HomeMy WebLinkAboutDiamond Bar - Area 4 Curb Ramps - CTT Proposal DocsBIDDER'S PROPOSAL
CITY OF DIAMOND BAR
AREA 4 RESIDENTIAL NEIGHBORHOOD
ADA CURB RAMP IMPROVEMENT PROJECT
CDBG PROJECT NO. 602604-23
CIP PROJECT NO. SI24104
Date May 3rd , 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:
CT&T Concrete Paving Inc.
Jose Carvajal, President & Secretary
Jackie Carvajal, Treasurer
(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.
(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
Ten Percent of Total Bid Amount DOLLARS ($ 10% of Total Bid Amt )
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.
324 S. Diamond Bar Blvd, PMB 275
Address of Bidder
Diamond Bar, CA 91765
City
Zip Code
16
909-629-8,000
Tele , 0 =ne of Bidder
oS1 "ature 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. SI24104
BASE BID SCHEDULE
ITEM
EST.
DESCRIPTION
UNIT
NO.
QUANT.
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
1
1
LS
CONSTRUCTION STAKING AND
c
! d,�Jo �.�i0
MONUMENT PRESERVATION.
REMOVE EXISTING
IMPROVEMENTS AND CONSTRUCT
CURB RAMP PER SPPWC STD.
2
6
EA
PLAN NO. 111-5, INCLUDING
jj,Zg10• ✓
1�T 740'
MOBILIZATION, TRAFFIC
CONTROL, AND PUBLIC
SAFETY.
REMOVE EXISTING CURB RAMP
OR SIDEWALK AND CONSTRUCT
3
95
SF
CONCRETE SIDEWALK PER
SPPWC STD PLAN 113-2 and
130-2.
THERMOPLASTIC TRAFFIC
4
1
LS
STRIPING, PAVEMENT
3� 30
MARKINGS, AND CURB
MARKINGS.
BASE BID SCHEDULE ITEMS:
TOTAL AMOUNT (IN FIGURES)->
BASE BID SCHEDULE TOTAL AMOUNT (WRITTEN
IN WORDS) :4,' -Th r"- Th-coUSGt,,4 J
t �Vi�OL1r�[ N�) -"�d�1 h u f {_%t'.I CA'
ADD ALTERNATE SCHEDULE
ITEM
EST.
DESCRIPTION
UNIT
NO.
QUANT.
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
REMOVE EXISTING
AA-1
4
EA
IMPROVEMENTS AND CONSTRUCT
CURB RAMP PER SPPWC STD.
17
ITEM
EST.
DESCRIPTION
UNIT
NO.
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 1
AA-2 20 SF CONCRETE SIDEWALK PER �I • 3 �Z , 1�U
SPPWC STD PLAN 113-2 and
130-2.
REMOVE EXISTING CROSS
AA-3 2, 142 SF GUTTER AND RECONSTRUCT PER �J
SPPWC STD. PLAN 122-3. i f
ADD ALTERNATE SCHEDULE ITEMS:
TOTAL AMOUNT (IN FIGURES) ->
ADD ALTERNATE SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS): pya HySiGVe-4-
bA
BASE BID + ADD ALTERNATE SCHEDULE ITEMS:
TOTAL AMOUNT ( IN FIGURES) --> ,
Z27; 5v2.. �z
BASE BID + ADD ALTERNATE SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS):
Two Hv ii(WA fluy5/tm/i H%i n vim( 4- A.vv
17o \ "w� TkA v �1- Tw a Cats
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.
18
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 Bidder's Bond
( Insert "$ 10% of Total Bid Amt 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.
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.
CT&T Concrete Paving Inc.
NAME OF BIDDER (PRINT)
324 S. Diamond Bar Blvd, PMB 275
ADDRESS
Diamond Bar, CA
11MONAVIL4120
91765
05/05/2024
DATE
909-629-8000
CITY ZIP CODE TELEPHONE
875627, Class A, C8, 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 ,7A8/1,T.
SIGNATURE OR AUTHORIZED OFFICER
19
LIST OF SUBCONTRACTORS *
BID OPENING DATE 05/06/2024
PROJECT CDBG Area 4 Curb Ramp Project PROJECT No. 602604-23 / S124101
LOCATION Diamond Bar, CA
CLIENT City of Diamond Bar
CONTRACTOR CT&T Concrete Paving Inc.
Name Under
Which
Subcontractor
is
Licensed
License
No.
Address
of
Office, Mail,
or
Shop
Percent
of
Total
Contract
Specific
Description
of
Subcontract
Cat L'om
L s y 11
I q N. i�K' f- S'
5 v r V
��xi4p �o
3
L4 3 U60 0- Z d V-�'(
13
'1/1
-F &wTKt, cA �4s5
* In compliance with the provisions of the Public Contract Code
Section 4104, the undersigned bidder herewith sets forth the name,
location of the place of business, and California contractor
20
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 (1o) 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.
21
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
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
California that
of May 6th
penalty of perjury
the foregoing is true
2024, at Pomona, CA
under the laws of the State of
and correct. Executed this day
(place of execution).
g' t re
Name: JL (a�NUCt�
Title: 7y o' aj
Name of Contractor:
23
CT&T Concrete Paving Inc.
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 X
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 portion
thereof shall also constitute signature of this Statement and
Questionnaire.
Bidders are cautioned that making a false certification may
subject the certifier to criminal prosecution.
24
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification CDBG Area 4 Curb Ramp Project
CDBG Project No. 602604-23 & CIP Project No. S124101
B i d D a t e 05/06/2024
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
attached of the circumstances surrounding anv and all fatalities.
ITEM
3 CALENDAR YEARS
CURRENT
PRIOR TO CURRENT YEAR
YEAR
2021
2022
2023
TOTAL
2024
No. of Contracts
15
16
23
54
Total dollar amount of
contracts in 1,000's
10884908
14101141
14420488
39406537
No. of lost workday
1
1
0
2
0
cases
No. of lost work day
cases
0
0
0
0
0
involving permanent
transfer to
another job or
termination of
employment
No. of lost workdays 1
1
1
0
2 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
to me at this time and I declare
information is true and accurate
records.
CT&T Concrete Paving Inc.
Name of Bidder (Print
324 S. Diamond Bar Blvd, PMB 275
Address
Diamond Bar, CA 91765
from the records that are available
under penalty of perjury that the
within limitations of these
igna ure
875627, Class A, C8, C12
State Contractor's Lic. No. & Class
909-629-8000
City Zip Code Telephone
25
AFFIDAVIT FOR CO -PARTNERSHIP FIRM ' jjl�
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
being first
sworn, deposes and says:
That he is a member of the co -partnership firm designated as
duly
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)
26
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Jose Carvajal being first
duly sworn, deposes and says:
That he is President & Secretary
of, CT&T Concrete Paving 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 contracts for himself or for any
other person. �, //�
A
Subscribed and sworn
to before me this
ALL day of
, 2 0 ✓ "-/
Signature of Officer Administering Oath
(Notary Public)
A notary public or other officer completing this
certificate verifies only the identity of the indi-
vidual who signed the document to which this
certificate is attached, and not the truthfulness,
accuracy, or validity of that document.
DANIELA. BUTLER
Commission # 2402807
Notary Public - California
Los Angeles County
My Comm. Expires M
27 ay 2, 2026
AFFIDAVIT FOR INDIVIDUAL BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
duly sworn, deposes and says:
Na
, 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)
28
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
day of
Signature
20
Signature of Officer Administering Oath
(Notary Public)
BOND No.
29
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 4 RESIDENTIAL NEIGHBORHOOD
ADA CURB RAMP IMPROVEMENT PROJECT
CDBG PROJECT NO. 602604-23
CIP PROJECT NO. SI24104
WHEREAS CT&T Concrete Paving, Inc.
324 S. Diamond Bar Blvd., PMB 275, Diamond Bar, CA 91765
(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
Contractors Bonding and Insurance Company
9025 N. Lindbergh Drive, Peoria, IL 61615
(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 Bid Amount
Dollars ( $ 10.0% of Bid Amount) , 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.
34
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: May 3, 2024
"Principal"
"Surety"
CT&T Concrete Paving, Inc. Contractors Bonding and Insurance Com
By:
Y
M
Its
Note: This bond must be dated, all signatures must be notarized, and
evidence of the authority of any person signing as attorney -in -
fact must be attached.
(Seal) (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 California
County of Los Angeles
before me, Daniel A. Butler, A Notary Public
(Here insert name and title of the officer)
personally appeared -TO-se- Lc r-Ve'K� C ,
who proved to me on the basis of satisfactory evidence to be the person(s) whose
name() Is are subscribed to the within instrument and acknowledged to me that
the/they executed the same in Is er/their authorized capacity(ies), and that by
Is er/their signature() on the instrument the person(s), or the entity upon behalf of
which the person(s-) acted, executed the instrument.
certify under PENALTY OF PERJURY Linder the laws of the State of California that
the foregoing paragraph is true and correct.
$~' DANIELA. BUTLER
WITN SS my hand and official seal./N/ ` ~'" commission #2402807
oo
r
y.v Notary Public - California can
Los -Angeles County
My Comm. Expires May 2, 2026
Notary Public Signature (Notary Public Seal)
ADDITIONAL OPTIONAL 1NFORN1A`il"dOb'
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages Document Date
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
www.NotaryClasses.coni 800-873-9865
INSTRUCTIONS FOR COMPLETING "1�111S FORM
phis fain contplie.s with cru-reir( California statutes regal -ding 1101nrI, trorcfing and,
!1 needed, should be completed and attached to the doctone nt. Acknoirledginenfs
fin other slates mqv be completed for docwnews being sent to that state so long
as the wording does not require the California noary to violate Ccdi%ornht notarp
low.
• Slab and Couuly infurmUlion mist be the State and Count-' whcrc the clocumcnl
signcr(s) personally appeared before the uolary public fill acknuwlcdmenl.
• DdtC oh nolariz ltion must be the date that the signcr(s) personall� appeared which
milt iilso he the same date the ack1low1Cd,mcnt is omipleled.
• 'I he Motor% public must print his or her name as it appears within his or her
Conuuission lolluwed by it comma and then your title (notary public).
• Print the nanw(s) of document signcr(s) svho personally appear at the time ill'
notarization.
• Indicate the correct .sin,ular or plural lorms by crossing off incorrect foams (i.e.
Ite/shc'tlxt- is l;t t) or circlin the correct limns. Pailure to correctly indicale Ibis
information may lead to rcjcction ofdocumcnl recording.
• The not.u'y seal impression must be clear and photoglaphicrilly rcproducihlc.
Impression mm.il nut cover ICXI ur lines. II seal impression smud,cs- rc-seal if a
sufficient area lick In olhencisc complete it dillcrcnt acknusslcdgment loan.
• Si-'nalurc of the notnry public must match the siLlialurc on talc with the office or
the C01.111lN' clerk.
Addilional inloll;uion is nut rCyuirCd but could help to cnsurc this
aCknossled,utcnl is not misused or anached to it dilTercnl document.
Indicalu title ol. ll'pc ufalutchCd ducumcnt, number ul'pagCs and dale.
Indicale the capacill, claimed by the siuflcr. Ir the claimed capacity is a
corporate ollicur. indicate the title (i.e. CI{O, CFO) Scerctanv).
• 5ccurcly attach ibis ducumcnt Ut the signed documcnf with a staple.
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 T G 3 ZV4 before me, Thao Nguyen Luu Notary Public,
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Irene Luong
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies),
THAO NGUYENLUU
and that by his/her/their signature(s) on the instrument the
NotaryPublic- California
person(s), or the entity upon behalf of which the person(s)
Z = Orange County
acted, executed the instrument.
Commission a 2453804
My Comm. Expires Jul 18, 2027
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 _�---_
Place Notary Seal Above
Signature of Notary Public
OPTIONAL
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 the form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: _
❑ Individual
❑ Corporate Officer--Title(s):_
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Number of Pages:
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s):
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
RLI Insurance Company
Contractors Bonding and Insurance Company
9025 N. Lindbergh Dr. Peoria, IL 61615
Phone: 800-645-2402
Know All Men by These Presents:
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and
together, the "Company") do hereby make, constitute and appoint:
Yune T. Mullick, James W. Moilanen, P. Austin Neff Irene Luong Emilie George Danielle Hanson Christine Woolford Alexander R.
Holsheimer, jointly or severally
in the City of Mission Viejo , State of California its true and lawful Agent(s) and Attomey(s) in Fact, with
full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all
bonds and undertakings in an amount not to exceed Twenty Five Million Dollars
( _$25,000,000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been
executed and acknowledged by the regularly elected officers of the Company.
RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the
following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of
the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board
of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint
Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate
seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The
signature of any such officer and the corporate seal may be printed by facsimile."
IN WITNESS WHEREOF the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have
caused these presents to be executed by its respective Vice President with its corporate seal affixed this 15th day of
February 2023 .
RLI Insurance Company
ono"�^Nb rose°,, CCp`' Contractors Bonding and Insurance Company
OR_A rF •••m�:. ��:`•Gi3RPQRq p¢,:9�'.s A.
_(-'p%�`�/}__�,_I
` A/ • K /
y. SEAIa�;F SEAL. = By:
Barton W. Davis Vice President
�i]
State of Illinois tCINO `'` ,. 'r`%� It" f1II1`10,
SS
County of Peoria J
CERTIFICATE
On this I5th day of February , 2023 , before me, a Notary Public,
personally appeared Barton W. Davis , who being by me duly sworn,
acknowledged that he signed the above Power of Attorney as the aforesaid
officer of the RLI Insurance Company and/or Contractors Bonding and
Insurance Company and acknowledged said instrument to be the voluntary
act and deed of said corporation.
By:
Catherine D. Geiger U Notary Public
CATHERINE D. GEIGER
[It9NOTARY OFFICIAL SEAL
Notary Public - State of Illinois
My Commission Expires
December 05, 2026
I, the undersigned officer of RLI Insurance Company and/or
Contractors Bonding and Insurance Company, do hereby certify
that the attached Power of Attorney is in full force and etTect and is
irrevocable: and furthermore, that the Resolution of the Company as
set forth in the Power of Attorney, is now in force. In testimony
whereof. I have hereunto set my hand and the seal of the RLI
Insurance Company and/or Contractors Bonding and Insurance
Company this 3rd day of MaV , 2024 .
RLI Insurance Company
Contractors Bonding and Insurance Company
By: 4 n:!"q 13
Jeffrey DCYickU Corporate Secretary
0456659020212
A0058D19
No. 3000-7
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State ofCalfirnia,
Contractors Bonding and Insurance Company
of Illinois, organized under the laws oflllinots, subject to its Articles ofincorporation or other fundamental
organizational documents, is hereby authorized to transact within this State, subject to all provisions ofthis
Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability,
Boiler and Machinery, Burglary, Sprinkler,
Team and Vehicle, Automobile, Legal, and Miscellaneous
as such classes, are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of airy, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 20h day of March,
2015, I have hereunto set my hand and caused my official seal to be
affixed this 20" day of March, 2015.
Dave Jones
tnsarnnce Commissia,er
i
By Valerie Sarfaty
for Nettie Hoge
Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
issuance of this Certificate of Authority, Failure to do so will be a violation of Insurance Code section 70] and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
9906730,1
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 CT&T Concrete Paving Inc.
TITLE OF OFFICERe,SIN Pr Sident
SIGNATURE
DATE 05/06/2024
Please include any additional information available regarding equal
opportunity employment programs now in effect within your company:
91
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF
PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE
EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS
The bidder X , proposed subcontractor , hereby certifies that
he has X , 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 X
, 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.
CT&T Concrete PaVNLQ Inc
(COMPAN
BY
President
(TITLE)
DATE: May 6th , 2024
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.
37
NON -COLLUSION DECLARATION
(TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID)
The undersigned declares:
I am the President
the foregoing bid.
of CT&T Concrete Paving Inc.
the party making
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
California that
declaration is
Pomona
CT&T Concrete Paving Inc.
Business Name
penalty of perjury under the
the foregoing is true and
executed on May 6, 2024
[city], CA [state].
laws of the State of
correct and that this
. Z [date], at
Signa LL of/Bidder (must be notarized)
324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765
Business Address
Attach Notary Acknowledgement Form to this form when submitting
M
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 California
County of Los Angeles
On Zd Z before me, Daniel A. Butler, A Notary Public
(Here insert name and title of the officer)
personally appeared �osz �aNe -A- ------ who proved to me on the basis of satisfactory evidence to be the person(s) whose
name(&) Is are subscribed to the within instrument and acknowledged to me that
the/they executed the same inilDsher/their authorized capacity(ies), and that by
t Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
zc!', DANIEL A. BUTLER
WITNESS my hand and official seal. Commission # 2402807
( I Notary Public - Califomia �
Los Angeles County
L' C /� My Comm. Exgres May 2, 2026
Notary Public Signature (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages _ Document Date
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
www.NotaiyClasses.com 800-873-0865
INS'I'RUCTIONS FOR COMPLETING '1 1 I1S FORN1
ThisJbrnr complies with cra-rent Cali/oiwict stottctes regarding nolai v irot•ding arrd,
i/needec(. shouhl be conrpleled and attached to the clocmnent. Acknoirledgmenis
l-om other states mcr11 he coinpletecl for documents being sent to Thal stole so long
as the hording cloes ool require the Califw nia notori, to violate CaliJorow nomr}Y
lair.
• SWIC anti COMM' intixnwlion mint be the State and Count)where the document
siulncr(,) personally apprtrcd beliire the uulary public lur acklioivlcd!"nicnt.
• I)atc of notarization mmist he the date that the siLnler(s) pct:wnally appeared which
must also be the sae dale the ackuovvlcdenient is completed.
• 'fhe notary public ]])List print his ur her Millie as it appears within his or her
couwiission lullowed by a comma and then your title (notar)' public).
• print the nanle(s) ol. docunicnt signer(s) itilo personally appear at the lime ol,
notarization.
• Indicate the correct singulm' or plurill farms by crossing off incorrect lurnis (i.e.
fie/she/e is h+re) or circling the correct forms. Failure to correctly indicate this
inlimnalion may lead to reicction ofdocunicnt recording.
• The notary seal impression Mnlsl he clear and photogruphicelh' reproducible.
Impression Mrust not cover legit or lines. If seal impression snuiClgcs, rc-scut if a
sull'icicnt area permits, otherwise complete a dillcicnt acknowfedgnient lornl.
• .Signature uhthe Mutary public must match the signature oil lile with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowlcdenicnl is nut misused ur attachcCI to a dif7crcnt Clucunicnt.
Indicate title or type of attached docunicnt, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is it
corporate officer. indicate the title (i.e. CI�:O. CH), Secretary).
• .Scau'cly attach this docunicnt to the signed docunicnt with a slaPle.
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.
l . Project Title FY22-23 Concrete Improvements Project
Contract Amount $1,571,233.00
Type of Work Sidewalk, Curb & Gutters, Bus Pads, &ADA Ramps
Client City of Monterey Park
Agency Project Manager Peter Shiau
Date Completed 11/28/2023
Phone 626-877-1928
Subcontracted
2. Project Title Concrete Rehabilitation Project FY 22-23
Contract Amount $471,295.00
Type of Work R/R Sidewalk, Curb & Gutters, and ADA Ramps
Client City of Rancho Cucamonga
Agency Project Manager Kenneth Fung Phone 909-477-2730, ext. 4139
Date Completed11/28/2023 o Subcontracted 0
3. Project Title ADA Curb Ramp Improvements
Contract Amount $651,300.00
Type of Work R&R of ADA Curb Ramps
Client City of Moreno Valley
Agency Project Manager Quang Nguyen Phone 951-413-3159
Date Completed 08/30/2022 o Subcontracted 0
NOTE: If requested by the City, the bidder shall furnish a certified
financial statement, reference0aninformation sufficiently
comprehensive to permit an apprarrent financial condition.
Bidder's Signature
10
NOTICE TO BIDDERS
COMMUNITY DEVELOPMENT BLOCK GRANT
(CDBG)
COMPLIANCE DOCUMENTS FOR CONSTRUCTION CONTRACTS of LESS Than $200,000
A Bidder is required to familiarize itself with the information provided on the following pages. Failure to
comply with and/or meet the requirements may result in a bid being determined incomplete or non-
responsive.
A bidder is required to submit the following Compliance forms with its Bid Proposal:
1: County Lobbying Certification
L 2: Request for Additional Classification and Rate
I.._ 3: Contractor's List of Proposed Subcontractors
( 4: Worker's Compensation Certification
IJ 5: Non -Segregated Facilities Certification
a 6: Past Performance Certification
7: Notice of Equal Employment Opportunity Commitment
8: Non Collusion Declaration
f 9: Federal Lobbying Certification
COUNTY LOBBYIST CODE CHAPTER 2.160
COUNTY ORDINANCE NO. 93-0031
CERTIFICATION
Name of Firm: CT&T Concrete Paving Inc.
Address: 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765
State: CA Zip Code: 91765
Telephone Number: ( 909 ) 629-8000
Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the
Los Angeles County Development Authority (LACDA).
1) It is understood that each person/entity/firm who applies for a Los Angeles County
Development Authority contract, and as part of that process, shall certify that they are familiar
with the requirements of the Los Angeles County Code, Chapter 2.160 (Los Angeles County
Ordinance 93-0031) and;
2) That all persons/entities/firms acting on behalf of the above named firm have and will comply
with the County Code, and;
3) That any person/entity/firm who seeks a contract with the Los Angeles County Development
Authority shall be disqualified therefrom and denied the contract and, shall be liable in civil
action, if any lobbyist, lobbying firm, lobbyist employer or any other person or entity acting on
behalf of the named firm fails to comply with the provisions of the County Code.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into contract with
Los Angeles County and the Los Angeles County Development Authority.
Authorized Official:
CT&T Concrete Paving Inc.
05/06/2024
(Contractor/Subcontractor)
(Date)
By:
(Signature)
President
(Title)
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
HUD FORM 4230A
REPORT OF ADDITIONAL CLASSIFICATION AND RATE
OMB Approval Number2501-0011
(Exp. 8/31/2022)
1. FROM (name and address of requesting agency)
2. PROJECT NAME AND NUMBER
N�
3. LOCATION OF PROJECT (City, County and State)
4. BRIEF DESCRIPTION OF PROJECT
5. CHARACTER OF CONSTRUCTION
❑ Building ❑ Residential
❑ Heavy ❑ Other (specify)
❑ Highway
6. WAGE DECISION NO. (include modification number, if any) DATE of WAGE DECISION:
7. WAGE DECISION EFFECTIVE
DATE (LOCK -IN):
❑ COPY ATTACHED
8. WORK CLASSIFICATION(S)
HOURLY WAGE RATES
BASIC WAGE FRINGE BENEFIT(S) (if any)
9. PRIME CONTRACTOR (name, address)
9a.
10. SUBCONTRACTOR/EMPLOYER, IF APPLICABLE
(name, address)
❑ Agree
❑ Disagree
9b. SIGNATURE
DATE
Check All That Apply:
❑ The work to be performed by the additional classification(s) is not performed by a classification in the applicable wage decision.
❑ The proposed classification is utilized in the area by the construction industry.
❑ The proposed wage rate(s), including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in
the wage decision.
❑ The interested parties, including the employees or their authorized representatives, agree on the classification(s) and wage rate(s).
❑ Supporting documentation attached, including applicable wage decision.
Check One:
❑ Approved, meets all criteria. DOL confirmation requested.
❑ One or more classifications fail to meet all criteria. DOL decision requested.
FOR HUD USE ONLY
LR2000:
Agency Representative Date
Log in:
(Typed name and signature)
Log out:
Phone Number
HUD4230A (8-19) PREVIOUS EDITION IS OBSOLETE
0
sr
Z
0
4
UJ
04
0'(
ce "
IL 1(
LL c
0 t
_j
0 t
t
gU E
z
0
u
0
LU
C/)
n
LU
m
0
Lf)
LU
ru
0
u
E
PC.
q
u <
0
'd
I Q)
1
.
15 L
0J Z u
LU
ZL
(U
9
-0
E Z
z
CL
(D
0
0
cc
-"I
Q)
E
fu
IB
CL
E
0
u
fu
0
WORKER'S COMPENSATION CERTIFICATION
I certify, by my signature below, that I am aware of the provisions of Section 3700 of the
California Labor Code. §3700 requires every employer be insured against liability for
worker's compensation or to undertake self-insurance in accordance with the provisions of
that code. I further certify that I will comply with such provisions before commencing the
performance of the work of this contract.
Date: 05/06/2024
Project Number: 602604-23
Project Name: CDBG Area 4 Curb Ramp Project
Company Name: CT&T Concrete Paving Inc.
Address: 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765
Print Name: Jose Carvajal
Title: Pres
Signature;
NON -SEGREGATED FACILITIES CERTIFICATION
Federally Assisted Construction Projects
The federally assisted construction contractor certifies that he/she DOES NOT and WILL NOT:
Maintain or provide, for his/her employees, any segregated facilities at any of his/her
establishments.
2. Permit his/her employees to perform their services at any location, under his/her
control, where segregated facilities are maintained.
The federally assisted contractor agrees that a breach of this certification is a violation of the Equal
Opportunity Clause in this contract. As used in this certification, the term segregated facilities means any
waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks,
locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing facilities provided for employees which are segregated
by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because
of habit, local custom, or otherwise.
The federally -assisted contractor agrees that (except where he/she has obtained identical certifications
from proposed subcontractors for specific time periods) he/she will obtain identical certifications from
proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity Clause, and that he/she will retain such certifications in
his/her files.
NOTE: The penalty for making false statements in offers are prescribed in 18 U.S.C. 1001.
Date: 05/06/2024
Company: CT&T Concrete Paving Inc.
Project Number: 602604-23
Addres!�:i, Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765
M
Title: President
PAST PERFORMANCE CERTIFICATION
With regard to performance of previous contracts or subcontracts subject to the Equal Opportunity Clause and filing of required reports
The Mbidder, ❑proposed sub -contractor, hereby certifies that he/she Klhas, ❑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/she ❑has, Whas not, filed with the Joint
Reporting Committee, the Director of the Office of Federal Contract Compliance (OFCCP), 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.
Date: 05/06/2024
Project Number: 602604-23
Awarding Agency: City of Diamond Bar
Contractor Name: CT&T Concrete Paving Inc.
rain
Title: President
rN
Contract Award: $
Total Number of Employees 45
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).
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 or such other period
specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S.
Department of Labor.
SF-100 (EEO-1) must be filed by;
(A) All private employers who are:
(1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees.
(2) Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with
another company, or there is centralized ownership, control or management so that the group legally
constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees.
(B) All federal contractors (private employers), who:
(1) Are not exempt as provided for by 41 CFR 60-1.5
(2) Have 50 or more employees, and
a. Are prime contractors or first -tier subcontractors, and have a contract, subcontract, or purchase
order amounting to $50,000 or more; or
b. Serve as a depository of Government funds in any amount, or
Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes.
TO: The Laborer's Training School
(Name of Labor Union, Workers Representative, etc.
1385 Sierra Madre Ave, Azusa, CA 91702
(Address)
Name of Business (Contractor): CT&T Concrete Paving Inc.
Project Name: CDBG Area 4 Curb Ramp Project
Project Number: 602604-23
The Undersigned currently holds a contract with City of Diamond Bar , involving
funds of the U. S. Government, or a subcontract with a prime contractor holding such contract.
You are advised that under the provisions of the above contract or subcontract, and in accordance
with Executive Order 11246, the undersigned is obligated not to discriminate against any employee
or applicant for employment because of race, color, religion, sex or national origin. This obligation
not to discriminate in employment includes, but is not limited to the follow:
1. Hiring, placement, upgrading, transfer or demotion;
2. Recruitment, advertising or solicitation for employment;
3. Treatment during employment;
4. Rates of pay or other forms of compensation;
5. Selection for training, including apprenticeship; and
6. Layoff or termination.
This notice is furnished to you pursuant to the provisions of the above contract or subcontract and
Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous
places available to employees or applicants for employment.
Jose Carvajal By
(Print Name Si; nalurcl
05/06/2024 President
(Date( CI'itlo
California Public Contract Code requires every bid on every public works contract of a public to include a
declaration under penalty of perjury under the laws of the State of California, in the following form:
NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
President of CT&T Concrete Paving Inc.
I am the ____ of ____, 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 ___[date], at ___[city], ___[state]."
05/06/2024, at Pomona, CA
FEDERAL LOBBYIST CERTIFICATION
Name of Firm: CT&T Concrete Paving Inc.
Address: 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765
State: CA
Zip Code: 91765
Telephone Number: ( 909
Acting on behalf of the above named firm as its Authorized Official, I make the following Certification to the U. S.
Department of Housing and Urban Development and the Los Angeles County Development Authority (LACDA).
1) No Federal appropriated funds have been paid by or on behalf of the above named firm to any
person for influencing or attempting to influence an officer or employee of any agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the awarding of any Federal contract, the making of and Federal grant, loan or
cooperative agreement, and any extension, continuation, renewal, amendment, or modification
thereof, and;
2) If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee or any agency, a Member of
Congress an officer or employee of Congress or an employee of a Member of Congress in
connection with this Federal contract, grant loan, or cooperative agreement, the above named
firm shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in
accordance with its instructions, and;
3) The above name firm shall require that the language of this certification be included in the award
documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under
grants, loans, and cooperative agreement) and that all sub -recipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into the transaction
imposed by Section 1352 Title 31, U. S. Code. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
Authorized Official:
CT&T Concrete Paving Inc.
(C ont rac tor/S ubcontractor)
By:
(Signature)
05/06/2024 President
(Date) (Title)