HomeMy WebLinkAboutDiamond Bar Pantera Park BidPART
BIDDING AND CONTRACTUAL
DOCUMENTS
1293492.1
CITY OF DIAMOND BAR
NOTICE INVITING SEALED BIDS
FOR PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
RECEIPT OF PROPOSALS: Sealed proposals will be received at the office of the City
Clerk, City Hall, Diamond Bar, California, until 2:00 pm Pacific Standard Time on or
before February 27, 2025 for the furnishing of all labor and materials and equipment for the
Pantera Park Improvements and other incidental and appurtenant work. All bids or
proposals shall be submitted through the City's electronic bid management system
(PlanetBids) at https://www.planetbids,com/portal/portal.cfm?CompanylD=39500. At the
time of contract award, the Contractor shall possess a State of California Class A
Contractor's License or a combination of Class C Specialty Contractor's License(s)
adequate to perform the work herein described and be registered with the Department of
Industrial Relations per California Labor Code Section 1771.1. All subcontractors shall have
equivalent licenses for their specific trades. The Contractor and all subcontractors shall have
a valid City of Diamond Bar business license prior to commencing any work. The proposals
will be publicly opened and read during an online webinar. Webinar details will be published
on the City's electronic bid management system (PlanetBids) at
hftps://www.pIanetbids.com/portal/portal.cfm?CompanylD=39500.
DESCRIPTION OF WORK: The work to be performed or executed under these plans and
specifications consists of and includes Sport court resurfacing, miscellaneous site
furnishings and site lighting refurbishment; and other incidental and appurtenant work
necessary for the proper construction of the contemplated improvements, as indicated on
the project plans for PANTERA PARK IMPROVEMENTS Project.
MANDATORY PRE -BID MEETING: A mandatory pre -bid meeting will be held at Pantera
Park, 738 Pantera Dr. Diamond Bar 91765 on February 13, 2025 at 9 A.M.
QUESTIONS: All questions must be submitted via PlanetBids, no latter than February 20,
2025 at 2:00 P.M.
COMPLETION OF WORK: All work shall be completed within fifty (50) working days after
the Notice to Proceed is issued by the City.
ENGINEER'S ESTIMATE: The PANTERA PARK IMPROVEMENTS Project is estimated
to cost $370,0OO.00, all in accordance with the provisions of the Plans, Specifications,
Notices and Instructions to Bidders.
OBTAINING CONTRACT DOCUMENTS: Any requests for hardcopy plans, specifications,
and all contract documents may be obtained by a public records request at the office of the
City Clerk, City Hall, 21810 Copley Drive, Diamond Bar, California 91765. A fee may be
assessed for printing, mailing, and other costs to reproduce these records.
PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by a cashier's
or certified check or by a bid bond in the amount of ten percent (10%) of the bid price payable
to the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will
promptly execute the contract, secure payment of Workmen's Compensation Insurance,
1293492.1
furnish a satisfactory Faithful Performance Bond in the amount of one hundred percent
(100%) of the total bid price, and a Labor and Material Bond in an amount not less than one
hundred percent (100%) of the contract price. Said bonds to be secured from a surety
company authorized to do business in the State of California, and subject to the approval of
the City Attorney. The original bid bond shall be submitted to the City Clerk prior to the bid
due date and time. Proof of delivery that is date/time stamped and signed for by the City
Clerk from other couriers other than Certified mail will be accepted. A copy of the proof of
delivery shall be submitted with the bid package by the bid due date.
MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine the
minimum qualifications found in number 15 of the "Information for Bidders" section
pages 4 through 8. Bidders who do not meet the minimum gualifications should not
submit a bid as the bids will be considered nonresponsive.
PREVAILING WAGE RATE: As required by the California Labor Code, Section 1770 et seq.
the City Council of the City of Diamond Bar incorporates herein by reference the general
prevailing rate of per diem wages as determined by the Director of Industrial Relations of
the State of California. Copies of the prevailing rate of per diem wages are on file in the
office of the City Clerk and will be made available to any interested party upon request. In
accordance with the Labor Code, no workman employed upon work under this contract shall
be paid less than the above referenced prevailing wage rate. A copy of said rates shall be
posted at each job site during the course of construction.
CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars
($200.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate
of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by
any subcontractor under him.
Any classification omitted herein shall be paid not less than the prevailing wage scale as
established for similar work in the particular area, and all overtime shall be paid at the
prevailing rates as established for the particular area. Sunday and holiday time shall be paid
at the wage rates determined by the Director of Industrial Relations.
CONTRACTOR and any of its subcontractors must be registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a
contract for a public work on any public works project awarded after April 1, 2015. This
Agreement is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
PAYMENT: Payment will be made to the Contractor in accordance with the Specifications.
CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right to reject any and
all proposals or bids, should it deem this necessary for the public good, and also the bid of
the bidder who has been delinquent or unfaithful in any former contract with the City of
Diamond Bar. No bidder may withdraw his bid for a period of thirty (30) days after the date
of the bid opening.
1293492.1
BID AWARD: Subject to the reservations noted above, the contract will be awarded to the
lowest responsible bidder.
CITY OF DIAMOND BAR, CALIFORNIA
DATE:
By: David G. Liu, Director of Public Works
1293492.1
INFORMATION FOR BIDDERS
PREPARATION OF BID FORM: The City invites bids on the form attached to be
submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All
bids should be made in accordance with the provisions of the Standard Specifications
for Public Works Construction, 2021 Edition (with all supplements). All blanks on the
bid form must be appropriately filled in. All bids shall be submitted in sealed
envelopes bearing on the outside the name of the bidder, his address, and the name
of the project for which the bid is submitted. It is the sole responsibility of the bidder
to see that the bid is received in the proper time. Any bid received after the scheduled
closing time for receipt of bids will be returned to the bidder unopened.
2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a
cashier's or certified check or by a bid bond in the amount of not less than ten percent
(10%) of the amount named in the proposal. Said check or bond shall be made
payable to the City Clerk of the City of Diamond Bar and shall be given as a guarantee
that the bidder, if awarded the work, will enter into a contract within ten (10) days after
written notice of the award and will furnish the necessary bonds as hereinafter
provided. In case of refusal or failure to enter said contract, the check or bond, as
the case may be, shall be forfeited to the City. No bidder's bond will be accepted
unless it conforms substantially to the form furnished by the City, which is bound
herein, and is properly filled out and executed.
3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the
signature in longhand of the person or persons duly authorized to sign the bid on
behalf of the bidder.
4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work
bid upon, alternative proposals or any other modifications of the bid form which is not
specifically called for in the contract documents may result in the Owner's rejection
of the bid as not being responsive to the invitation to bid. No oral or telephonic
modification of any bid submitted will be considered. The bid submitted must not
contain any erasures, interlineation, or other corrections unless each such correction
is suitably authenticated by affixing in the margin immediately opposite the correction
the surname or surnames of the person or persons signing the bid.
5. DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between words
and figures, the words shall prevail. If the amounts bid on individual items (if called
for) do not in fact add to the total amount shown by the bidder, the correctly added
total of the individual items shall prevail over the total figure shown. The estimated
quantities and amounts are for the purpose of comparison of bids only. The City
Council of the City of Diamond Bar reserves the right to reject any or all bids and to
waive any irregularity or informality in any bid to the extent permitted by law.
6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of
the proposed work and the contract documents therefore. It will be assumed that the
bidder has investigated and is satisfied as to the conditions to be encountered as to
the character, quality, and quantity of materials to be furnished, and as to the
1293492.1
requirements of the contract, specifications and drawings. The name of the individual
who examined the site of the work and the date of such examination shall be stated
in the proposal.
By submitting a bid, the bidder will be held to have personally examined the site and
the drawings, to have carefully read the specifications, and to have satisfied himself
as to his ability to meet all the difficulties attending the execution of the proposed
contract before the delivery of his proposal, and agrees that if he is awarded the
contract, he will make no claim against the City of Diamond Bar based on ignorance
or misunderstanding of the contract provisions.
7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by
written request, or by telegraphic request confirmed in the manner specified above at
any time prior to the scheduled closing time for receipt of bids.
8. INSURANCE AND BONDS: The Contractor shall not commence work under this
contract until he has secured all insurance and bonds required under this section nor
shall he allow any subcontractor to commence work on this subcontract until all
similar insurance issued in compliance with this section shall be issued in the form,
and be an insurer of the insurers, satisfactory to and first approved by the City in
writing. Certificates of Insurance in the amounts required shall be furnished by the
Contractor to the City prior to the commencement of work.
The Contractor shall maintain adequate Workmen's Compensation Insurance under
the laws of the State of California for all labor employed by him or by any
subcontractor under him who may come within the protection of such Workmen's
Compensation Insurance laws.
The Contractor shall maintain public liability insurance to protect said Contractor and
the City against loss from liability imposed by law, for damages on account of bodily
injury, including death resulting therefrom, suffered or alleged to have been suffered
by any person or persons, other than employees, resulting directly or indirectly from
the performance or execution of this contract or any subcontract thereunder, and also
to protect said Contractor and the City against loss from liability imposed by law, for
damage to any property. Damage insurance shall be maintained by the Contractor
in full force and effect during the entire period of performance under this contract, in
the amount of not less than $2,000,000 for one person injured in the accident and in
the amount of not less than $2,000,000 for more than one person injured in one
accident and in the amount of not less than $1,000,000 with respect to any property
damage aforesaid.
The Contractor shall secure with a responsible corporate surety, or corporate
sureties, satisfactory bonds conditioned upon faithful performance by the Contractor
of all requirements under the contract and upon the payment of claims of materials,
men and laborers thereunder. The Faithful Performance Bond shall be in the sum of
not less than one hundred percent (100%) of the estimated aggregate amount of the
payment to be made under the contract computed on the basis of the prices stated
in the proposal. The Labor and Material Bond shall be in the sum of not less than
one hundred percent (100%) of the estimated aggregate amount of the payments to
1293492.1
be made under the contract computed on the basis of the prices stated in the
proposal.
9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating
submitting a bid for proposed contract is in doubt as to the true meaning of any part
of the drawings, specifications, or other contract documents, or finds discrepancies
in, or omissions from the drawings and specifications, he may submit to the City a
written request for an interpretation or correction thereof. The person submitting the
request will be responsible for its prompt delivery. Any interpretation or correction of
the contract documents will be made only by Addendum duly issued and a copy of
such addendum will be mailed or delivered to each person receiving a set of the
contract document. No person is authorized to make any oral interpretation of any
provision in the contract documents to any Kidder, and no bidder is authorized to rely
on any such unauthorized oral interpretation.
10. DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm
partnership, corporation, or association under the same or different names, will not
be considered. Reasonable grounds for believing that any bidder is interested in
more than one proposal for the work contemplated will cause the rejection of all
proposals in which such bidder is interested_ If there is reason for believing that
collusion exists among the bidders, all bids will be rejected and none of the
participants in such collusion will be considered in future proposals.
No award will be made to any bidder who cannot give satisfactory assurance as to
his ability to carry out the Contract, both from his financial rating and by reason of his
previous experience as a Contractor on work of the nature contemplated in the
Contract. The bidder may be required to submit his record of work of similar nature
to that proposed under these specifications, and unfamiliarity with the type of work
may be sufficient cause for rejection of the bid.
11. INELIGIBLE SUBCONTRACTORS: The successful bidder shall be prohibited from
performing work on this project with a subcontractor who is ineligible to perform work
on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code.
12. AWARD OF CONTRACT: No proposal will be considered from a Contractor who is
not licensed as a B, C-10, or C-33 class contractor at time of award in accordance
with the provisions of the Contractor's License Law (California Business and
Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant
thereto or to whom a proposal form has not been issued by the City of Diamond Bar.
The City may award the Contract to the lowest responsible bidder on the total base
bid. Bids will be compared on the basis of the lowest possible cost relative to the
alternate or alternates selected and the Contract, if awarded, will be awarded to a
responsible bidder whose proposal complies with the requirements of these
specifications. The award, if made, will be made within ninety (90) calendar days
after the opening of the proposals; provided that the award may be made after said
period of the successful bidder shall not have given the City written notice of the
withdrawal of his bid.
1293492.1
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid
proposal, subject to the requirements of Public Contract Code §4104, or engage in
the performance of any contract for public work, as defined in the Public Contract
Code, unless currently registered and qualified to perform public work pursuant to
Section 1725.5. It is not a violation of Labor Code §1771.1 for an unregistered
contractor to submit a bid that is authorized by Business and Professions Code §
7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided the contractor is
registered to perform public work pursuant to Labor Code § 1725.5 at the time the
contract is awarded.
This project is subject to compliance monitoring and enforcement by the Department
of Industrial Relations.
The prime contractor is required to post job sits as prescribed by regulation pursuant
to Labor Code § 1771.4 and all contractors must secure the payment of compensation
to its employees pursuant to Labor Code § 1869.
13. ALTERNATES: If alternate bids are called for, the Contract may be awarded at the
election of the governing board to the lowest responsible bidder on the base bid, or
on the base bid and any specified alternate(s).
14. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder,
consideration will be given not only to the financial standing but also to the general
competency of the bidder including qualifications, references, proper licensing,
adequate workforce and experience for the performance of the work covered by the
proposal.
15. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and regularly engaged
in the general class or type of work called for under the contract. A statement setting
forth his/her experience shall be submitted by each bidder on the EXPERIENCE
STATEMENT form provided.
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.
Project Title gd11M&6k--" Alk,
Contract Amount $/, 5-q'7 Soo -
Type of Work P-ma VAh&n DF F
Client % ht of % o Y1A)
Agency Project Managed C41) e, I J FW??S J V. Phone
Date Completed�% Subcontracted 9
2. Project Title 0A&1416W01)184&1t,
Contract Amount
Type of Work 09616h a, h n a�J
Client 0ZG
Agency Project Manager �rV � v �Glllzf�!'l c� Phone 49,I) - 0 993<3
Date Completed % Subcontracted 0 0
3
Project Title OM/FT %per Pm/t L)Yj�li�i��tc5
Contract Amount �� 0/3•
Type of Work U�Ie V
kL
Client hr o�
Agency Project ManagerPhone
-I try- 59- -- 51 t t
Date Completed c90-�, % Subcontracted
NOTE. If requested by the City, he bidder shall urnish a ce lied financial statement, references,
and other information sufficiently m rehensiv to permit n appraisal of his current financial
condition. r� A
Bidder's S
1243492A
Each bidder shall possess a valid Contractor's License issued by the
Contractor's State License Board at the time his/her bid is submitted. The class
of license shall be applicable to the work specified in the contract. Each bidder
shall also have no less than five (5) years of experience in the magnitude and
character of the work bid.
Bidder Qualifications called for to be submitted at time of bid include, but are
not necessarily limited to:
1. The Contractor shall have been in business under the same name and
California Contractors License for a minimum of five (5) continuous years prior
to the bid opening date for this Project. The license used to satisfy this
requirement shall be of same type required by the contract.
2. License classification shall be as required by the contract specifications.
3. The Contractor shall have five (5) years of experience in the application of
Polymer Modified Asphaltic Emulsion Chip Seal.
4. The Contractor shall perform at least 50% of contract with its own forces.
16. LISTING SUBCONTRACTORS. Each bidder shall submit a list of the proposed
subcontractors on this project as required by the Subletting and Subcontracting Fair
Practices Act (Government Code Section 4100 and following). Forms for this purpose
are furnished with the contract documents. The name and location of business of
any subcontractor who will perform work exceeding 112 of 1 % of the prime
contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must
be submitted with the bid. Any other information regarding the foregoing
subcontractors that is required by City to be submitted may be submitted with the bid,
or may be submitted to City up to 24 hours after the deadline established herein for
receipt of bids. The additional information must be submitted by the bidder to the
same address and in the same form applicable to the initial submission of bid.
17. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700
of the Labor Code, the Contractor shall secure the payment of compensation to his
employees. The Contractor shall sign and file with the City the following certificate
prior to performing the work under this contract. "I am aware of the provisions of
Section 3700 of the Labor Code which require compensation or to undertake
self insurance in accordance with the provisions of that code, and I will comply
with such provisions before commencing the performance of the work of this
contract." The form of such certificate is included as part of the contract documents.
18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being
at the discretion of the City, will be held for ninety (90) days or until posting by the
successful bidder of the Bonds required and return of executed copies of the
Agreement, whichever first occurs, at which time the deposits will be returned after
consideration of the bids.
1293492.1
19. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a
written contract with the City on the agreement form provided, and shall secure all
insurance and bonds as herein provided within ten (10) days from the date of written
notice of the award. Failure or refusal to enter into a contract as herein provided, or
to conform to any of the stipulated requirements in connection therewith shall be just
cause for the annulment of the award and the forfeiture of the proposal guarantee.
If the successful bidder refuses or fails to execute the Contract, the City may award
the Contract to the next lowest responsible bidder or re -advertise. On the failure or
refusal of the lowest responsible bidder or next lowest responsible bidder to execute
the Contract, such bidder's guarantees shall be likewise forfeited to the City.
20. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380)
Government Code, all specifications shall be deemed to include the words "or equal",
provided however that permissible exceptions hereto shall be specifically noted in the
specifications.
21. EMPLOYMENT OF APPRENTICES: The Contractor, and all subcontractors,
shall comply with the provisions in Sections 1777-5, (Chapter 1411, Statutes of 1968),
and 1777.6 of the California Labor Code concerning the employment of apprentices.
The Contractor and any subcontractor under him shall comply with the requirements
of said sections in the employment of apprentices; however, the Contractor shall have
full responsibility for compliance with said Labor Code section, for all apprenticeable
occupations, regardless of any other contractual or employment relationships alleged
to exist. In addition to the above State Labor Code Requirements regarding the
employment of apprentices and trainees, the Contractor and all subcontractors shall
comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR).
22. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid
is under consideration for the award of the Contract shall submit promptly to the City
satisfactory evidence showing the bidder's financial resources, his construction
experience, and his organization and plant facilities available for the performance of
the contract.
23. WAGE RATES: The Contractor andlor subcontractor shall pay wages as indicated
in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor
shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for
laborers, workmen, or mechanics employed for each calendar day, or portion thereof,
if such laborer, workman or mechanic employed is paid less than the general
prevailing rate of wages herein referred to and stipulated for any work done under the
proposed contract, by him, or by any subcontractor under him, in violation of the
provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies
of all collective bargaining agreements relating to the work as set forth in the
aforementioned Labor Code are on file with the Department of Industrial Relations,
Division of Labor Statistics and Research.
24, PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business
license prior to the issuance of the first payment made under this Contract. Any work
required within Caltrans right-of-way will require a separate permit to be obtained by
10
1293492.1
the Contractor. The Contractor shall obtain a no -fee Encroachment Permit from the
City of Diamond Bar prior to the start of any work.
25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to
commence work on or before the date of written "Notice to Proceed" of the City and
to fully complete the project within fifty (50) working days thereafter. Bidder must
agree also to pay as liquidated damages, the sum of Five hundred dollars ($500.00)
for each calendar day thereafter.
26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally
resolve any disputes which may give rise to a claim (hereafter, "Claim") that fails
within the definition of Public Contract Code section 9204 (hereafter, "Section 9204").
If these efforts are unsuccessful, the City and Bidder shall process the Claim in
accordance with Section 9204. In summary, if the Bidder decides to submit a Claim
to the City, it shall be sent by registered or certified mail, return receipt requested,
together with reasonable documentation to support the Claim. A Claim may include
a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of
Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof
agreed upon by the City and the Bidder, the City will conduct a reasonable review of
the Claim and provide the Bidder with a written statement identifying what portion of
the Claim is disputed and what portion is undisputed. Payment of any undisputed
portion of the Claim shall be made within 60 days after the City issues its written
statement. If the City does not provide a written statement within the time specified,
the Claim shall be deemed rejected.
If the Bidder disputes the City's written statement or if the Claim is deemed rejected,
the Bidder may demand in writing by registered or certified mail to the City, return
receipt requested, an informal conference to meet and confer in an effort to settle the
disputed portion of any Claim. Within 30 days of receipt of such written demand, the
City shall schedule a meet and confer conference.
If any portion of the Claim remains in dispute after the conference, the City shall,
within 10 City business days of the conclusion of the conference, provide the Bidder
with a written statement identifying any portion that remains in dispute and any portion
that is undisputed. Payment of any undisputed portion shall be made within 60 days
after the City issues its written statement. Any remaining disputed portion shall be
submitted to nonbinding mediation in accordance with Section 9204(c)(2)(6), unless
the Bidder and City waive the mediation upon mutual written agreement.
27. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction
and services by sub -recipients, the conflict of interest provisions in (State LCA-24
CFR 85.36 and Non -Profit Organizations — 24 CFR 84.4), OMB Circular A-110, and
24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub -
recipient shall participate in selection or in award of administration of a contract
supported by Federal funds if a conflict of interest, real or apparent, would be
involved.
1293492.1
BIDDER'S PROPOSAL
CITY OF DIAMOND BAR
PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
Date � , 20Qf,
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:
(-7r-eepi
Did lit' L, 1-k v 4eil-5o+ - �,,,-e-54-&vt f; 5eccel
(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.
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
12
I293492.1
a(- M&Mlw�-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 one of Bidde
r
City Zip Code Signature B dder
13
1293492.1
BID SCHEDULE
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
ITEM
NO.
1
ESTIMATED
QUANTITY
LS
UNIT
1
DESCRIPTION
WRITTEN IN WORDS
MOBILIZATION
UNIT
PRICE
5o0o —
AMOUNT
�96,000
2
LS
1
SPORT COURT IMPROVEMENTSr-
3
LS
1
DRINKING FOUNTAIN
; 5,1)do—
95,0,0
4
LS
1
LIGHTING IMPROVEMENTS
IA DDp —
`5C aDp
ALTERNATE BID
ITEM
NO.
ESTIMATED
QUANTITY
UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
Al
LS
1
FLAG POLE
%D -
DOfi
The BASIS OF AWARD shall be the sum of the BASE BID and the ALTERNATE BID. The
City reserves the right to delete the ALTERNATE BID from the Award of Contract.
TOTAL AMOUNT BID (IN FIGURES)-4
TOTAL AMOUNT BID, (WRITTEN IN WORDS):
-41
55i4, 6®U
CIO 1(AJ15,
Bid Schedule Note: Bid Price indicated refers to all items illustrated on the {Mans 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.
14
1293492.1
Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out
Bid Schedule.
Accompanying this proposal is —6id UeK-'�5 Y���---
(Insert I /V% ®�/�� �_� 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)
J1 //1I -� M 0c.,L -
ADDRESS
Wo
DATE
I'a- Jfkl�VA, 940&3( Sto J-- &e-i� -& '
CITY ZIP CODE TELEPHONE
&7Gto ' A10- C -i3
STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION
nder penalty of Perjury of the laws of the State of California that the representations
made herei are true and correct in accordance with the requirements of California Business
and �Professi al Code Secti6n 7028.15.
IGNATURE OR AUTHORIZED OFFICER
15
1293492.1
LIST OF SUBCONTRACTORS * II-
131D OPENING DATE
PROJECT t,D fPr�t '�c PROJECT NO. f
LOCATION
CLIENT /}� 4y ,0� �i'Gi A� ��
CONTRACTOR✓��G�����: ����
Name Under Which
Subcontractor is
Licensed
License
No.
&
DI No.
Address
of
Place of Business
Percent
of
Total
Contract
Specific Description
of
Subcontract
�lifvrru .
q3��7
j �7srr'� 5,T)t rry-Atl
c-7ecto
P14M G
Avv hetm a+
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
16
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.
17
1293492.1
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 shalt 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
foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor
Code, or any other provision of law.
18
1293492.1
I declare under penalty of perjury under the laws of the State of California that the fore oin_q is
true and correct. Executed this day of �� } % 202/4! at I-�
(place of execution). ,15
Name: i-)v YIG� �- He V e�lev
Title: F �le5 i, a61t f`
Name of Contractor:
reeo 6-jiaiq
19
1293492.1
del .
BIDDER'S VIOLATION OF LAWISAFETY 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
-____Z
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
nature
of this Statement and Questionnaire.
Bidders are cautioned that making a false certification may subiect the
certifier to criminal prosecution.
20
1293492.1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification Pam
-Ln,&gytrnt,. h6 PYV 4-0- F P 935o3
Bid Date 9/2%
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
2020
2021
2022
2023
2024
TOTAL
A 05t�
No. of Contracts
3
Total dollar amount
1 1416
3-41
i5- 71
`631, coo
of
rJll'�y1
vv►rlWlnmofkpnr
i'i�rUvL
m�iiyrrv►
�n`tilvw
contracts in 1,000's
�.���
141�L�
C3,41G
(L5�v'
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 compile fro he records that are available to me at this time and I
declare under penalty of perjury that t in ation is true I accurate within the limitations of
these records.
r
Name of Bidder (Print "
1-14
Addres
VA, oo 31
City Zip Code
Signature v ` -
State Contractor's Lic. No. & Class
Telephone
21
1293492A
AFFIDAVIT FOR CO -PARTNERSHIP FIRM
STATE OF CALIFORNIA
COUNIOF LOS ANGELES
That he is a member
'SS N I A
being first duly sworn, deposes and says:
co -partnership firm designated as
which is the party making the fore\sou
sal or bid; that such bid is genuine and not collusive
or sham; that said bidder has nonspired, connived or agreed, directly or indirectly,
with any other bidder or person tam bid or that such other person shall refrain from
bidding; and has not in any manby collusion to secure any advantage against the
City of Diamond Bar or any perd in the proposed contract, for himself or for any
other person. ��
That he has been and is duly vested with authority o 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)
22
1293492.1
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES }
!Ti`'A W L - lkN , being first duly sworn, deposes and says:
That he
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 manner sought by collusion to secure any
advantage against the City of Diamond Ba or any pe n interested in,the proposed contract,
for himself or for any other person. a j
Signatu
Subscribed and sworn
to before me this
day of , 20
see attached Caflomla Acknowledgement
Signature of Officer Administering Oath
(Notary Public)
23
1293492.]
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
(CALIFORNIA 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 Angeles
On February 27, 2025 before me, Marissa Danielle Cervantes (Notary Public)
(Date) (Here Insert !Name and Title of the Officer)
Personally appeared -------------------Donald Louis Henderson ---------------------
� whose na
who proved to me on the basis of satisfactory evidence to be the erson
p me(} is/x
subscribed to the within instrument and acknowledged to me that he/SX/tXy executed the same
in his/Xr/tXfr authorized capacity( `}, and that by his/FX/tlyXir signatureN on the instrument
the personM, or the entity upon behalf of which the personM 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.
F> Yar
..ry MARI55A UANIELi.E CERVAN7ES
k Notary Public . California
WITNESS my hand and offici (seal. , = w losAngelesCounty g
m Commission # 2503503 —
1A Fa RMF
My Comm. Expires Oct 31, 2428
Signature of Notary Public (Notary Seal)
ADDITIONAL OPTIONAL INFORMATION
Description of Attached Document
Title or Type of Document:
Document Date:
Number of Pages: Signer(s) Other Than Named Above:
Additional Information:
revision date 01/01/2015
AFFIDAVIT FOR INDIVIDUAL BIDDER
STATE%FCALIFORNIA
COUNOS ANGELES
)SS
being first duly sworn, deposes and says:
That he is the party m\der
oing proposal or bid; that such bid is genuine and not
collusive or sham; that saiot colluded, conspired, connived or agreed, directly or
indirectly, with any other bn to put in a sham bid or that such other person shall
refrain from bidding; and hmanner sought by collusion to secure any advantage
against the City of Diamonperson interested in the proposed contract, for himself
or for any other person.
Subscribed and sworn
to before me this
day of
Sign4ure
20
Signature of Officer Administering Oath
(Notary Public)
24
129s49z. i
.TE OF CALIFORNIA
COUNMOF LOS ANGELES
That he
of,
AFFIDAVIT FOR JOINT VENTURE
)SS
being first duly sworn, deposes and says:
one of the parties submitting the for Ding bid as a joint venture and that he has been and is
duly vested with the authority to make d 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 h not colluded, conspired,
connived or agreed, directly or indirectly, with any other bidder or perso to put in a sham bid or
that such other person shall refrain from bidding; and has not in any mann sought by collusion
to secure any advantage against the City of Diamond Bar or any perso interested in the
proposed contract, for himself or for any other person.
Subscribed and sworn
to before me this
day of
Signature
20
Signature of Officer Administering Oath
(Notary Public)
BOND No.
25
129302.1
FAITHFUL PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond
Bar ("City") has awarded to
(Name and address of Contractor)
("Principal"), a cost ct (the "Contract") for the work described as follows:
WHEREAS, Principal is required rider the terms of the Contract to furnish a bond for the faithful
performance of the Contract,
NOW, THEREFORE, we the undersig d Principal, and
(Name and a ress of Surety)
("Surety") a duly admitted surety insurer under N. 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 a total contract price, in lawful
money of the United States of America, for the payment of which um well and truly to be made,
we bind ourselves, our heirs, executors, administrators, success s, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby ounded Principal, his,
her, or its, heirs, executors, administrators, successors or assigns, shall all things stand to
and abide by, and covenants, conditions and agreements in the Contract nd any alteration
thereof made as therein provided, on the Principal's part to be kept and perform d, 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
26
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"
By:_
Its
By:_
Its
"Surety"
By
Its
Note: This bond must be dated, all signatures must be otarized, and evidence of the authority
of any person signing as attorney -in -fact must b attached.
(Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
is
Insurance Administrator
BOND No.
27
1293492.1
PAYMENT BOND
(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'h
to secure the payment
provided by law.
required under the terms of the Contract and the California Civil Cade
A,cIaims of laborers, mechanics, materialmen, and other persons as
NOW, THEREFORE, we, the urndersigned Principal, and
(Namb,,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 pent s of
Dollars($ ), this amount being not less than one
hundred (100%) of the total contract price, in law I money of the United States of America, for
the payment of which sum well and truly to be ma , we bind ourselves, our heirs, executors,
administrators, successors, and assigns, jointly ands erally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION IS SUCH TH T, if the hereby bounded Principal,
his, her or its heirs, executors, administrators, successors, assigns, or subcontractors shall
fail to pay any of the persons named in Section 3181 of the Calif nia Civil Code, or any amounts
due under the Unemployment Insurance Code with respect to rk or labor performed under
the Contract, or for any amounts required to be deducted, with Id, and paid over to the
Employment Development Department from the wages of employ s of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insura Code, with respect
to work or labor performed under the Contract, the Surety will pay for the sa a in an amount not
exceeding the penal sum specified in this bond; otherwise, this obligation sha ecome 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 attomeys' 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
28
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"
By:
Its
By:
Its
Notary
"Surety"
Its
Its
Note: This bond must be dated, all signatures must be n'61
of any person signing as attorney -in -fact must be
(Seal)
APPROVED AS TO SURETY AND
PRINCIPAL, AMOUNT
Insurance Administrator
29
1293492.1
(Seal)
and evidence of the authority
BOND N
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:
Pantera Park Improvements Project Proiect No. FP23503
WHEREAS Green Giant Landscape, Inc.
941-A Macy St., La Habra, CA 90631
(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, a
Philadelphia Indemnity Insurance Company
283 S. Lake Ave., Suite 160, Pasadena, CA 91101
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto Public Agency in the penal sum of Ten percent of the total bid amount
Dollars($10% , 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 ether
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.
34
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 duty signed by its undersigned
representative(s) pursuant to authority of its governing body.
Dated: February 19, 2025
By, DDnAl _ 1�'esC�.,� By:
Its ���►i��nl" Rya u as tS Attorney -in -Fact
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)
129349.2.1
31
see attached Cafifomia Acknowfedgom&rt
(Seal)
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 Orange
On FEB 19 2o25 before me,
Date
personally appeared
Adelaide C. Hunter, Notary Public
Here Insert Name and Title of the Officer
Ryan Butterfas
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), 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.
ADEiAIDE C. HUNTER
Notary Public - California
-: Orange Counry
T Commtssion 4 2508152
pill " My Comm. Expires jan 23. 2029
Place Notary Seat Above
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
Signature of Notary Public
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:
Number of Pages:
Document Date:
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):
C Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
02014 National Notary Association - www.NationalNotary.org - 1-800-tJS NOTARY (1-800-876-6827) Item P5907
PHILA1i:ELPI- LA I1`DUNI[Ni'I'Y INSURANCE PriiW�
bile Bala=Plaza, Snite JW
Bala Cynvsy d. PA Ir3f)[4-0950
Power of Attorney
KNC7}hi ALL PERSONS BY THESE PRESENTS: That PIHLADELPHIA LNI)ERINUfY INSURANCE.COMPANV (the Cornpany3, a corporation organized and
existing under the lava of the Ctitcttttontkealtii OfPetulsylvani& does krcby wnslitute and appnittt _Linda D. Coats, Matthew J. Coats, Summer Reyes and Ryan
Buttct'%a9 Inc i9�; ne and 1. i0ttl Attofnev-ill-fact with full mithari y to execute on its �reha9f �i ands„ uttdcrtaF:i€��, recogr ir..mcw;
acid other contrac€s of €nett€n ty and writir' Os obiilzatory in lilt nature thereof iss'ed in the course of nd -its business ato bind the Co€itpany thereby. in an antnurtt not to
1 txL ^'Ld 5to-&0 11,000.
This Power of Attorney is granted Bird .is 8ianed Oftd sr tiled by laesimilc untier and by the uuttiurity Of the fbllowing Resotut€on adopted by the Board of Directors of
PHI LADELPIdIA INDEMNITY INNURANC L CC XtPj NY oft t]w J401of NoveiubLr 20 € 6.
RE',A)LVIsI)- That the Roam of Directors ber6y. authorizes the Vresidcnt Or any Vice Prksident (if the
Company.- (I) Appoint Attorneys) in fast and authoriize €Ite.Attorrwy�s) i n ract tit execute
on behalf of the Company bands aitd uiidcnakiatgs, contracts of, indeernnity arnd other
tvtitin� oWiptory in the iatureihercof and to Mach the seal of €lie Company thereto: and
.(2) W rem(We, at Un} tinle, MY such Atlomey-in-Fact and revoke the- autbor icy given. And,
be it
FURTHER
RESOLVED- Mai the sipitatums of such off€ecrs and the seal o f the Company may be afT M tx') arl
such Power of Attorney or certitkale relnti.na thereto by fzacsila de, midatry such Power of
Attorney so executed and certifted by facsintile signatures raid facsimile seal shall € c; valid
and binding upon the-Compmty in lire f lture with €vsPect to any bond or unde€t;&;ing to
'U4"llich it is attaclu-4-
IN TESTIMONY WHEREOF, PHILADELPHIA 1t.,MU. TANI fY INSURANCE C:OMI< Al €Y IfAS CAUSED IiSI ii THIS II�ISTR[1lvl) NT TO BE 41[;NED AND[TS
CORPORATE SEALTO BE AFFIXED BY ITS A UTI40jiUZFD OFFICEE THIS 5TI I DAY OF OCTOBER 2024,
(Seal)
3i17€txt k'illstr&ti
Philadelphia htdemnity Insurom e Company
Ott this 51 day of October, 2024 helbre me name the individual who executed the prececiing instruanetat, txj ttte permnally known, and being by me drily swom said that
he is tile therein described. mid -authorized officer of the PHILAD,1KLPHIA INDLtlm-TY I YSURAN(=E C OMPA-XV, that tllE steal afiired to said instrument is the
Cotporafe seal Ofsaid Company-, that the said Cor€Zor to Seal and his'siVature were duly affixed.
orninq�icuelia � frenrliyi�ar,i� - rtylSi�t
%*43M ftNUk.Wo4arykDt
iJ®I�ratetay
�l� tsrnialla�l etrpie�s �a�ernErte 3<2G2�
Gaari�+li�{)an ttatnit�r i���'i�
r>fmr'ta�r ��rt,ityrvab �' arsoi:t.iran ag �esr�i
Notary public'_
resiilinr? at: Lit)+�yaotf, PA
Pit}l c. rumission expires: November 3, 2P28
I. Edwztrd SavW, Corporate SeLreittty of PHILACSf;LPH.bi INDFMNITY INSURANCE COMPANY, deg hereby certify that the .foregoing resolution of the Bond of�
Directors and the Power of Attorney issued pun:€raitt theretu on the 5, day October 2024 are true and correct mid are still in .full force and effect. I do further cettify that
John 610mb, Who "X&Uted [he Power of Attorney as Pv sidem was on the date of exceution ta4'the attached PowW of Attorney the duly ele;cled President of
PHILADELPHIA INDEMNITY INSURANCE COMPANY,
ha Testimony Whereof I have subseribed my name and affixed the facsimile seal of each Comp rly. this 19th dayof 4bruary 2025 .
's R 2 7
Edw—d Sayago. Corporate Set rotary
PHILADELPHIA INDENLNITY I V4UR4?NCE COMPAN2
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
(CALIFORNIA 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 Angeles )
On February 27, 2025
before me,
(Date)
Marissa Danielle Cervantes (Notary Pudic)
(Here Insert Name and Title of the Officer)
personally appeared ---------- "------❑onaid Louis Henderson------ ----- ---___
who proved to me on the basis of satisfactory evidence to be the personal whose nameWI is/X
subscribed to the within instrument and acknowledged to me that he/s5X/tXy executed the same
in his/fy r/tl rr authorized capacity(}, and that by his/X/tFyxfr signatureN on the instrument
the person(4, or the entity upon behalf of which the personal 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.
r MARISSA DANIELLE CERVAN TES
WIT ESS y hand and offici "seal. �� osAn les California
x
COMMISSon 112503503
C•[I,OAM� µy Comm. Expires Oct 31, .202E
Signature of Notary Public (Notary Seal)
ADDITIONAL OPTIONAL INFORMATION
Description of Attached Document
Title or Type of Document:
Number of Pages: ,_
Additional Information:
Document Date:
Signer(s) Other Than Named Above:
revision date 01/01/2015
6
CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION
As suppliers of goods or services to the City of Diamond Bar, the firm fisted 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 (- eeo C it i l F 1 a )`td6 (ya'Pe b?c, '
TITLE OFF CER GNING�r�'�'�E
4' SIGNATU DATE_^
Please include any additional information available regarding equal opportunity employment
Programs now in effect within your company:
/0 16
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 herebycertifies
es that he has , has not ,
participated in a previous contract or subcontract subject to the Equal Op�qrtunity 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.
DATE: 9- 17
20.E
(TITLE)
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.
33
1293492.1
NON -COLLUSION AFFIDAVIT
TO: THE CITY OF DIAMOND BAR:
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
(� L f-� MLV501 being first duly
sworn, deposes and says that he or she is '?ViGt'BI of
cvtrriti `V �� f;�tie 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 breakdow ereo , he contents thereof, or divulged information or
data relative thereto, or paid, and II not pay, any a to any corpqration, partnership, company
association, organization, bid depo 'tort', or to an member or tgent thereof to effectuate a
collusive or sham bid. t
Signatur%„(sf B
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Subscribed and sworn to before me this — day of ,20
see attached California Acknowledgement
Notary Public in and for the County of
State of California
34
1293492_1
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
(CALIFORNIA 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 Angeles
On February 27, 2025 before me, Cervantes Marissa Danielle Ceantes (Notary Public)
(Date)
(Here Insert Name and Title of the Officer)
personally appeared _---`------ ------Donald Louis Henderson ---------------------
who proved to me on the basis of satisfactory evidence to be the personm whose namewI is/
subscribed to the within instrument and acknowledged to me that he/ sb/tPyy executed the same
in his/IXr/tXiir authorized capacity(`}, and that by his/X/tlXir signatureM on the instrument
the personal, or the entity upon behalf of which the personal acted, executed the instrument.
f certify under PENALTY OF PERJURY under the laws of the State of California, that the foregoing
paragraph is true and correct.
■"; °° > ALARISSA DANIELLE CERvANTES
WIT ESS Notary public - California
y hand and offlci f seal. r Los Angeles County T.
Commission # 2503503
7 '�/. -� ' > � ` 4 IFOR� Ay Comm. ExPlres Oct 31, 2028 Y
/,
Signature of Notary Public (Notary Seal)
ADDITIONAL OPTIONAL INFORMATION
Description of Attached Document
Title or Type of Document,
Document Date:
Number of Pages: Signer(s) other Than Named Above:
Additional Information:
revision [fate 01/01/2ol5
Pantera Park Hardcourt Rehabilitation & LED Light Retrofi...
Q&A Deadline February 20, 2025 200 PM (PST)
Set 1 Released via Email 01 /29/2025 6:27 AM (PST) — 1 question
1.1 Will a B license be acceptable?
Answer Yes
Set 2 Released via Finail 02/14/2025 6:10 AM (PST) — 1 question
2.1 The project specifications require a contractor with a B, C-10, or C-33 license. However, since the work does not
involve building -related activities, it does not fall under the expertise of a general B license_ Instead, it falls under
general engineering, which requires an "A" license, with C-10 and C-33 licensed services used as
subcontractors.
Answer A, B or Applicabie C-Licensed Contractor(s) can bid.
Set 3 Released via Addendum 1 02/19/2025 6:57 AM (PST) — 1 question
3.1 Could you confirm whether a zone switch should be provided to control the existing contactors for the Tennis
Court and Basketball Court lighting zones, or if additional guidance wilt be provided regarding the necessary
controls to ensure compliance with project requirements? This matter was brought to my attention by a Musco
representative.
Answer The Musco control link will need to control the fallowing zones and contactors.
• Field 1
• Field 2
• Walkway Lighting
Parking Lot Lighting
• Tennis Courts
• Basketball Courts
Set 4 Released via Email 02/20/2025 3:48 PM (PST) — 1 question
4.1 Are any of the bid documents required to be in -person drop off as well as PB upload? "RECEIPT OF
PROPOSALS: Sealed proposals will be received at the office of the City Clerk, City Hall, Diamond Bar, California,"
Answer All documents can be submitted electronlike via Planet Bids.