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