Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CTT Diamond Bar Proposal - CDBG Area 5 Curb Ramp Project
BIDDER'S PROPOSAL CITY OF DIAMOND BAR AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. 51254 Date _M.03 2025 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: - rresident & (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. 15 (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 ten percent of the total of the bid 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. 324 S. Diamond Bar Blvd PMB 275 Diamond Bar CA 91765 _(909) 629-8000 Address of Bidder Tele h n f Bidder Diamond Bar 91765' City Zip Code S �° ure of Bidder 16 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. S1254 BID SCHEDULE ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT 1 1 LS CONSTRUCTION STAKING AND MONUMENT PRESERVATION REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT 2 6 CURB RAMP PER SPPWC STD. EA PLAN 111-5, INCLUDING MOBILIZATION, TRAFFIC CONTROL, AND PUBLIC SAFETY REMOVE EXISTING CURB AND 3 179 LF GUTTER AND CONSTRUCT CURB AND GUTTER PER SPPWC STD. PLAN 120-3 REMOVE EXISTING SIDEWALK 4 318 SF AND CONSTRUCT CONCRETE SIDEWALK PER SPPWC STD PLAN 113-2 REMOVE PAVEMENT SURFACE, 5 818 SF BASE, AND SUBGRADE, AND,,. INSTALL 4-FT WIDE HMA PLUG REMOVE EXISTING CONFLICTING YELLOW 6 1 LS CROSSWALK PAINT AND RESTORE STRIPING AND RED CURB PAINT BID SCHEDULE ITEMS: TOTAL AMOUNT (IN FIGURES) 17 BID SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS)'.t 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 of the project shall be determined based on the lowest responsible bidder. Therefore, the Contractor shall completely fill out the Bid Schedule. • _q Accompanying this proposal is Bid Bond ( Insert "$ ten percent of the total of the bid cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (100) 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. RINT ) 324 S. Diamond Bar Blvd PMB 275 Diamond Bar CA 91765 ADDRESS SIGNATURE 18 Diamond Bar 91765 (909L629-8000 CITY ZIP CODE TELEPHONE 875627, A,C-8 STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION I declare under penalty of Perjury of the laws of the State of California that the represent a,�ions made herein are true and correct in accordance with the requis of California Business and Professional Code Section 7,028/Z-5,7"" OR SIGNATURE OR AUTHORIZED OFFICER 19 LIST OF SUBCONTRACTORS * BID OPENING DATE 31412025 PROJECT QDQQ Area 5 Curb RamK) Pro*ect - CQBG PROJECT NO. 602671-24 LOCATION. City of Diamond Bar CLIENT Public Works CONTRACTOR QT&T Concrete Paying Inc Name Under which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract fj (Av C' to 14 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 20 license of each Subcontractor - who will perform work or labor or render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (10) of the General Contractor's total 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 (0.5a)of the Prime Contractor's total bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 21 DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 22 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. 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 03/03/2025 , 202_, at Pomona. CA (place of execution) . Sitat Name: Jose Carvajal Title : President & Secretary Name of Contractor: 23 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: Has the Bidder, any officer, has a proprietary interest disqualified, removed, or completing a federal, state violation of law or a safety YES QUESTIONNAIRE principal or employee of the Bidder who in the business of the Bidder, ever been otherwise prevented from bidding on or or local government project because of regulation? NO X If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 24 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Project No. 602671-24 Bid Date 3/4/, 03/04/2025 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 three 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 anv and all fatalities. ITEM 3 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2022 2023 2024 TOTAL 2025 No. of Contracts %(p 25 4> 5 7 S Total dollar amount of mount ! `f 1 U 11 `+ 1 1 iv I g (o�i , Y 18 7 3 0 71 Y ` N X317 ] 175 4 -7 contracts in 1, No. of lost workday cases No. of lost work day cases involving permanent transfer to '' v [ ' anotherjob 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 to me at this time and I declare information is true and accurate records. Cary Name of Bidder (Print 324 S. Diamond Bar Blvd, PMB 275, Address Diamond Bar, CA 91765 City Zip Code from the records that are available under penalty/yf perjury that the within tbe;'Amitations of these Signature 875627, A.C-8 State Contractor's Lic. No. & Class (909) 629-8000 Telephone 25 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA )SS COUNTY OF LOS ANGELES Jose Carvajal being first duly sworn, deposes and says: That he is President& Secretary of, CT&T Concrete Paving Inc 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. AT�4n-'a t'i I r e Subscribed and sworn to before me this March day of 03 Monday 202025 Signature of Officer Administering Oath (Notary Public) Commission # 2475932 ORANGE County California - Notary Public 0 COMM.EXR OEC. 11, 2027 ........ ....... ............... 27 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: AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. SI254 WHEREAS CT&T Concrete Paving, Inc., 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765 (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 Contractors Bonding and Insurance Company, 9025 N. Lindbergh Drive, Peoria, IL 61615 (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% of Bid Amount ) , being not less than ten percent (10 o ) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 34 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. 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: February 28, 2025 "Principal" CT&T Concrete Paving, Inc. By: Its "Surety" Contractors Bonding and Insurance Company By: Emilie Young ' & s Attorney -in -Fact By. Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney -in - fact must be attached. (Seal) (Seal) 35 CAUFORMIA ALL-PURPOSE ACC' KNOINUE10GRAFENN T 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 e before me, Y. Patel, Notary Public, personally appeared ' Q`6�A-,c who proved to me on the basis of .satisfactory evidence to be the person(s) whose name(s) is/W-e-subscribed to the within instrument and acknowledged to me that he/shI'rheG executed the same in hislrttkien authorized capacity(ies), and that by his/her%heir signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 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 of Notary Pjj �Y c �i7 � s Commission2475932 —: # ORANGE County a ....... California - rVolary Public COS 4h EXP: DECa Ii, zDz7 I —OPTIONAL DA T A FOR SECURITY -- Name of Document: Document Date: Number of Pages: Number of Signatures Notarized (circle): 1 2 3 4 Other. Copyright 2D23. Notary has permission to copy this form during the term of their commission. State of Arizona County of Maricopa On thisFEB 2 8 2025, before me personally appeared Emilie Young [Name of Signer] Danielle Hanson [Name of Notary Public] whose identity was proven to me on the basis of satisfactory evidence to be the person who he or she claims to be, and acknowledged that he or she signed the above/attached document. es p� DANIELLE IRIS HANSON Notary Public - Arizona Maricopa County Commission # 653538 ear My Commission Expires s. August 11, 2027 (Seal) [Affix Seal Here] Witness my hand and official seal. Signature of Notary Public POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Yung T. Mullick, P. Austin Neff. Irene Luona Emilie Young, Danielle Hanson Christine Woolford Alexander R. Holsheimer. Thao Luu, Joseph P. McGrady, iointy or severely in the City of Mission Viejo , State of California its true and lawful Agent(s) and Attomey(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Sr. Vice President with its corporate seal affixed this 27th day of September , 2024 . �.�` "LNG AND .. ;�; o m.m= 2'. SEAL U� .' 'F State of Illinois LUNots SS County of Peoria On this 271h day of September 2024 , before me, a Notary Public, personally appeared Eric Raudins , who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: Jill A. Scott Notary Public JILL A scorn Notary Public State of Ohio o My Comm. Expires - •s; �.. o September 22. 2025 RLI Insurance Company Contractors Bonding and Ihrrs ja�ncceeCompany By: Eric Raudins Sr. Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this 28th day of February 2025 RLI Insurance Company Contractors Bonding and Insurance Company By: Q4k:LA /3 -�C-�- Jeffrey DUicOCorporate Secretary 0456(59020212 A0058D 19 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM TITLE OF OFFICERZ I Jose Carvaiai v SIGNATURE DATE 3/3/2025 Please include any additional information available regarding equal opportunity employment programs now in effect within your company: 36 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 X , proposed subcontractor , hereby certifies that he has ,�_, has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. ( COMPANY ) BY: Vv-e (TITLE) DATE: AAtVr(,"\. H , 2 0 9 5 . 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. 37 NON -COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) The undersigned declares: I am the _President & Secretary of CT&T Concrete Paving Inc , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 03,03,2025 [date] , at Pomona [city] , CA [state] . CT&T Concrete Paving Inc Business Name Signegture of Bidder (must be notarized) 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar. CA Business Address Attach Notary Acknowledgement Form to this form when submitting 38 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 af that document. Stage of CALIFORNIA Coanttl of 0 RAMM Can a / 11-% before me, appeared Y. Patel, Notary Public, personally who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the vTithin instrument and acknowledged to me that hejs�]'the- executed the same in his/derIthei authorized capacity(ies), and that by his/Wbeir signatures) 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 anq official seal. I g ee eosaeeeooeoee sa a c� mmoancnsoc. Y. PATEL f r o � Commission t 2475432 �'Tf Signature of Notary public � � —y�� � ORANGE Cuun"y r? California -Notary Public ee'�`°"�. ya�� e.ee.BeCGb4PA. EkP: DECe7i, 2027 ®e,e.,. i —OPTIONAL DATA FOR SECURITY �j Name of Document: Document Date: Number of Pages: Number of Signatures Notarized (circle): 1 2 3 4 Other. Copyright 2D23. Notary has permission to copy this form during the term oftheir commission. 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 three years. Only projects in excess of $250,000 each qualify as similar for this project. 1. Project Title °CIP No. 106 Citywide Sidewalk Repairs & Coif" Contract Amount $ 607,850.00 Type of Work R&R of existing sidewalk, curb, & retaining wall Client City of Laguna Hills Agency Project Manager Joe Ames PE Phone (949) 707-2655 Date Completed5/8/2024 % Subcontracted 2. Project Title Olive Heights Sidewalk Gap Closure Contract Amount $ 372,281.00 Type of Work Maintenance Project: R/R Sidewalk, Curb & G: Client County of Orange Public Works Agency Project Manager Janet Lee Phone 949-506-6965 Date Completed April2023 % Subcontracted 3. Project Title ADAUpgrades-Midway City Contract Amount $ 262,521.00 Type of Work Maintenance Project: R/R Sidewalk, Curb & G Client County of Orange Public Works Agency Project Manager Janet Lee Phone 949-506-6965 Date Completed 10/10/22 % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and information sufficiently comprehensive to permit an appraisal / jurrent financial condition. J Bidder's Signature 10 DEPARTMENT OF PUBLIC WORKS OFFICIAL NOTICE Request for Bids AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMPS IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. S1254 ADDENDUM NO. 1 The following changes to the Request for Bids (RFB) for the above project shall be incorporated into the RFB. The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1 and attach it to the bid. — 2/25/2025 David G. Liu, P.E. Date Director of Public Works/City Engineer ractor's Authorized Signature J (Rev. October 2018) Department of the Treasury Internal Revenue Service Y "r' U 0 O i C N C 0. U U d O. m m 1 Name (as shov CT&T Concre ®Go to on your income tax retu entity name, Request for Taxpayer for instructions and the latest information. required on this line; do not leave above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ❑ Individual/sole proprietor or ❑ C Corporation 0 S Corporation ❑ Partnership ❑ Trust/estate single -member LLC Give Form to the requester. Do not send to the IRS. 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if airy) ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) (- Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see instructions) ► APvros eo accouoh maG, amndo,nsluv a u.s 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) KiffM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. or number © Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, g, Mere U.S. person ► -^'% _ Date D 5 Ij i .:2 General Instructions — Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov1FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) NOTICE TOBIDDERS COMMUNITY DEVELOPMENT BLOCK GRANT COMPLIANCE DOCUMENTS FOR CONSTRUCTION CONTRACTS ofLESS Than $20O.UUO A Bidder is required to familiarize itself with the information provided on the following pages. Failure to comply with and/or meet the requirements may result in @ bid being determined incomplete or non- responsive. A bidder is required to submit the following Compliance forms with its Bid Proposal: Fl 1:County Lobbying Certification L] 2: Request for Additional C|aS6M5caUOn and Rate LJ 3: Contractor's List ofProposed Subcontractors El 4:Worker's Compensation Certification Fl 5: Non -Segregated Facilities Certification Fl O:Past Performance Certification [l 7:Notice VfEqual Employment Opportunity Commitment [l 8: Non Collusion Declaration El 9:Federal Lobbying Certification COUNTY•;;BYIST CODE CHAPTER 2.160 COUNTYORDINANCE NOtt93-0031 CERTIFICATION Name of Firm: CT&T Concrete Paving Inc. Address: 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar State: CA Zip Code: 91765 Telephone Number: ( 909 ) 629-8000 Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the Los Angeles County Development Authority (LACDA). 1) It is understood that each person/entity/firm who applies for a Los Angeles County Development Authority contract, and as part of that process, shall certify that they are familiar with the requirements of the Los Angeles County Code, Chapter 2.160 (Los Angeles County Ordinance 93-0031) and; 2) That all persons/entities/firms acting on behalf of the above named firm have and will comply with the County Code, and; 3) That any person/entity/firm who seeks a contract with the Los Angeles County Development Authority shall be disqualified therefrom and denied the contract and, shall be liable in civil action, if any lobbyist, lobbying firm, lobbyist employer or any other person or entity acting on behalf of the named firm fails to comply with the provisions of the County Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into contract with Los Angeles County and the Los Angeles County Development Authority. Authorized Official: CT&T Concrete Paving Inc. 03/04/2025 (Contractm.,Subcontracto') M By. President (Tick) U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD FORM 4230A REPORT OF ADDITIONAL CLASSIFICATION AND RATE ONABApproval Number 25o1.0011 (Exp. 8131/2022) 1. FROM (name and address of requesting agency) 2. PROJECT NAME AND NUMBER � r' 7 3. LOCATION OF PROJECT (City, County and State) 4. BRIEF DESCRIPTION OF PROJECT S. CHARACTER OF CONSTRUCTION ❑ Building ❑ Residential ❑ Heavy ❑ Other (specify) ❑ Highway 6. WAGE DECISION NO. (include modification number, if any) DATE of WAGE DECISION: 7. WAGE DECISION EFFECTIVE DATE (LOCK -IN): ❑ COPY ATTACHED 8. WORK CLASSIFICATION(S) HOURLY WAGE RATES BASIC WAGE FRINGE BENEFIT(S) (if any) 9. PRIME CONTRACTOR ((name, address) 9a. 10. SUBCONTRACTOR/EMPLOYER, IF APPLICABLE 4 (�'r)Yi.l%t-vt r ���( I✓lr �I L� (name. address) ❑ Agree ❑ Disagree 9b. 51GNA DATE Check All ❑ The work to be performed by the additional classifications) is not performed by a classification in the applicable wage decision. ❑ The proposed classification is utilized in the area by the construction industry. ❑ The proposed wage rate(s), including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage decision. ❑ The interested parties, including the employees or their authorized representatives, agree on the classification(s) and wage rate(s) ❑ Supporting documentation attached, including applicable wage decision. Check Orley ❑ Approved, meets all criteria. DOL confirmation requested. ❑ One or more classifications fail to meet all criteria. DOL decision requested. FOR HUD USE ONLY LR2000: Agency Representative Date (Typed name and signature) I Lag in: Phone Number s,♦ (9-19) "IT C� co (N C (D 16 Lo uj M uj -a E g 5� e P— Lu 0 u E NO u < v, 0 AA 0 E Lu 0� lu Lj < ro I LO I certify, by my signature below, that I am aware of the provisions of Section 3700 of the California Labor Code. §3700 requires every employer be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code. I further certify that I will comply with such provisions before commencing the performance of the work of this contract. Date: 3/4/25 Project Number: 602671-24 Project Name: Area 5 Residential Neighborhood ADA Curb Ramp Improvement Project Company Name: CT&T Concrete Paving Inc. Address: 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765 Print Name: Jose Carvajal Title- -President Signature:- NON -SEGREGATED FACILITIES CERTIFICATION Federally Assisted Construction Projects The federally assisted construction contractor certifies that he/she DOES NOT and WILL NOT: Maintain or provide, for his/her employees, any segregated facilities at any of his/her establishments. 2. Permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally assisted contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term segregated facilities means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally -assisted contractor agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he/she will retain such certifications in his/her files. NOTE: The penalty for making false statements in offers are prescribed in 18 U.S.C. 1001. Date: 03/04/2025 Company: CT&T Concrete Paving Inc. Project Number: 602671-24 Address: 324 S. Diamo9,,B w-Slvd, PMB 275, Diamond Bar, CA 91765 By Title: President PAST PERFORMANCE CF T'IFICT'I With regard to performance of previous contracts or subcontracts subject to the Equal Opportunity Clause and filing of required reports The Cfbidder, ❑proposed sub -contractor, hereby certifies that he/she Mhas, ❑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/she ❑has, tg3has not, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance (OFCCP), 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: 03/04/2025 Project Number: 602671-24 Awarding Agency: City of Diamond Bar ContractAward: $ Contractor Name: CT&T Concrete Paving Inc. Total Number of Employees 52 Affiliate Company: N/A By: Title: President 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). 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 or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF-100 (EEO-1) must be filed by; (A) All private employers who are: (1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees, (2) Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) All federal contractors (private employers), who: (1) Are not exempt as provided for by 41 CFR 60-1.5 (2) Have 50 or more employees, and a. Are prime contractors or first -tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b. Serve as a depository of Government funds in any amount, or Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes. TO: The Laborers Training School (Name of Labor Union, Workers Representative. etc. 1385 Sierra Madre Ave, Azusa, CA 91702 (Address) Name of Business (Contractor): CT&T Concrete Paving Inc. Project Name: Area 5 Residential Neighborhood ADA Project Number: 602671-24 ur amp improvementProject — The Undersigned currently holds a contract with City of Diamond Bar , involving funds of the U. S. Government, or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract, and in accordance with Executive Order 11246, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. This obligation not to discriminate in employment includes, but is not limited to the follow: 1. Hiring, placement, upgrading, transfer or demotion; 2. Recruitment, advertising or solicitation for employment; 3. Treatment during employment; 4. Rates of pay or other forms of compensation; 5. Selection for training, including apprenticeship; and 6. Layoff or termination. This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Jose Carvajal (hiol Name) 03/04/2025 cure, By: — (ti�gnaturel President ('fide) California Public Contract Code requires 8V8p/ bid OO every public works DODtr8Ci of public to include 8 declaration under penalty of perjury under the laws of the State of California, in the following form: NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: President mCT&TConcrete Paving Inc. | am the ____ of the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership. company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in afabe or sham bid. The bidder has not directly ur indirectly colluded, conspired, connived, oragreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any nnanner, directly or indinacdy, sought by agnaemant, communication, or conference with anyone to 0x the bid price of the bidder or any other bidder, or to fix any overhead, pro0t, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member oragent thereof, to effectuate collusive or sham bid, and has not paid, and will not pay, ally person or entity for such purpose. Any person executing this declaration on behalf ofa bidder that is acorpnmtinn. partnership, joint venture, limited liability company, limited liability partneohip, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf ofthe bidder. | declare under penalty of perjury under the laws of the State ofCalifornia that the foregoing is true and correct and that this declaration is executed on �1�11clatel, atp 0 --- [state]." �/�e}1��Jc»^� `n Name of Firm: CT&T Concrete Paving Inc. Address: 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765 State: CA Zip Code: 91765 Telephone Number: (909 ) 629-8000 Acting on behalf of the above named firm as its Authorized Official, I make the following Certification to the U. S. Department of Housing and Urban Development and the Los Angeles County Development Authority (LACDA). 1) No Federal appropriated funds have been paid by or on behalf of the above named firm to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee or any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the above named firm shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions, and; 3) The above name firm shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreement) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into the transaction imposed by Section 1352 Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Authorized Official: CT&T Concrete Paving Inc. (Contractoc'Subcontractor) 03/04/2025 By: (signnlnre) President