Loading...
HomeMy WebLinkAboutElegant Bid documents8 1293492.1 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 five years. Only projects in excess of $500,000 each qualify as similar for this project. 1. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 2. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 3. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature "GREAT PARK SHADE IMPROVEMENTS – PHASE 1 CIP 362013 BID NO. 22-3190" $ 1,041,250.00 CONCRETE, PLUMBING, FENCING,LANDSCAPE AND IRRIGATION, EARTHWORK AND PAVING City Of Irvine Bobby Ghaemi 714-345-5002 May - 2023 25% IVC - Irvine Valley college Shade Structure South Orange County Community Collage District Anna Petrossian 949-451-5708 March-2024 $ 769,000.00 20% Shade Structures and Site Improvements City Of Lake Forest Neighborhood Park Renovations: Borrego Overlook, Rancho Serrano, and Regency Parks (PW 2017-17E) $ 936,893.50 Naz Mokarram 949-461-3490 15%May - 2023 CONCRETE, SIGNAGE, FENCING,LANDSCAPE AND IRRIGATION, STORAGE ROOM 12 1293492.1 BIDDER'S PROPOSAL CITY OF DIAMOND BAR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D Date , 20 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: (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. (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. 2407/11 Hazem Almassry / Vice President Samer Al Hakim / President 13 1293492.1 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 DOLLARS ($ ). 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. Address of Bidder Telephone of Bidder City Zip Code Signature of Bidder 92618 15375 Barranca Parkway suite J-103 949 444-5161 Irvine 14 1293492.1 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D Item No. Description Estimated Quantity Unit Unit Price Amount 1 Mobilization/Overhead & Profit 1 Allow Demolition 2 Site & Building Demolition 1 LS Earthwork 3 Cut and Fill / Over Excavation 1 Allow Site Work 4 Concrete Walkway (Broom Finish) 2,312 SF 5 Concrete Walkway (Retarded Finish) 1,537 SF 6 Retaining Wall at Handicap Ramp 102 LF 7 Ramp at Tot-Lot 370 SF 8 ADA Ramp In To Tot-Lot 1 EA 9 8" x 18" Play Area Curb 54 LF 10 18" Deep Play Area Mulch 4,072 SF 11 12" Concrete Banding 434 LF 12 18" Concrete Banding at Tot-Lot 42 LF 13 Concrete Handicap Ramp at Handicap Parking Stalls w/ Tact Tile Strip 1 LS 14 3' Rock Cobble Banding 607 SF 15 6" Concrete Curb at Ramp 1 LS 16 6" Concrete Mow Curb 73 LF 17 Galvanized Steel Guard Rail at Parking Lot 200 LF 18 Galvanized Steel Guard Rail / Handrail at Tot-Lot Ramp 123 LF 19 Galvanized Steel Handrail at Tot-Lot Existing Stairs 2 EA 20 Galvanized Steel Handrail at basketball Steps 2 EA 21 Galvanized Steel Guard Rail / Handrail at basketball Ramp 1 LF 22 Handicap Parking Striping 1 LS 23 Ramp at Basketball Court 286 SF 24 Concrete Stairs at Basketball Court 24 LF 25 Resurface Basketball Court 1 LS Site Amenities 26 Prefabricated Restroom Building 1 EA 27 Drinking Fountain 1 EA 28 Concrete Park Bench 6 EA 29 Concrete Trash Receptacle 3 EA Play Equipment 30 Play Equipment 1 LS Drainage 31 6" HDPE Pipe 206 LF 32 6" HDPE Perforated Pipe w/ Sock 42 LF 33 3/4" Drainage Rock at Sump 14 CY 34 Filter Fabric Under Wood Mulch 4,072 SF 35 6" Round Drain Inlet 2 EA 36 18" Square Drain Inlet 2 EA 37 18" Concrete "V" Gutter 79 LF Utilities 38 Domestic Water Line 175 LF 39 Irrigation Water line 118 LF 40 Electrical 5 LF 41 Sewer Line 32 LF 42 Sewer Cleanout 3 EA $120,000.00 $120,000.00 $120,000.00 $100,000.00 $100,000.00 $25.00 $57,800.00 $35.00 $53,795.00 $300.00 $30,600.00 $50.00 $18,500.00 $150.00 $8,100.00 $10.00 $40,720.00 $80.00 $34,720.00 $200.00 $8,400.00 $10,000.00 $10,000.00 $35.00 $21,245.00 $5,000.00 $5,000.00 $60.00 $7,380.00 $5,000.00 $10,000.00 $5,000.00 $5,000.00 $350.00 $8,400.00 $40,000.00 $40,000.00 $475,000.00 $475,000.00 $10,000.00 $10,000.00 $5,000.00 $30,000.00 $5,000.00 $15,000.00 $250,000.00 $250,000.00 $185.00 $38,110.00 $185.00 $7,770.00 $195.00 $2,730.00 $2.00 $8,144.00 $4,000.00 $8,000.00 $2,060.00 $4,120.00 $70.00 $5,530.00 $177.50 $31,062.50 $177.50 $20,945.00 $5,000.00 $25,000.00 $1,468.75 $47,000.00 $1,000.00 $3,000.00 $10,000.00 $10,000.00 $35.00 $10,010.00 $4,000.00 $8,000.00 $50.00 $10,000.00 $60.00 $4,380.00 $25,000.00 $25,000.00 $120,000.00 43 New Backflow Preventer w/ Cage 2 EA 44 Electrical Meter 1 EA 45 Electrical Pannel 1 LS 46 Walkway Light Pannel 1 LS 47 Tennis Court Light Pannel 1 LS 48 New Domestic Water Meter 1 LS Landscape & Irrigation System 49 Irrigation System 9,150 SF 50 Irrigation Controller - Calescence CS3000 1 EA 51 Fine Grading 9,150 SF 52 Soil Amendments 9,150 SF 53 Sod - Marathon II 7,512 SF 54 1 Gallon Shrubs 183 EA 55 5 Gallon Shrubs 97 EA 56 24" Box Trees 7 EA 57 2" Wood Mulch 1,638 SF $5,000.00 $5,000.00 $10,000.00 $10,000.00 $7,000.00 $14,000.00 $20,000.00 $20,000.00 $15,000.00 $15,000.00 $5,000.00 $5,000.00 $12.00 $109,800.00 $10,000.00 $10,000.00 $1.00 $9,150.00 $1.00 $9,150.00 $2.00 $15,024.00 $25.00 $4,575.00 $45.00 $4,365.00 $1,020.00 $7,140.00 $7.00 $11,466.00 17 1293492.1 MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)→ TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is (Insert "$ cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE Elegant Construction Inc 15375 Barranca Parkway suite J-103 Irvine 92618 949 444-5161 07/11/2024 $1,998,131.50 One million nine hundred ninety-eight thousand one hundred thirty-one Dollars and Fifty Cents Bidder Bond 10% of Total amount 18 1293492.1 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 7028.15. CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER #1053447 CLASSIFICATION: A, B, C8, C12, C13, C36, C54 19 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE PROJECT PROJECT NO. LOCATION CLIENT CONTRACTOR Name Under Which Subcontractor is Licensed License No. & DIR No. Address of Place of Business Percent of Total Contract Specific Description of Subcontract * 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 license of each Subcontractor – who will perform work or labor or 07/11/2024 Maple Hill Park Improvement Project CIP# FP23506D 1355 Maple Hill Rd. Diamond Bar City of Diamond Bar Public Works Elegant Construction Inc 5186911000027143 7437 GAVIOTA AVE VAN NUYS, CA 91406 3% Electrical Works Mike's Electric GBLD Inc.10663011000621253 14634 HAWES STREETWHITTIER, CA 90604 7% Irrigation & Landscape 9679751000002374TOT LOT PROS,INC 14688 El Molino St. Fontana, CA 92335 2% Playground installation 6626251000006579 True Line Construction P.O. Box 70269 Riverside, CA 92513-0269 1% Resurface Basketball Court 20 1293492.1 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 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. 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 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtu e of the 21 1293492.1 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 , 20_, at (place of execution). Signature Name: Title: Name of Contractor: 11th of July 24 Irvine CA92618 Hazem Almassry Vice President Elegant Construction Inc 22 1293492.1 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature 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. Hazem Almassry / Vice President 23 1293492.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date 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 five calendar ye ars 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 any and all fatalities. ITEM 5 CALENDAR YEARS PRIOR TO CURRENT YEAR CURRENT YEAR 2019 2020 2021 2022 2023 TOTAL No. of Contracts Total dollar amount of contracts (in 1,000’s) No. of lost workday cases No. of lost work day cases involving permanent transfer to another job or termination of employment No. of lost workdays *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. Name of Bidder (Print Signature Address State Contractor’s Lic. No. & Class City Zip Code Telephone Maple Hill Park Improvement Project CIP# FP23506D 07/11/2024 Elegant Construction Inc 15375 Barranca Parkway suite J-103 Irvine 92618 949 444-5161 #1053447 A, B, C8, C12, C13, C36, C54 2 2 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/AN/AN/AN/AN/AN/AN/A N/A N/A 7 5 18 $140,000 $ 900,000 $ 120,000 3,400,000 3 $ 200,000 $4,760,000 2024 $9,100,000 7 N/A 24 1293492.1 AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, 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 h imself 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) N/A 25 1293492.1 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is of, a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 11 July 24 Hazem Almassry Vice President Elegant Construction Inc 26 1293492.1 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )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) N/A 27 1293492.1 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. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) BOND No. N/A 32 1293492.1 BID BOND 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: Project No. WHEREAS (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 (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 Dollars($ ), being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. See attached 1293492.1 33 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: "Principal" "Surety" By: By: Its Its By: By: Its 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) 1293492.1 34 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 TITLE OF OFFICER SIGNING SIGNATURE DATE Please include any additional information available regarding equal opportunity employment programs now in effect within your company: Vice President 07/11/2024 Elegant Construction Inc 35 1293492.1 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. (COMPANY) BY: (TITLE) DATE: , 20 . 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. Elegant Construction Inc Hazem Almassry Vice President 07/11 24 36 1293492.1 NON-COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says that he or she is of , the party making the foregoing bid, that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited another bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the contact or anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that 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, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature of Bidder STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Subscribed and sworn to before me this day of ,20 . Notary Public in and for the County of , State of California Hazem Almassry Vice President Elegant Construction Inc July11 24 See Attached DEPARTMENT OF PUBLIC WORKS OFFICIAL NOTICE Maple Hill Park Improvement Project CIP# FP23506D ADDENDUM NO. 1 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1 and attach it to the bid. David G. Liu, P.E. Date Director of Public Works/City Engineer Contractor's Authorized Signature RMRA Measure M R Local Return Gas Tax eet Rehab.- Area 1a, 1b, 2 (Design) n) ntain Laurel) anyon to Lemon) to BCY) 82,779$ 82,779$ om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0$ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0$ 250-5510-46412) Project Description Total FY Budget (109) Measure M (111)Gas Tax (112) Prop A (113) Prop C Sign and HSL Replacement (Design)50,000$ 50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0$ 780,000$ 350,000$ 140,000$ 100,000$ 190,0$ ments (250-5510-46413) Project Description Total FY Budget (113) Prop C Foothill Transit Grant 60,000$ 60,000$ SD/Calbourne 40,000$ 40,000$ nfrastructure Improvements 100,000$ 60,000$ 40,000$ 0-5510-46420) Project Description Total FY Budget (107) Measure W (108) RMRA (109) Measure M (113) Prop C ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$ 07/03/2024