact: Gennady
Lusardl Construction
FEDEX - Clay Mesa
San Diego
$1,335,530.00
1570 Linda Vista Dr.
Team Nissan
Oxnard
$669,075.00
San Marcos, CA 92064
Edge at Campus
EI Segundo
$541,385.00
Ph:760-744.3133
Carmax
Oxnard
$606,443.00
Fax:760-744-9064
Seabridge
Oxnard
$329,460.00
Contact Scott Staley
ONYX PAVING COMPANY, INC.
2890 EAST LA CRESTA
AVE, ANAHEIM, CA92806 -TEL (714) 632.6699- FAX (714)
632.1883
Haagen Company, LLC
12302 Exposition Blvd
Los Angeles, CA 90064
Ph:310.820.1200
Fx: 310.820.1225
Contact: Chris Fahey
ARCO National Construction Co.
900 N. Rock Hill Rd
St. Louis, MO63119
Ph: 314.963.0715
Fx:314.963.7114
Contact: Chris Wilson
Grant General Contractors
5051 Avenida Encinas
Carlsbad, CA 92008
Ph:760.438.7500
Fx;760-438.3056
Contact: Pete Burrows
Empire Polo Club Indio $1,036,745.00
Scannell FEDEX Burbank $1,125,958.00
Whittier Area Community Whittier $625,920.00
Church
Crevier BMW Santa Ana $30,600.00
ONYX PAVING COMPANY, INC.
2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 - TEL (714) 632.6699 - FAX (714) 692-1883
ASPHALT RUBBER HOT MIX REFERENCES:
GENERAL CONTRACTORS: JOBS PERFORMED• LOCATION• AMOUNT
GMC ENGINEERING, INC. Katella Ave. St. Improv Los Alamitos $120,000.00
1401 Warner Ave, Ste B. Various Projects
Tustin, CA 92780
Ph: 714-247.1040
Fx: 714.247.1041
Contact: GennadV Chl:lk
R.D OLSON CONSTRUCITON, INC, Lido House Hotel Newport Beach $193,105,00
2955 Main Street, 314 Floor
Irvine, CA92614
Ph:949.474.2001
Fx: 949.474.1534
Contact: Jeremy Dunn
IF YOU HAVE ANY QUESTIONS, PLEASE FEEL FREE TO CONTACT COREY KIRSCHNER AT 714.632.6699 OR VIA EMAIL AT
COREY@ONYXPAVING.NET
ONYX PAVING COMPANY, INC.
2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 - TEL (714) 632-6699 - FAX (714) 632-1883
ONYX PAVING COMPANY, INC
2890 E. LA CRESTA AVE
ANAHEIM, CA 92806
PHONE: (714)632.6699
FAX: (7141632.1883
PRESIDENT: COREY R. KIRSCHNER
BANK: BANKOFTHEWEST
DATE ESTABLISHED 1/4/90 CORP. TAX 10,1133.0394344
TYPE OF WORK - ASPHALT PAVING CONTRACTORS LIC. It 630360-A
INSURANCE AGENT: WOOD GUTMANN & BOGART
14029 SPRfNGWATER LN, EASTVALE, CA 92880
4501 E, LA PALMA AVENUE, ANAHEIM, CA 92807
PHONE: (714) 777.9620 BRYAN PLOESSEL
15901 RED HILL AVE., STE, 100, TUSTI N, CA 92780
PHONE: (714) 824.8384 MICHAEL TRAN
SURETYAGENT: TURNER SURETY AND INSURANCE BROKERAGE, INC.
5 HUTTON CENTRE, STE.730, SANTAANA, CA 92707
PHONE: (714) 915.4032 JEREMY PENDERGAST
CREDIT REFERENCES:
MATICH CORP. P.O. BOX 10, HIGHLAND, CA 92346 (909) 382.7400 Steve Matich
ALL AMERICAN P,O, BOX 2229, CORONA, CA 92878 (951) 736.7600 Carl
KELTERITE CORP, 12231 PANGBORN AVE.00WNEY, CA (562) 401.0011 Gladys
VULCAN MATERIALS CO. 16013 E. FOOTHILL BLVD, IRWINDALE, CA 91702 (858) 530.9414 Debbie
GENERAL CONTRACTOR REFERFNCE$:
FULLMER CONSTRUCTION 2725 S. GROVE AVE., ONTARIO, CA 91761 1909)947.9467Caseylones
BYROM-DAVEY, INC. 13220 EVENING CREEK DR. SOUTH 0103, SAN DIEGO (858) 513-7199 Steve Davey
PACIFIC CONST. GROUP 17895 SKY PARK CIR., IRVINE, CA 92614 (949) 748.1500 Mark Bundy
ERICKSON-HALL CONST. CO. 50000RPORATE DR., ESCONDIDO, CA92069 (760) 796-7700 Justin Sinnott
ONYX PAVING COMPANY, INC.
2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 — TEL (714) 632.6699 — FAX (714) 632.1883
ERICKSON-HALL CONST. CO. 500 CORPORATE DR., ESCONDIDO, CA 92069 (760) 796-7700 Justin Sinnott
RESUME
Corey Kirschner has over 20 years of experience both as an estimator and CEO. Corey is an experienced
estimator and lead a majority of those years being the Chief Estimator before becoming CEO and President of Onyx
Paving Company, Inc. Over the short period of time here at Onyx Paving, Corey has completed over 3,000 paving
projects, allowing the company to gross over $50 million dollars in the previous year.
Jay Kirschner, Senior Project Manager, holds a Bachelor's Degree from Chapman University and has 7 years of
experience upholding the maintenance supervisor and lead estimator position for Onyx Paving. He leads our team, with
the project managers under his direct supervision, in managing our productions and coordinating our field mobilizations
for all projects.
Tyler Henry, Field Superintendent, serves as the core of all field related matters. He has over 20 years of paving
experience performing jobs that stretches from San Diego County to Ventura County. Tyler has been with Onyx in
completing all of our Public Works projects. Overseeing the on -site laborers, cement masons, and operating engineers is
one of his many responsibilities.
BACKLOG ALLOCATION:
Corey Kirschner, Jay Kirschner, and Tyler Henry oversee 100% of all current project in attached backlog.
ONYX PAVING COMPANY, INC.
2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 — TEL (714) 632-6699 — FAX (714) 632-1883
C1
ent
Senior Project Manager 9=9 Field Superintendent
Key Individual Responsibilities:
Corey Kirschner
- Manage overall operations and resources of company
- Decision maker of corporation
Jackson Hulse
- Lead project management team with organization
- Overseeing overall project scheduling, budgeting, and dispatching on all projects
- Main point of communications between company and agencies
Tyler Henry
- Lead and manage on -site labors and operators
- Coordinate daily operations and project production
- Ensuring project quality expectations are met
ONYX PAVING COMPANY, INC.
2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 — TEL (714) 632-6699 — FAX (714) 632-1883
C!C 3 STATE LICENSE BOARD
ACTIVE LICENSE. -
......630360 �.,CORP
.w ONYX PAVING COMPANY INC
..,,...:.....A C12 A&L
I slim
'm
..,....�.. I0i3112025 www csto ca aov WO
d r
Deparlment of
Industrial Relations
STATE OF CALIFORNIA
APPLICATION FOR
PUBLIC WORKS CONTRACTOR REGISTRATION
Registration Information
Type: Public Works
Period: 07/01/2023 06/30/2024
Contractor Information
Contractor Name: ONYX PAVING COMPANY, INC.
Trade Name:
License Type Number: 1000004798
Contractor Physical Address
Physical Business Country: United States of America
Physical Business Address: 2890 E. LA CRESTA AVENUE
Contractor Mailing Address
Mailing Country: United States of America
Mailing Address: 2890 E. LA CRESTA AVENUE
Contact Info
Daytime Phone:
Mobile Phone:
Physical Business City/ ANAHEIM
Province:
Physical Business State: CA
Physical Business Postal 92806
Code:
Mailing City/Province: ANAHEIM
Mailing State: CA
Mailing Postal Code: 92806
Daytime Phone Ext.:
Business Email: davidw@onyxpaving.com
Applicant's Email: davidw@onyxpaving.net
Registration Services:: Page 1 of 2 6/27/2023 10:06:22 AM
Workers' Compensation
Professional Employer Organization (PEO)
Do you lease employees through Professional Employer Organization? No
Workers' Compensation Overview
Carrier: ZURICH AMERICAN INSURANCE
COMPANY
Policyholder Name: Onyx Paving Company Inc
Policy Number: WC106300504
Certification
Inception Date: 10/01/2022
Expiration Date: October 12, 2023
Yes I certify that I do not have any delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination
by a court or any federal, state, or local administrative agency, including a confirmed arbitration award
Yes I certify that the contractor is not currently debarred under Section 1777.1 or under any other federal or state
law providing for the debarment of contractors from public works.
Yes I certify that one of the following is true: (1) 1 am licensed by the Contractors State License Board (CSLB) in
accordance with Chapter 9 (commencing with Section 7000) of the Business and Professions Code; or (2) my
business or trade is not subject to licensing by the CSLB.
I understand refunds are not authorized
I, David Wiltfong, the undersigned, am , ONYX PAVING COMPANY, INC. with the authority to act for and on behalf of the above named
contractor. I certify under penalty of perjury that all of the above information provided is true and correct. I further acknowledge that any
untruthful information provided in this application could result in the certification being canceled.
I certify this on: 10:00 AM
Legal Entity Information
Legal Entity Type: Corporation
Name: ONYX PAVING COMPANY, INC.
Registration Services:: Page 2 of 2
ONYX PAVING COMPANY, INC.
Uceose N 630360 -D1R N 10000047PB
UNANIMOUS WRITTEN CONSENT OF
THE BOARD OF DIRECTORS OF
ONMAMO COMPANY, INC,
(a California corporation)
October 28, 2020
The undersigned director, constituting the satire board of directors (the "Board') of
Onyx Paving Company, Inc., a California corporation (the "Corporndon'), hereby takes the
following actions, adopts the following rosolutions, and transacts the following business, by
written consent without a meeting, as of the date above written, pursuant to Section 307(b) of the
General Corporation, Law of the State of California and the Corporation's Bylaws:
Aooroval of Loan Xcansacagn
WHEREAS, Corey Kirschner is currently the Corporation's ChlefBxecutho 06f1coy,
and Chief Financial Offioor (the"01fleer") with authority to outer into contracts on behalf ofthe
Corporation.
WHEREAS, the Corporation opportunities from time to time to bid on Various
governmental and non•govornmental projects;
WHEREAS, otter careful consideration, the Board has dew messed that the tenns and
conditions od the proposed project in the form of the bid attachcd hereto as ExIbit A (the
"Protect) are Jpst and equitable and fair as to the Corporation and that it is in Use best Interests
of the Corporation and its stockholder to submit the bid and complete the Project subject to the
temns agrerid upon by the patties.
NOW, TH RPFORB,BE IT RESOLVED, the Board on beWofthe Corporation
hereby approves and ratifies the Project in all respects, and horoby a4odze and directthe
Corporation to negotiate, execute, deliver and perform the temrs ofa8 doovmWs, required in
connection with the Project, together with such changes thereto as may be epproved by the
Officer executing tho same on behalf of the Corporation (prusuant to the authorization provided
herein), such approval of the Olklicer to be eonolusively evidended by its exeoution and delivery
of same.
RESOLVED N'bRTHER, that the Officer may execute and deliver any and all
agreements and any and all other documents and inshuments, and take such further actions as
may be necessary or appropriate, for the financing of the Corporation,
RESOLVED FURTICER, that the Officer is hereby authorized, directed, and
empowered to execute and deliver any end all agreements and any and all other documents and
instruments, and take such fudher actions as may be necessary or appropriate, for the
consummation of the Project.
2890 East La Crosta Ave, Anaheim, CA 92806 -PH: (114) 612.6699 - FX (714) 631,1883
RESOLVED FURTBER, that the Officer, In the name of tla Corporation, Is hereby
authorized, directed, and e4owered to nogotiate, execute and dclivu to tho'9pplicablo counter
party, apy and all documents vAth respect to the Project and other W.hVnents as may be
reasonably requested, and the 001oor oil behalf of the Corporation Is atdttorized kern time to
time to exooute renewals or "nsions or othor inshruhente as may bonecrasaiy.
RESOLVLU paTEitR, that the authority given herecader eatl be deemed retroactive
and any and aA acts authorized hererwder performed prior to the.passage of this resolution ere
heroby ratified attd d mred.
The Secretary of the gorporation is directed to file the original executed copy ofthis
Coaseat with the minutes ofproceedtngs of the Corporation.
[Signature gaga follows]
ONU FAVING7 COMANY, INC.
Woaeaa N 630360 —DIR N 1000004798
IN WITNESS MREOF, the unders4ued has exeouted this Ueaniimoau Written
Consemt of the Board of Directors as ofthe date fiat above w0ea.
lop
Corey ISirsohnor
.r,
Request for Taxpayer I alsa Form to the
IdentlfloatlonNumber and CertlHcatlon rsquestenOonot
send to the III&
1 ChraxaPproDrab 6na torfedeallexeeseaCa(Pno/NeDemmwhaeananNh m'ertdontm 1. dhroaeey rnrvm• <ablpenkb,Min wdgiaa
mom eavanhox.e y4yMmAleap.aedy
hdWdwlkaEpnpNWra [IOCarPonlbe 000WPPrae0n ❑ PAWMhp ❑rnMdea
dogle•mambuL- LO penOtpYacad.Nagl.l�
[) ddtedlA4lhroelapaa'. FiLi lAa InekranyeeM Ks0 eerpontyn,e.9 corporation, P.PNtAIMPl e,
NA41 OhVA the praprh14 baxkl MI IN oboes kxehonxClugt0el'onathe elnpeenembarawarr. paid olrot e"paonhan PAYCANPWO
LLOIEIAeLLOY_rd a7kduEWytsaranberilAueEkdan9odrdlrtmtheavnarwhar VeornVPIN11.OM1 �epNy)
..._...__..._..�..__.._.-------- _._._...r..ur•.ed! .�
NOtst Kthe losount Is In Mon, Ihan one name, aoe the Imlmodons lair I.Ahoses What Name and
AymbaT'oaya the Repuestertapuidetn9aenavMev nrypberto erne,
0.1 am a U.S.ddsm orotharUS. pawn (dPpned baV* and
am exannpt from FATCA repo.•dnplaarrect
beeaase
Here
um p. ani �� • ANM
m— opo•
Qenaraiinstruoti, "s
•Fam1009-0N(tlNdenW,MIA9those komel00MOfmulud
finds)
$ecuon tolerances a'eto the MtarW Rennue Coda Wall (AbOnvlae
.Form 20g9•MIBC(va4Pu5 typesoflnwre, polo, gnarls, or gross
Holed.
Drooeeda)
RulMdenbPmatu.Fa'lheldeat lydormEtlon da0atdevelapmenle
.Form t09D-11(3bc<OMEW fad 98100 and apdn ON
related to FormW9 and he Ndructbns,Euch dalephnAonenaobd
bs„eedlem by bEoka!)
aftarthey were publlshtd, go to MW..fn.pnv/Fefm
.Form logo•$ prccsedotomFoil "file lnmesllom)
Purpose of Form
form lO99•K(nWCMAcadacdK*d party network Wneactona)
An kldniduilaentlNy(Formal•9nquasla)vhw lsragdretlb90 en
•Form logg memoeprpenle[aQ, 10g&E (endanttoenNtela0.
10A6-T(hluon)
inlomdboroham rANlhel muslablelnyourdwnolteapeysr
IdsDMmdonnunbe(Qltp EVJclMBCyOYO-O$Oedse lrpynumber
.Foie 1009.O (cema40dehQ
l($$M,h'dAfdUdtaxpayerdaMMaelknnumheryTllq,sdopllen
rI4Mlroyou, msnher
•Fam109eA(eequlEMmaebaMonnentdaeaxodpropaty)
farpayeroporl nine anksol nreoluraEe orna
(FJy),10npodanehldorme0onrelemth0emOWapeFltoyou,0rolher
UaePonnW9on1/IfyaaEaU.9,peresn(IndudhfgendGnt
dlm), to ON,
erno�ml nioaIabison an ink gesoon return. Exanip7es olMforetallon
relms moods. bit we not limped to, the looming.
Provldeybwdoned
Inyou Op not relwa Fort Yoe to therequestav/trh etA)VUMWp
• Form 1099- rr (Mtenal earned or geld)
basubloct to MokaD wAheoR&+g.3¢BVYhetle baekup wllhhoMfip,
kla:
GENo.10201% emnWeOtay.10-2019)
.I
,c TtiFr. a tlCi
8T 01N ri
CA A , . v t �
D.W b uo' u
A tNdu�n7Lup�(oeu qq
E(11�Fi GYIlT,i�A 'CCQQhO OAYpRd
rita'15OUP ilCR' Fl Y,7N
8 lydn'a'se AN
, qn A TORrNVPOLIO pkLNco
-O:Pitfry88nd0Yr0 PHYILI$
p0 Fq a' IB SU9Jtor ro.Att TNY 7ERMs;
9 x
Iml
IYN tlNflOANfe
RV1Pp1
UKTP
N1 w e
N H+
PI eAWMAY
IU.LAq l.TE
X DOHN10.f(4LOWIR�ryA�WBRM
CV.gi8MA06LJ OCCUR
lh4ALtltOLf
E
0
fA 00a
0 A00 T FLLppW��RMIP'I'R'1tlsR:
POL1C't X W ❑.L00
Oe0
1
C
AIRONOdnELU9L11V
HXI urcnvro�p
AVrSr* �lBIULEO
WAIDMN08 AM
6lN10.'1peE0t
1n2m
local
YnIWNl+erpma0
OKII URN yp'O1+ef0rn0
1
d
f
f
U1,111UNM1A1
pPL! LKa
�OQN{�
pap+yt,lA
NUD:CE
Mrt
A
B
qy
lLplOr1APLLN�Ai19
IArNDNUKNM1S YIN
+ !ay nN RFQlN0I
01J.
1 p buy
NIA
KCiLbpOp04+
M90D
Imam J(
ELNGN LMl
-
1pdD
ELPMM- 1 0 Oro
LDpO B. 0 f I
DdICPoeTOHOP�4vL�Rr�WHaiLOCA1pN9146e1t1[11aCCR0101,KMhnd R.¢+M+eoRlayY, �i ++ro<hEllmrnuluLnµ+O
woyl ate holAs fs/era na ofedQO (Insured perT6 d0adwdendonemetNfDfrevredb/wAttenOaNrlditSvct b Ole N1rmA omdItIom of the
Paley, Addry
o�ro°do'a�r0�dn�a°i�OIL WON of9°°1�ipp�ppa.ps�Lf°QE#aCO2QIOD4 Ad muor�cafzoEloaia
O F11ed1la FomTEC�(L 8870120088100419
oH0UL0AHY OP1Hry1BOlR0WMISID POUCIIS 09CAN04LL60 DUORE
THE E)IPEUTION DAV THEREOF, NOTICE WILL BE OELIYEAEO IN
0haEe-YAIna ACPORBANCIRWRHTNEPOOPROWION&
2E(nCa
A'JrsC.mR01UPA sM, )u
Anaheim CA 02800
ACORD 26(2014/01) The AcoRD nalReand logo ale
I
state of callfornta
Secretary of State
Statement of Information
*6olIc $look and Aorfoultural Cooperative, Corporations)
FEES (Filing and Dlsolasurs):11211,00.
If thin Is an amandmant, sea inalruotiona.
ONYX PAVING COMPANY, INC.
WWII
G018477
FILE®
In the oHlceof the 8ecratary of @tale
oItha @hle o1 CeNfornla
90T.91 go18
INe S»ea rerrma Ulf ow
NO Channotillaloment lWolappigofog 'onteddresa ofreaord laep.O. Box address. s8 slyuetn
taryt 4hersave boon apyo angpfot s nformat ncontained %d with
h
of state, erhostatement of lnfonnallon has been previouslyNad, this form mUdt beo6polatod In fit Fmtrely.
If alra has boon no change lneny of the fnformadoh Contained in the lest Ittallmod of hDanatkn %$with the California SMIRry
of Slate, ohook ilia boxOprooeed to Item 17.
om tat AddnsesafoNhe Followin 0! tPbbraUalo the Mme orthe dly, IWms41ld5w2oab6P•O•B0xu. .
4, a7KrlYA0"a9S0FPRIMC{{FPEo &{NaOFFllk 61TY STATE ZIP CODE
WOE.UCIiESTAA 2, ANAHEIM CA92806
e. EINESTADDR 80FPRWCIIppALOL(M KIOEIkGALIFORNIAIFANY ttY QTATa ZIPCODE
281 E. IACRFr�3TAAV6.,AMR16OM. OA92808
d IMAMAOCIRROOF0QRPOAATWnIFDfffa(ENITHANITeAI4 CITY STATE ZVQ0DS
neaO114eBdmIola Aagrp
oMcer eliowawr.le =
a0. r0ladllAemm@sr9a1NelCleO7IepdIX.aMn KO41 a81p18HBNBe eeceft R'fempefgal9 ona TPr ma ePaaino
7. OIDBPWGV?Naoff4CER7 /Oottm Dill WAYS RP CODE
CQRW'IQR1SCHNER 2090 E.LACRESTAAVE. ANAHEIM CAN"
0. AACRETAFTY AOINISIS -CITY BTATE MOODS
CUREYIOROCNHER 2880E.EACHOSTAAVE.,ANAHEIM,CA92808
e. CHEPFINNICNLOIAClA ADDRESS OTY OYAT! STPCODE
CGREY 19AWKER 2800E. EA CROSTAAVE., ANAHEIM, CA 92808
Names an ComppNle dredaoa of AIICIiectae, IncludlR13 Dlrectots Who ors Aao Chaeora (Ihe c«PareYgn magi have at Is
dolor. ANahaddBmdaaaea,NneceNaN•)
0 41AAUfi 1�TM —
"Roo•9YATE 3NCOOE
CIG66Y RSCHNER 28900. LACRESTAAVE. HEIM CA 02808'
It. NAV41 ADDRESS .CITY STATE DPCODS
12 Me ADORe98 CITY STATE APOODE
17. Nvwe OP VA 01190N7H660Ag001 DIRE If ANY:
AAOaent for @11V106o1Pfecpa Ifilis giant is an lnaddust the egontma8troddsFOCell"a motion laiwel be caWalod Win a California skeet
a4dreae, a P.U. ooz eddrees N nN elceytabe• lithe sign li another oapxttkn, Iho spent rtuA tare m no W(h the Cak7oMe Secrolsry of stale A
.Carmen varentto0 aC' reIRNN Cods sealer Im'j IS, ldmodba lea bank
It tW90FAOlHTFOREENMGNOFFROCES9
00RfiY KRSCHNER
is. 8TAETTFADDRl1aOFAOENTFORpNVICEOFPROCESBWCAIIFORNIA,IPANINCIVIWAL CITY STATE - ZIP CODE
2800 E. LACRESYAAVE•, ANAHEIM, CA 02808
acqtx u66einsaiTbY!(77gpp��pIWWtltl
A90HIV,TPAVINO�ERVICE8 9o7 tnec0RPoannoN
17. BY eU81•ITnNO THIS 5TAIV49NT OP WFORVATION TO THE CALIFORNIA SECRETARY OF STAYS, THE CONORITION CERTIFIES THE INFORMATION
CONTAINS) HSAEW;INCWDINOAWATTACHdENT8,18TRUgMDCORREOT.
101014010 AFSHIN WIM A7 roRN,E,Yy---
DA! Of PlR80NCOYPLEYINa fORU , rnaa � I
SIaeO NaV01a01s1 e80 0 lPPROYEDEYSECRETARYOFBTATe
state of California
Secretary of state
Statement of Information
testIc Stock and Agricultural Cooperative Corporations)
FEES (Filing and Dlealoaure): $26,00.
If this Is an smanQmente eaO Instrucliona.
ONYX FAYINO COMPANY, INC.
GIM076
0808167
FILED
In the office of tiro aecrotary of State
of the staff of Californla
JAN-03 2020
The speaa far Poe➢ UH Or➢7
a
IStaleMon! Nota hNbie' a entIddreasofraeordleaP.O.Doxeddrias.6eelrohuotlors.heve eenanyo ri0 ee I f nomta on conyfnetl n f at temepl !melon file a ohorms sere rye, Or no i tatementof�pformation brie been pnYi9ualy 1l)ed, lhIsfirm must bt tomplehdin Its anllraty.thare bfftaeh he chfrw lR fnyofthe informaWn C6ntetnedIn the lsetStelement of BLOrmadm Medy4th theCelfornteewelery
f8lste, chedt as boA(nd proceed to Item 1Y.
Addnuas for the o"-"'n fk rid eDlHadste lM neme of thed . Ileme4sod6T6usotbeP.O. Boxes.
a. 61REUADDRESSOPPRWOIPALVECUrIVEOFFICa Cf1Y STATE LPOODE
e. S7AE6TADDRF9SOFPRNC(PAr.BUSINESSOFRCEINCILIFORNh41FANY CIT! STATE LPCODE
A ➢L"ADDAea30FOORFORk[ION,F01FP tNTTHANnnae CITY STATE MODE
NdliillaOaCaiPyylateA'tkaiiaeotlhopoliowtnngg fRce(e4(rhieepge6mmueu9(@eo➢Uwea' 'ro.Atom eildeor eeP606'
olM,erMa bia0dai'IianeveT Uro d IedllneeOn lAatomT mliStlxrtba Nlerea)
7, CH16FRUOVIMOUJOIRI - ADDRESS cv. STATE VOODE
6, SAM MY ADDRESS OIfY BTATR'. WOODS
R. Cf*FRN*OWLOFFICEP/ ADDRESS City STATE i1P000S
Nam9BendCompp(ReAddreeehao/AllDlreclore,Inoluing Mroclofs WhoAre Alai OR•kere (The wpOdeonmot have atleast ono'
dtrecbr. AaaNl addNaai ulfneueaa .
10. NANO ADDRESS ,r',gY STATE ZIPCO09
11. NAMa AOORBSS c" STATE MOODS
72 NAME ADDRESS -- _ T>nY SrAT6 LPCODE
13.—NUMbERCFVACAWOOOSTEBOAROOP&REOTOR8,IFAW-
.01PIODS4111 If This BOOM Iafn lndMduOl thaa0a01 mmt reside In Celfomra and him lA most to ooW,TlaladWlh a 081Mls tlreat
edariu, a P.O. Box at mu b not ecgplable. 111he ega d N snolher eoroorellm, the a�enl mua M1eve on fibsNlh the CeINaMa 6euetery of Stalo a
unMtnN rltb Ci'fo6iaC' tloaaCodeae'on INS and 1148116 mlNtbe k66 nk
1e. HAkeOPAOENT FOR 41AVIOE0F. PAOOE88
15. 6TRMTAObRB6SOPAGMTfOR6ERA090FPROCE611NCAUFORN10.1PAMINOMOUAL CITY aTATF LP CODE
00 W Oe
la. DE6Cf110ETHUYVF90FSUSNY660F THe CCRPORAnON
17. BY BUSMilTINO TNIS STATEMENT OF INFORMATION TO THE CALVORMA 6EORRTARY OR STATE, THE COArORiVON CERtfIEe THa INFORMATION
CONTAMe0H6RE1N,INGLUIN60ANY ATPACHNEMS,16 TRUE AND CORRECT.
0 iON020 ANABARDRARAYPON . OFFICE MANAOER10ONTROLLER
DATE ro 0 A I NT?aV9 0 F MIO.N0OMPLETIN0 rORH 61OuATVAE
es2w(RWOVf01 APPROMS.eY EORETAAYOP TA
T 1^ _ „1 0 'ifc 1 e '. '� a Egg-.0 :_'�