Loading...
HomeMy WebLinkAboutbid document-07112024134134BIDDER'S PROPOSAL CITY OF DIAMOND BAR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D Date , � 20 Z 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. 12 1293492.1 Accompanying this proposal is a certified or cashier's check or bidder's bond, payable tc the order of the City of Diamond Bar in the sum of � t. -I� nrDOLLARS Said bidder's bond has been duly executed by the undersigned bidderand 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. Z5-05o W � 2\W& Address of Bidder City Zip Code 13 1293492.1 c0.01" 6)-<Z-Akk Telephone of Bidder Signat re j6f Bidder BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D 14 1293492.1 I Estimated Item No. Description Quantity Unit Unit Price Amount 1 Mobilization/Overhead & Profit _ _ 1 _ Allow $195,000.00 $195,000.00 2 Site & Building Demolition 1 LS $102,000.00 $102,000.00 3 ICut and Fill / Over Excavation 1 Allow $60,000.00 $60,000.00 4 Concrete Walkway (Broom Finish) 2,312 SF $20.00 _ $46,240.00 $21.00 $32,277.00 $725.00 $73,950.00 5 _Concrete Walkway (Retarded Finish) 1,537 102 SF LF 6 _ _Retaining Wall at Handicap Ramp 7 Ramp at Tot -Lot 370 1 SF EA $25.00 $7500.00 $9,250.00 $7500.00 8 ADA Ramp In To Tot -Lot 9 8" x 18" Play Area Curb 54 LF $75.00 $4,050.00 10 18" Deep Play Area Mulch 4,072 SF $4.00 $16,288.00 11 12" Concrete Banding 434 LF $55.00 $23,870.00 12.18" Concrete Banding at Tot -Lot Concrete Handicap Ramp at Handicap Parking 13 Stalls w/ Tact Tile Strip 42 1 LF LS $70.00 $14.500.00 $2,940.00 $14,500.00 14 3' Rock Cobble Banding 607 SF $65.00 $39,455.00 15 6" Concrete Curb at Ramp 1 LS $7,500.00 $7,500.00 16 6" Concrete Mow Curb 73 LF $28.00 $2,044.00 17 18 Galvanized Steel Guard Rail at Parking Lot Galvanized Steel Guard Rail /Handrail at Tot -Lot Ramp 200 123 LF LF $235.00 $220.00 $47,000.00 $27,060.00 19 Galvanized Steel Handrail at Tot -Lot Existing Stairs 2 EA $3,000.00 $6,000.00 20 Galvanized Steel Handrail at basketball Steps 2 EA $3,000.00 $6,000.00 21 alvanized Steel Guard Rail Handrail at basketball Ramp 1 LS $13,500.00 $13,500.00 22 Handicap Parking Striping 1 LS $12,500.00 $12,500.00 23 Ramp at Basketball Court 286 SF $25.00 $7,150.00 24 Concrete Stairs at Basketball Court 24 LF $720.00 $17,280.00 25 Resurface Basketball Court 1 LS $20,000.00 $20.000.00 i 26 Prefabricated Restroom Building 1 EA $505,000.00 $505,000.00 27 Drinking Fountain 1 EA $13,000.00 $13,000.00 28 Concrete Park Bench 6 EA $3,100.00 EA $3,100.00 $18,600.00 $9.300.00 _ 29 Concrete Trash Receptacle 3 30 !Play Equipment _ 1 _ LS $205,000.00 $205.000.00 31 6" HDPE Pipe _ 206 LF $155.00 $31,930.00 32 6" HDPE Perforated Pipe w/ Sock 42 LF $155.00 $6,510.00 33 3/4" Drainage Rock at Sump 14 Cy $250.00 _ $3,500.00 34 'Filter Fabric Under Wood Mulch 4,072 SF _ $0.75 _ $3,054.00 356" Round Drain Inlet 2 2 EA EA $500.00 $3,500.00 $1 000.00 $7,000.00 36 _ 18"Square Drain Inlet 37 18" Concrete W" Gutter 79 LF $85.00 $6,715.00 _ 38 Domestic Water Line 175 LF $16000 $28,000.00 39 Irrigation Water line 118 LF $160.00 $18,880.00 40 Electrical 5 LF $3,000.00 $15,000.00 41 Sewer Line 32 LF _ $145.00 EA $750.00 $4,640.00 $2,250.00 42 Sewer Cleanout 3 43 New BackFlow Preventer w/ Cage 2 EA $14,000.00 $28,000.00 44 Electrical Meter 1 EA $15,000.00 $15,000.00 45 Electrical Pannel 1 LS $5,500.00 $5,500.00 46 Walkway Light Pannel 1 LS $5,500.00 $5,500.00 47 Tennis Court Light Pannel 1 LS $5,500.00 $5,500.00 _ 48 New Domestic Water Meter 1 LS $9,500.00 $9,500.00 49 Irrigation System 9,150 SF $9.10 $83,265.00 50 Irrigation Controller - Calescence CS3000 1 EA $12,500.00 $12,500. 00 51 Fine Grading 9,150 SF $0.70 $6,405.00 52 Soil Amendments 9.150 SF $1.00 $9,150.00 53 Sod - Marathon II 7,512 SF $3.00 $22,536.00 54 1 Gallon Shrubs 183 EA $35.00 $6,405.00 55 5 Gallon Shrubs 97 EA $50.00 $4,850.00 56 24" Box Trees 7 EA $1,100.00 $7,700.00 57 2" Wood Mulch 1,638 SF $3.00 $4,914.00 MANDATORY BID SCHEDULE ITEMS: �7 TOTAL AMOUNT BID (IN FIGURES)-+ i '��A f 47 .zlo TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): C�C i`d A NZ:Y" 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 \ X \ -�X (Insert I \ O 0/y 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. �N, 1r— NAME OF BIDDER (PRINT) ADDRESS TURE 1 ct I Z DATE ca( z Cgg�) Ell— \yet CITY ZIP CODE TELEPHONE 17 1293492.1 !�;qmK 4 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. --J-- CONTRACTOR SIGNATURE OR AUTHO 18 1293492.1 LIST OF SUBCONTRACTORS * PROJECT LOCA CLIENT CONTRACTOR �U ZLt �ilL z) 4) 4 BID OPENING DATE NO. V-V�Q LC6 Name Under Which Subcontractor is Licensed License No. & DIR No. Address of Place of Business Percent of Total Contract Specific Description of Subcontract �o lec� �4L`Z.4j6 \<g c N��Q, ca SOS i DccecZ 3-1, c- 6 2 \ - LS 0'c� N r& I\aaw - �S6 3>✓ 5 �454 Y7w25'rcre� 77 \ * 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 19 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 (112) 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: 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 virtue of the 20 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 2051JL, at (place of execution). Signature Name: Mi\b -I:LsR-1-�1eQ Title: Name of Contractor: —% jN : mac. 21 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. Sianina 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. 22 1293492.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identificatio D 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 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 any and all fatalities. ITEM 5 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2019 2020 2021 2022 2023 TOTAL -Z02 No. of Contracts -} `� 113, Total dollar amount 6K 11 Zn ax Of contracts in 1,000's No. of lost workday (� l 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. 1 Name of Bidder City Zip Code 23 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 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. Subscribed and sworn to before me this day of. Signature Signature of Officer Administering Oath (Notary Public) 24 1293492.1 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) �4\ 7aF� , being first duly sworn, deposes and says: That he is 1'Czc 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. Signatur Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 25 1293492.1 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 San Bernardino On July 10, 2024 personally appeared Ayad Jaber before me, Sleiman Obeid/Notary Public (insert name and title of the officer) 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SLEIMAN OBEID <� - Notary Public - California s WITNESS my hand and official seal. San Bernardino County Commission U <. My Comm. Expires Augug 18, tg, 2026 Signature ; //�/� r` (Seal) 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 120 Signature of Officer Administering Oath (Notary Public) 26 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 27 1293492.1 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful performance of the Contract. 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 City in the penal sum of Dollars ($ ), this amount being not less than the total contract 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, his, her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and covenants, conditions and agreements in the Contract and any alteration thereof made as therein provided, on the Principal's part to be kept and performed, all within the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and hold harmless City, its officers, agents, and others as therein provided, 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 and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work 2s 1293492.1 to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, 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) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT la Insurance Administrator 29 1293492.1 (Seal) :i0P►IUL I9_\'/Jtl:01111111 [if (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (City), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW, THEREFORE, we, the undersigned Principal, (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 City in the penal sum of Dollars ($ ), this amount being not less than one hundred (100%) of the total contract 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 CONDITIONS OF THIS OBLIGATION IS his, her or its heirs, executors, administrators, fail to pay any of the persons named in Section: due under the Unemployment Insurance Code SUCH THAT, if the hereby bounded Principal, successors, or assigns, or subcontractors shall M 81 of the California Civil Code, or any amounts with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition, or modification to the terms of the Contract or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the 30 1293492.1 specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, 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: By: Its By: Its Its Its Notary 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) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT M Insurance Administrator 31 BOND No 1293492.1 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: MAPLE HILL PARK IMPROVEMENTS PROJECT PPoI ct No FP23506D WHEREAS DOIA INC. - 5050 W MISSION BLVD., ONTARIO, CA 91762 (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 The Ohio Casualty Insurance Company CA 92868 (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 TRIER GREATEST AMOUNT BID Dollars($ SO%G.A.B. ), being not less than ten percent (10%) of the total bid price, in lawful monav of fha I_Initod ctwtes of AmleriCa, 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 ^ ^^-.tract for the work by City and within the time and in the manner required by the -" "---""'""" ` `�`c 'ho .^.ritten form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful serf-rrnanre ann thy. nfhcr to guarantee payment for labor and materials, and furnishes the required insur ^^ the fhio nhr mot; �h - - -- - .. 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 nrnvicinnc of ('.7lifnrn io rn,;l r`nAl R 9RACZ 32 1293492.1 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: 7/3/2024 "Principal" DOIA INC. "Surety" THE OHIO CASUALTY INSURANCE COMPANY By: p By. Its A��x ��% ; �3tidtsl Its SHILO LEE LOSING, A4TOf2NEY-IN-FACT In Its 0 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) 1293492.1 (Seal) w _ Liberq p1 ut ii. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 3206295-971967 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duty organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized underthe laws of the State of Massachuseds, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the'Companies'), pursuant to and by authority hemin set forth, does hereby name, constitute and appoint Shito L. Losin i. Steohanie Shear all of the city of Woodland Hills state of CA each individually ff there be more than one named, its he and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and Fee act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of Ihese presents and shall be as binding upon the Companies as If they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 16th day of April 2021 . 1NSU Y IMS 1NSU Liberty MutuallnsuranceCompany p1. Ryy Pit U d The Ohio Casualty Insurance Company 3e°�D�r"e m e 3°°"PO�'eo�n 3u°pPOrr9'�ym West Amedpn Insurance Company � 191 � � �1919 m O r 9 3 i s e°' o i 1991 0 dde� cr°sf-a o�y� auPsha'� ry,� nnnx>Nda By. • M : h of PENNSYLVANIA as 5.2 On this 16th day of April 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance pany, D 0 ComThe Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes _ therein contained by signing on behalf of the corporations by himself as a duly authorized officer. D m IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Q��1.axw TFC Commonwealth of Pennsylvania -Notary Swl j O �Cr= 9 Teresa Patella, Notary Puh6c )w 0. Nbntgomery County ///4n/Q-ti/tr•�r®,itYAOn/. - ni Mycmmnissian eq'ves MaJ' 2m25 By_ P Commbsannumber112em44 i msvty o Mammer, PenmyNmalssocy„p„ a(NdaMS eresa Pastella, Notary Public n This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual y -- Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: -� ARTICLE IV -OFFICERS: Section 12. Power of Attorney. An officer a other official of the Co purpose in writing by the Chairman or the President and subject to such limitation W the Chairman or the Y Corporation authorized for that u sPresident may prescribe, shall appoint such ahomeys-in-fact as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety , m any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall (3 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granfing such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surely Bonds and Undertakings. Any officer of the Company authorized or that purpose in writing by the chairman or the president and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such atomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shag have full powerto bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, autha¢es David M. Carey, Assistant Secretary to appoint such atomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deriver as surety any and all undertakings, bonds, recognizarices and other surety obligations. Authorization - By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of allomey of which the foregoing is a full, true and correct Copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this '3f _i day of r) v� � 1NSU VSY INSU 1912 � 0 1919 mo �8/>exus�.aD yO�Hn,.Ps �D x [� l yr 1• U&S-12a73 LMIC OCIC WAIC Mule Co ozi21 Pa \NSU/s� G 000.POa� y� a 1991 0 " � ,,.1' Y Renee C. Llewellyn, Assistant Secretary M x b CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS AN 4 ) On -71// 3.12ci before me, CHIMENE HOSES. NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared SHILO LEE LOSINO 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(iies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. CHIMENE40BBB WITNESS my hand and official seal. Notary Public • California Los Angeles County Commission M 2464773 Signature My Comm. Expires Sep 28, 2027' Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this. form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: dHd�d �2014 National Notary Association - www.NaUona]Notary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 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 San Bernardino On July 10, 2024 before me, Sleiman Obeid/Notary Public (insert name and title of the officer) personally appeared Ayad Jaber 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand Signature official seal. (Seal) --oft SI.EIMAN OgEIDEiD Notary Public - California San Bernardino County Commission # 2413206 MY Comm. Expires Aug 18, 2026 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: 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. FIRMP TITLE OF OFFICER SIGNA TE Please include any additional information available regarding equal opportunity employment programs now in effect within your company. 1293492.1 34 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 theapplicable filing requirements. (COMPANY) (TITLE) DATE:)' 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 contractor 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. ss 1293492.1 NON -COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) M �Q , being first duly \ sworn, deposes and says that he or she is�of _1 a� , 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 went thereof to effectuate a collusive or sham bid. 1 /r Signature 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 36 1293492.1 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 San Bernardino ) On July 10, 2024 personally appeared Ayad Jaber before me, Sleiman Obeid/Notary Public (insert name and title of the officer) 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature / ( (Seal) ---- 00Wdft-dbd SLEIAV,N OBEID Notary Public - California San Bernardino County Commission # 2413206 My Comm. Expires Aug 18, 2026 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. Project Titled Contract Amount�(i.�� Type of Work �11(-Vc Client C:\,-. r R Agency Project Manager EhwLV No Phone \h - S 3Z? Date Completed \ g131Iau:)3 %Subcontracted 2. Project Title P= ANJA N—Ot* &QN�� Contract Amount \ Type of Work ��osc`a c:z �/ rcl(e� "C � v Client Agency Project Manager��v���vr-� _Phone `t — Date Completed v>2 i:2\ %Subcontracted 3. Project Title QLk Contract Amount � � -1-1, \M. �;Y' Type of Work r' Client W j�E� Agency Project Manager \� CJ\ :� Phone t Date Completed �'� �7 k 1l % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to . an appraisal of his current financial condition. Bidder's Signature 1293492.1