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