HomeMy WebLinkAboutCITY OF DIAMOND BAR FINAL PACKAGEl
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 $250,000 each qualify as similar for
this project.
1
Project Title LOCAL STREET REHAB PROGRAM
Contract Amount $1312987.00
Type of work STREETREPAIRS
Client CITY OF NORWALK
Agency Project Manager CITYCLERK Phone (562)929-5700
Date Completed 10/05/2023 % Subcontracted 0
2 . Project Title OMNIBUS CONCRETE REPAIR
Contract Amount $3700000.00
Type of Work REPLACEMENT OF DAMAGED AND DETERIORATED CONCRETE SIDEWALKS
Client CITY OFSANTAANA
Agency Project Manager CITY CLERK Phone (714)647-5400
Date Completed DECEMBER2023 % Subcontracted 0
3. Project Title ON CALL MAINTENANCE
Contract Amount $922,984.78
Type of work CONCRETE MAINTENANCE
Client CITY OF IRVINE
Agency Project Manager CITY CLERK Phone (949)724-6000
Date Completed 06/30/2023 % Subcontracted 0
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 is current financial condition.
Bidder's Signature
10
Each bidder shall possess a valid Contractor's License
issued by the Contractor's State License Board at the time
shall be
his/her bid is submitted. The class of license
applicable to the work specified in the contract.Ea f
bidder shall also have no less than three (3) Years
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 three (3) continuous years prior to the bid opening
date for this Project. The license used to recuired by the contract.
requis
irement shall be of same typ_ I
2. License classification shall be as required by the
contract specifications.
3. rs of experience
The Contractor shall have three (3) yea
in the construction of ADA compliant curb ramps and CDBG
work.
9. 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
1/2 of 1% of the prime contractor's total bid or ten thousand
dollars ($10,000.00)must be submitted
, whichever is greater,
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 for,,, applicable to the initial
submission of bid.
17. WORKER' S C0tvIPENSATI0II: 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
will comply with such
the provisions of that code, and I
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) clays or until posting by the successful bidder of
the Bonds required and return of executed copies of the
Agreement, whichever first occurs, at ohich 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 writte❑ contract with the City on the agreement form
provided, and shall secure all insurance and bonds as herein
provided within ten (10) clays 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 41 Article 4
lall
(commencing at #4380) Government Code, all specificationsrslever
be deemed to include the words "or equal", p"
that permissible exceptions hereto shall be specifically noted
in the specifications.
21. EMPLOYLdE19T 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
the Contractor shall
in the employment of apprentices; however,
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
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
the City satisfactory
Contract shall submit promptly to his
evidence showing the bidder's financial resources, plant
construction experience, and his organization and p
facilities available for the performance of the contract.
23. WAGE RATES: The Contractor and/or subcontractor shall pay wages
as indicated in the "lllotice Inviting Sealed Bids" section of
The Contractor shall forfeit as penalty
these specifications.
ed dollars ($200.00) for
to the City of Diamond Bar, two hundr
laborers, workmen, or mechanics employed for each calendar clay,
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 hire,
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.
29. PERMITS, FEES "ID LICEI9SES; 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 to
an to fully complete the project within
Proceed" of the City a
thirty (30) working days thereafter. Bidder must agree also to
pay as liquidated damages, the sum of seven hundred and fifty
dollars ($750.00) for each calendar day thereafter.
26. CLAIMS FILING AND PROCESSING: The CitV 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 9209. 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
the Claim. A Claim may include a Claim by a subcontractor or
13
a lower tier subcontractor meeting the requirements of Section
9204(d)(5). Within 45 clays 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
clays 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 cleemed rejected, the Bicicler 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.
274 COl9FLICT OF INTEREST: I❑ 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 involvecl.
1 �1
BIDDER'S PROPOSAL
CITY OF DIAMOND BAR
AREA 4 RESIDENTIAL NEIGHBORHOOD
ADA CURB RAMP IMPROVEMENT PROJECT
CDEG
PROJECT
NO.
602604-23
CIP
PROJECT
NO,
SI24104
Date IVI
To the City Council of the City of Diamond Bar:
The Ondersigned hereby declares:
a) That the only persons or parties interested in this proposal as
principals are the following:
CJ CONCRETE CONSTRUCTION, INC.
If the bidder is a corporation, give the Warne 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,�bot.h general
and detail, and the drawings attached hereto, and coimnunications
sent to him as aforesaid, and makes this proposal in accordance
therewith.
15
this bid is
ontracu
(f) That,
fperfoance ofaccepted
will
proposedwith th thewritten
ofc
for the mDiamond
Bar.
(g) That he proposes to enter into such Contract and to accept in full
payment for the work actually done thereunder the prices shown in
the attached schedule. It is understood and agreed that the
quantities set forth are estimates and that the unit prices will
apply to the actual quantities whatever they may be.
Accompanying this proposal is a certified or cashier's check or
bidder's bond, payable to the order of the City of Diamond Bar in
the sum of
BID BOND DOLLARS ( $ 10% OF AMOUNT BID)
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.
10142SHOEMAKER AVE
Address of Bidder
SANTA FE SPRINGS, CA 90670
City Zip Code
16
(562)777-2222
Telepho of Bidder
Sign ure of Bidder
BID SCHEDULE
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
AREA 4 RESIDENTIAL NEIGHBORHOOD
ADA CURB RAMP IMPROVEMENT PROJECT
CDBG PROJECT NO. 602604-23
CIP PROJECT NO. S124104
BASE BID SCHEDULE
ITEM
EST,
DESCRIPTION
UNIT
NO.
QUANT. UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
CONSTRUCTION STAKING AND
$7500.00
$72500,00
1
1 LS
MONUMENT PRESERVATION.
REMOVE EXISTING
IMPROVEMENTS AND CONSTRUCT
CURB RAMP PER SPPWC STD.
$7,000.00
$42,000.00
2
6 EA
PLAN N0, 111-51 INCLUDING
MOBILIZATION, TRAFFIC
CONTROL, AND PUBLIC
SAFETY.
REMOVE EXISTING CURB RAMP
OR SIDEWALK AND CONSTRUCT
$20.00
$1,900,00
3
95 SF
CONCRETE SIDEWALK PER
SPPWC STD PLAN 113-2 and
130-2.
THERMOPLASTIC TRAFFIC
STRIPING, PAVEMENT
$5,000,00
$5,000.00
4
1 LS
MARKINGS, AND CURB
MARKINGS.
BASE BID SCHEDULE ITEMS:
TOTAL AMOUNT (IN FIGURES)--�
$565400,00
BASE BID SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS):
FIFTY-SIX THOUSAND FOUR HUNDRED DOLLARS AND ZERO CENTS
ADD ALTERNATE SCHEDULE
UNIT
PRICE
AMOUNT
ITEM
NO.
ES`P.
QUANT.
UNIT
DESCRIPTION
WRITTEN IN WORDS
AA-1
4
E
REMOVE EXISTING
IMPROVEMENTS AND CONSTRUCT
CURB RAMP PER SPPWC STD.
$7,000.00
$28,000.00
ITEM
EST, DESCRIPTION
UNIT
N0,
QUANT, UNIT WRITTEN IN WORDS
PRICE
AMOUNT
PLAN NO, 111-5, INCLUDING
MOBILIZATION, TRAFFIC
CONTROL, AND PUBLIC
SAFETY.
_
REMOVE EXISTING CURB RAMP
OR SIDEWALK AND CONSTRUCT
AA-2
20 SF CONCRETE, SIDEWALK PER
SPPWC STD PLAN 113-2 and
$100,00
$2,000,00
130-2.
REMOVE EXISTING CROSS
21142 SF GUTTER AND RECONSTRUCT PER
$30.00
$64,260.00
AA-3
SPPWC STD. PLAN 122-3.
ADD ALTERNATE SCHEDULE ITEMS:
TOTAL AMOUNT (IN FIGURES)-+ L2$9!4j260t00
ADD ALTERNATE SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS):
NINETY FOUR THOUSAND TWO HUNDRED SIXTY DOLLARS AND ZERO CENTS
BASE BID + ADD ALTERNATE SCHEDULE ITEMS:
TOTAL AMOUNT (IN FIGURES)-+ $150,660.00
BASE BID + ADD ALTERNATE SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS):
ONE HUNDRED FIFTY THOUSAND SIX HUNDRED SIXTY DOLLARS AND ZERO CENTS
Bid Schedule Note: Bid Price indicated refers to al]. 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.
1 £3
\,
All work called for on the construction documents are to provide a
completed project with all systems operating properly and ready for
use.
The Contractor shall completely fill out the Bid Schedule including
Base Bid and Add Alternate. Award of the project shall be determined
based on the lowest responsible bidder. The lowest responsible bidder
shall be calculated on the sum of "Base Bid" only.
Accompanying this proposal is
BID BOND
(Insert "S 10%OF AMOUNT BID cash
"cashier's check", "certified check", or "bidder's bond" as
the case may be) in the amount equal to at least ten percent
(100) of the total bid.
n
The undersigned further agrees that in case of default i
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.
CJ CONCRETE CONSTRUCTION, INC. MAY 03, 2024
NAME OF BIDDER (PRINT) SIGNATURE DATE
10142 SHOEMAKER AVE
ADDRESS
SANTA FE SPRINGS 90670 (562)777-2222
CITY ZIP CODE TELEPHONE
720989 - A
STATE CONTRACTOR LICENSE N0. AND CLASSIFICATION
I declare under penalty of Perju of the laws of the State of California
that the representations made ein are true and correct in accordance
with the requirements of 1 ornia Business and Professional Code
Section 7028.15.
JOHN SARNO I PRESIDENT
CONTRACTOR SIGNATURE 0 AU HORIZED OFFICER
19
LIST OF SUBCONTRACTORS
BID OPENING DATE MAY Uu 2024
CDBG Project No, 602604-23
PROJECT ADA CURB RAMP IMPROVEMENT PROJECT NO, CIP Project No. SI24101
LOCATION AREA 4 RESIDENTIAL NEIGHBORHOOD
CLIENT CITY OF DIAMOND BAR
CONTRACTOR CJ CONCRETE CONSTRUCTION, INC.
Address Percent Specific
Name Under License CVof of oescription
tra No,
Office, Ma.i 1, Total
of
Subcontractor is or
Contract Subcontract
Licensed Shop
CASE LAND L5411 614N.ECKHOFF STREET SURVEYING
SURVEYING, INC. ORANGE CA92868 13%
5312 CYPRESS ST THERMOPLASTIC TRAFFIC
SUPERIOR PAVEMENT 776306 8% MARKINGS, AND CURB
MARKINGS INC CYPRESS CA 90630 MARKINGS
* In compliance with the provisions of the Public Contract Code
i4109, the undersigned bidder herewith sets forth the name,
Secton
location of the place of business, and California contractor
20
license of each Subcontractor - who will perform work or labor or
render service to the Prime Contractor, specially fabricates and
installs a portion of the work or improvement necessary to complete
construction contained in the plans and specifications, in an
amount in excess of one-half (1/2) of one percent (1°) 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 (0.5%)of the Prime
Contractors 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.
z1
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 177741; 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 Commlissioner 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 o❑ 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
22
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 MAY03_, 2024, at __LOSANGELES_______�place of execution)
SignatNre
Name: JOHN SARNO
Title: PRESIDENT
ldame of Contractor:
CJ CONCRETE CONSTRUCTION, INC.
23
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 1431 M 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 tine Bidder,
ever been
completing a fremoved,
state oto erlocal wise i>goveriunentrevented f 1O11o7 bC ddbeCcause of
violation of law or a safety regulation?
If the answer is yes, explain the circumstances in the following space:
STATEMENT
In conformance with Public Contract Code Sethatn o02more tlthan onafinal
hereby states under penalty of perjury,
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:
Questionnaire.
Bidders are cautioned that makin a false certifiea
subject the certifier to criminal prosecution.
GA
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification ADA CURB KAMFIMPROVEMENTS
CDBG Project No 602604-23 & CIP Prolect No. S124101
Bid Date MAY 06, 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
surrounding any and all fatalitCeUR
attached of the circumstances
RENT
ITEM 3 CALENDAR YEARS YEAR
PRIOR TO CURRENT YEAR
�mt 2022 2023 1 TOTAL 2024
No. of Contracts w I V "'
Total dollar amount of 10MM 14MM 20MM 441VIM 30MM
contracts in 1,000's
No. of lost workday 00 00 00 00 00
cases
No, of lost work day
cases
involving permanent 00 00 00 00 00
transfer to
another job or
termination of
No. of lost workda s cU -
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 unde penalty of perjury that the
information is true and accurate w t in the limitations of these
records. A
CJ CONCRETE CONSTRUCTION INC.
Name of Bidder (Print
10142 SHOEMAKER AVE.
Address
SANTA FE SPRINGS, CA 90670
City Zip Code
7209891 A —
State Contractor's Lic. No. & Class
(562)777 2222
Telephone
25
AFFIDAVIT FOR CO -PARTNERSHIP FIRM
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
being first duly
swornI deposes and says:
That he is a member of the co -partnership firm designated as
which is the party making the foregoing proposal or bid; that such 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
Signature of Officer Administering Oath
(Notary Public)
26
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
sloviV✓) s yv�vo being first
duly sworn, deposes and says:
That he is �lr2s 1 p�R�✓1T
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 contra for himself or for any
other person.
Subscribed and sworn
to before me this
5t"
pU0.1FEL OA0.CIA
Notary Pu 0 & • G111ern4 ■
3 Los Any�IN County S
i Commlssloif DH 1771
.2
My Comm. Fapires Dec 17, tOt6
Sign
day of ✓1'�v,
Signature of Of
27
cer Administering Oath
(Notary Public)
AFFIDAVIT FOR INDIVIDUAL BIDDER
STATE OF CALIP'ORNIA )
)SS
COUNTY OF LOS ANGELES )
being first
duly sworn, deposes and says:
That he is the party making the foregoing proposal or bid; that
such bid is genuine and not collusive 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)
2II
AFFIDAVIT FOR JOINT VENTURE
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.
Subscribed and sworn
to before me this
Signature
20
Signature of Officer Administering Oath
(Notary Public)
BOND No.
7.9
f it
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:
WHEREAS
AREA 4 RESIDENTIAL NEIGHBORHOOD
ADA CURB RAMP IMPROVEMENT PROJECT
CDBG PROJECT NO. 602604,23
CIP PROJECT N0. SI24104
Ci Concrete Construction, Inc.
10 m/. Shoemaker Ave, Santa Fe Springs, CA
(Name and address of Bidder)
("Principal"), desires to submit a bid to Public Agency for the work.
WHEREAS, bidders are
Public Contract Code
bid.
required under the provisions of the California
to furnish a form of bidder's security with their
NOW, THEREFORE, we, the undersigned Principal, and
Merchants Bonding Company (Mutual)
P O Box 14498, Des Moines, AZ 50306
(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 Amount Bid
Dollars ( $ 10% Of AmOUnt B�C� being not less than ten percent (10 0 ) 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
null and void; otherwise, it shall be and remain in full force and
effect.
39
In case suit is brought upon this
all court costs incurred by City in
fees in an amount fixed by the
provisions of California Civil Code
bond, Surety further agrees to pay
the suit and reasonable attorneys'
court. Surety hereby waives the
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: April 24, 2024
"Principal" "Surety"
CJ Concrete Construction, Inc. Merchants Bonding Company (Mutual)
By:
By:
Note: This bond must be dated,
evidence of the authority
fact must be attached.
By; Ted H Rarrick , Attorney�in-'fact,
Its
IHl.V_Y 1 �tiQLl�
Its
all signatures must be notarized, and
of any person signing as attorney -in -
(Seal) (Seal)
35
CALIFORNIA ALL= PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity
of the individual who signed the document to which this certificate is attached,
and not the truthfulness accuracy, or validity of that document.
State of Coi y n i c�) }
County of 1=� �CJ }
On 4M.v%,A (01202, before me, Y1nWAy U�+ �'✓� P��li c�
risen name and uue or ,de v„ ,M )
personally appeared �D l^ Y7 `�+✓n�
who proved to me on the basis of satisfactory evidence to be the person(s) whose
name(g) is/awsubscribed to the within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized capacity(ieA), and that by
his/het/thsir-signature(p�-on the instrument the person(s), or the entity upon behalf of
which the person(iV�acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
+MAISELRCIA
7 Notary Public -Califlifarnla
WITNESS my hand and official seal. c;osAngelesmmission i.i;vt
Ay Comm. Expires Dec 17, l076
Not Public signature(Notary Public Seal)
OF THE ATTACHED DOCUMENT
(Title or description of attached document)
of Pages _Document Date
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
ElCorporate Officer
2015 Version www.NolaryClasses.cola 800-873-9865
INSTRUCTIONS FOR COMPLETING THIS FORM
regm-diug notary wor
State of Arizona
County of MariCopa
On this 24.'h day of April 20 24 before me
personally appeared Ted H Rarrick
personally known to me or proved to me on the basis of satisfactory evidence to be the persons)
whose name(s) is/are subscribed to the foregoing instrument and acknowledged to me that
he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s)
on the instrument the person(s), or the entity on behalf of which the person(s) acted, executed the
instrument.
By:
tary P II
Jennifer Castillo
ary ublic-ARIZONA y Commission Expires:
MARICOPA COUNTY
Commission No. 603879
:ommiss
ion Expires May 16, 2025 May 16, 2025
MERCHANTS
BONDING COMPANY,,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
Brandon McKee; Brian R Sawyer; Chrystal Hedges; David J McKee; Jennifer Castillo; Joseph A Clarken III; Melanie Ankeney; Patrick R Hedges;
Ted H Rarrick
their true and lawful Attorney(s)-in-Fact, to sign its name as surely(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
he Board
This Power -of -Attorney is granted and Is signed and sealed by facsimile under and by authority of the following By -Laws adopted f tPower-of-Attorneyof Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of
Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seat of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed:"
In connection with obligations In favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the Slate of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked untess prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 16th day of April . 2024
MERCHANTS BONDING COMPANY (MUTUAL)
y o 'p"p�g160 •, �.�p?O\pf'Ogg4 0 MERCHANTS
MERCHANTS NATIONAL I INDEMNITY COMPANY
� r :� �.<�
o
: :OWN cBsi yY0 Vol
�!d.� •.. ..: �1:1 , d(t00f r'., : \1 President
11
STATE OF IOWA • ••1"f '••...•'
COUNTY OF DALLAS ss.
On this 16th day of •I •rApril,l'1' 2024 before me appeared Larry Taylor, to me personally known, who being by me duty sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors. _,sa
hPatA<S Penni Miller
O � Commission Number 757952 _
MY Commission Expires /
IOWP January 20, 2027 .� \ { - Norarrj B b
(Expiration
of notary's commission does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, t have hereunto set
-o-
2003
POA 0018 (1/24)
hand and affixed the seal of the Companies on this 241h day of
.. .S.�NN fn:1.
Secretary
April 2024
,
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.
TITLE OF OFFICER �I�IING JOHN SARNOIPRESIDENT
SIGNATURE
DATE MAY 03, 2024
Please include) �ny additional information available regarding equal
opportunity employment programs now in effect within your company:
36
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 proposed subcontractor hereby certifies that
he has has not participated in a previous contract or
subcontract subject to the Equal Opportunity Clause, as required by
Executive Orders 10925, 11114, or 11246, and that he has has 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.
CJCONCRETE
(COMPANY)
BY:
PRESIDENT
(TITLE)
DATE: MAY06 2024
D10TE: The above certification is required by the Equal Employment
Opportunity Regulations of the Secretary of Labor (91 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
d
a previous contract or subcontract subject to the Executive Orders an
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.
37
NON -COLLUSION
DECLARATION
TO
BE EXECUTED BY BIDDER
AND SUBMITTED
WITH BID)
The undersigned declares:
I am the PRESIDENT of CJCONCRETECONSTRUCTION,ING 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 If
4 [date], at
-- U$ANSzELE$[city], -CA__ [sta
C_J_CONCRETE _CONSTRUCTION, INC___Business Name Signatur (must be notarized)
10142 SHOEMAKER AVE. SANTA FE SPRINGS CA 90670
Business Address
Attach Notary Acknowledgement Form to this form when submitting
38
CALIF®RNIA ACKNOWLPDGMPNT
CIVIL CODE § 1189
`ki3F34`d4"rr � � � x;ter�3 f, „f`3tt F^ti
Anotary 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 On ✓ k;lj Ge ( %AfJ before me, YY)Ap `ilr d jq=y iKie Ky4tw>„r.( F✓lo,1 i a -
-Date Here Insert Name and Title of the Office
personally appeared �dht1 5:)t✓no
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the persons) whose name(a) is/ate subscribed
to the within instrument and acknowledged to me that he/sWe/they executed the same in his/her/their
authorized capacity(iex} and that by his/heT/theit signature(*on the instrument the person(A), or the entity
upon behalf of which the person(93 acted, executed the instrument.
I certify under PENALTY OF PERJURY under the
Ia Holnry Public • CaliforniaW0.CIA laws of the State of California that the foregoing
coosA.°aosCounty1 _ paragraph is true and correct.
My Comm. Expires Dec 17, 3@6 WITNESS my hand and official seal.
Place Notary Seal and/or Stamp Above Signature of Notary Public
Completing
this information can
deter
alteration of the document or
fraudulent
reattachment of this
form
to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signers) Other Than Named Above:
Capacity(ies) Claimed by Signers)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner— ❑ Limited ❑ General
❑ Individual ❑Attorney in Fact
❑ Trustee ❑Guardian or Conservator
❑ Other:
Signer is Representing:
IT I
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual Cl Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing: