Loading...
HomeMy WebLinkAboutBrea Canyon Storm Drain - Sancon ProposalBIDDER'S PROPOSAL FOR BREA CANYON STORM DRAIN LINING PROJECT FY 2024-2025 PROGRAM PROJECT NO, PW23403 Date AQJ1\ , , 2026 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: V o✓ a-t X S2/�� �S U-C �bA S� cow-Ce.c�.� ado �\ eS (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/she has carefully examined the location of the proposed work and has familiarized himself/herself with all of the physical and climatic conditions and makes this bid solely upon his/her own knowledge. (d) That by submitting this Bidder's Proposal, he/she acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him/her at the address furnished by him/her to the City of Diamond Bar when this Proposal Form was obtained. (e) That he/she has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him/her as aforesaid, and makes this proposal in accordance therewith. 9 (f) That, if this bid is accepted, he/she will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g) That he/she 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. Address of Bi �o n bes�d� City g26y� Zip Code TeleD of Aidder of Bidder BID SCHEDULE CONTRACT DOCUMENTS AND SPECIFICATIONS BREA CANYON STORM DRAIN LINING PROJECT #PW23403 BID SCHEDULE OPTION "A" ITEM APPROX, DESCRIPTION UNIT NO, QUANTITY UNIT WRITTEN IN WORDS PRICE AMOUNT 1 1 LS MOBILIZATION (5% MAX) 2 1 LS TRAFFIC CONTROL CCTV INSPECTION (BEFORE AND AFTER 3 1 LS CONSTRUCTION) AND PRE -CONSTRUCTION CLEANING INSTALL UV -CURED GLASS REINFORCED 4 600 LF PLASTIC CURED -IN -PLACE (GR P-CIPP) LINER IN EXISTING 24" CMP 5 I EA CONSTRUCT NEW MANHOLE TOTAL AMOUNT BASE BID SCHEDULE OPTION "A" IN FIGURES) TOTAL AMOUNT BASE BID SCHEDULE OPTION "A" (WRITTEN IN WORDS): 10 BID SCHEDULE OPTION "B" ITEM APPROX, DESCRIPTION UNIT NO, QUANTITY UNIT WRITTEN IN WORDS PRICE AMOUNT 1 1 LS MOBILIZATION (5% MAX) t1o�000- %►o1000 — 2 1 LS TRAFFIC CONTROL orio - $ IS 1000 — CCTV INSPECTION (BEFORE AND AFTER — 3 1 LS CONSTRUCTION) AND PRE -CONSTRUCTION CLEANING 4 600 LF INSTALL CIPP LINER IN EXISTING 24" CMP 1 12 — 1031200 - CONSTRUCT CONCRETE ENCASEMENT ec $ISiS $°14 500- 5 60 LF (INCLUDES TRENCH REPAIR &PAVEMENT RESTORATION) 6 1 EA CONSTRUCT NEW MANHOLE *St ,Soo TOTAL AMOUNT BASE BID SCHEDULE OPTION "B" IN FIGURES) $ 21 1 12 _ TOTAL AMOUNT BASE BID SCHEDULE � 1 OPTION "B" (WRITTEN IN WORn(IIS)) Two IAUAW 2a Jc/�/?/�'� DAZ 1 A0Vr34knA "tM1 eA A0G •`^ , The Contract shall be awarded to the lowest responsible bidder based on TOTAL AMOUNT BASE BID SCHEDULE OPTION "A" OR TOTAL AMOUNT BASE BID SCHEDULE OPTION "B". Please submit the bid on only one of the options, 4A" or "B» 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 includes 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. 11 S&ACo^ TZc.1vv)`u�1eS Izs NAME OF BIDDER ( PRINT ) —/SIGNATURE ll �'1'E ADDRESS HV„�,�,�� 6�A��, 01U41 fly-g��-2;23 CITY � ZIP CODE TELEPHONE h30053 A Ibl3O25 STATE CONTRACTOR LICENSE NO. CLASSIFICATION EXPIRATION DATE I declare under penalty of Perjury of the laws of the State of California that the representation made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 7028.15. CONTRACTOR S ZED OFFICER 12 LIST OF SUBCONTRACTORS * d BID OPENING DATE PROJECT 6!e&\ CAN � 5�6�M lr "V\ ul1\yi PROJECT NO. Nw23403 �1 1 LOCATION C k A 4-bl#%Mon0 e^/ CLIENT C1 at CONTRACTOR SAnCo^ TCcl�nu�oa�tCS Name Under Which Subcontractor is Licensed License No Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract Sysl�s CGe\s��C.'h<e\ toy Z'12 3 qqM1 o- is Sk. 41001 cs��c..r�k e.✓tc..Ser�.t S�wW. rlc CCA �lo2go * Any Subcontractor doing work in excess of one-half (1/2) of one percent (101) Of the total bid or ten thousand ($10,000.00), whichever is greater, shall be designated on this form. l3 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 any other provision of law. 3. The Contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a Contractor or Subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a Contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred Subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The Contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works project, and determined that none of them is ineligible to perform 14 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 J.� 2Q5 at 'RyAbnon l7� (place of execution) . Sigatunn nn'1 Name : (L4v n riJon Title: V <CAr Q(`eSI Name of Company: Sti^Co^oX 15 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5, 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 X If the answer is yes, explain the circumstances in the following space: NOTE: This questionnaire constitutes a hart o£ the Proposal and signature on the signature portion of this Proposal shall constitute signature of this questionnaire. 16 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification it Bid Date A I V 1 zcw 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 2025 No. of Contracts 1'�l V I'54 q i VvI Jon ) 5s ;40 Total dollar amount of $gS.mM #131.bM $152.�N1UoC.SM $101D2.2M �'I.5 M contracts(in 1,000's No. of lost workday Z I Z p l� Q cases No. of lost work day cases involving permanent transfer to 3 another job or termination of employment No. of lost workdays j�P 1 94 C) 3oZ 0 *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, OSEA No. 102. The above information was compiled to me at this time and I declare from the records that are available Signature 103oo53-A State Contractor Lic. No. & Class Ilk -Ml- 23272 Telephone IN AFFIDAVIT FOR CO-PARTNERSFIIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) That he is a member being first duly sworn, deposes and says: of the co -partnership firm designated as which is the parry making the foregoing bid or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co- partnership by who constitute the other members of the co -partnership. Subscribed and sworn to before me this Signature 2025. Signature of Officer Administering Oath (Notary Public) [I] AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA COUNTY OF LOS ANGELES That he is of, being first duly sworn, deposes and says: a corporation which is the party making the foregoing bid 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. Subscribed and sworn to before me this Signature 2025 Signature of Officer Administering Oath (Notary Public) 19 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) V Of )efvu 2rsW� being first duly sworn, deposes and says: That he is the party malting the foregoing bid 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. Subscribed and sworn to before me this gnat HP&j Wamm J�tw P'tfz010q\1 day of , 2025. Signature of Officer Administering Oath (Notary Public) 20 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 Subscribed and sworn to (or affirmed) before me on this 8th day of April 20 25 , by Ryan Helmuth proved to me on the basis of satisfactory evidence to be the persons) who appeared before me. NO SEXTON Notary Public - California W�, Orange County Commission N 2437910 ��, My Comm. Expires Feb 11, 2127 (Seal) Sig 51ANC N technologies A VORTEX COMPANY CERTIFICATION (Vortex Services, LLC dba Sancon Technologies) Date: January 2, 2025 TO WHOM IT MAY CONCERN: I, the undersigned Senior Vice President and Secretary of Vortex Companies, LLC, a Delaware limited liability company, hereby certify as follows: • That Vortex Services, LLC is a wholly -owned subsidiary of Vortex Infrastructure Services, LLC, which is a wholly -owned subsidiary of Vortex Companies, LLC; • That Vortex Services, LLC is the successor to Sancon Technologies, Inc.; • That Sancon Technologies is a trade name of Vortex Services, LLC; and • That the following individuals are officers and authorized signatories of Vortex Services, LLC dba Sancon Technologies: Michael Vellano Matthew Samford Ryan Graham Lou Gastin B.J. Kerstiens Quin Breland Chuck Parsons Ryan Helmuth Gary Drew Chief Executive Officer and Presideut Chief Financial Officer and Treasurer Chief Operating Officer Chief Accounting Officer and Assistant Secretary Senior Vice President — Services Senior Vice President — Shared Services, General Counsel, and Secretary Regional Vice President — Sancon Technologies Vice President and General Manager — ._....._.. . Sancon Technologies Operations Manager — Sancon Technologies That each of the foregoing officers is authorized to execute bid packages, contracts, subcontracts, purchase orders, change orders and all other contract documents on behalf of the Company and fully bind the Company. This Certification may be relied upon by third parties to confirm the authority of officers to act on behalf of the Company. l+VY`1RTBX CCIMPANY 5841 Engineer Dr. I Huntington beach, GA 92649 I wWWsanCOh:com SANCN technologies A VORTEX COMPANY VORTEX SERVICES, LLC DBA SANCON TECFINOLOGIES By: Vortex Infrastructure Services, LLC, its sole member By: Vortex Companies, LLC, its sole member Quin Breland, its Senior VP and Secretary A V ��yRTEX COMInANV 5841 EngineeY Dr, � Huntington Btlach, CA 92649 www.sancon,com AFFIDAVIT FOR .JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this Signature day of , 2025. Signature of Officer Administering Oath (Notary Public) zt FAITHFUL PERF RMANCE BOND N /qpoV KNOW ALLMENBY THESE PRESENTS hereinafter referred to as "Contractor" as PRINCIPAL, and as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which sum, will and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said contract has been awarded and is about to enter into the annexed contract with said City for consideration of the work under the specification entitled BREA CANYON STORM DRAIN LINING PROJECT and is required by said City to give this bond in connection with the execution of said contract. NOW, THEREFORE, if said Contractor shall well and truly do and perform all the covenants and obligations of said contract on his part to be done and performed at the time and in the manner specified herein; this obligation shall be null and void; otherwise it shall be in full force and effect; PROVIDED, that any alterations in the work to be done, or the materials to be furnished, which may be made pursuant to the terms of said Contract shall not in any way release said Contractor or the Surety thereunder nor shall any extension of item granted under the provisions of said Contract release either said Contractor or said Surety and notice of such alterations or extensions of the Contract is hereby waived by such Surety. In the event suit is brought upon this Bond by the obligee and judgment is recovered, said Surety shall pay all costs incurred by the City in such suit, including a reasonable attorneys fees to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 2025. PRINCIPAL BY: (SEAL) 22 SURETY (SEAL) LABOR AND MATERIAL BOND M /� OW ALL MENBY THESE PRESENTS,TWE hereinafter referred to as "Contractor" as PRINCIPAL, and as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of DOLLARS ($ ) lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said Contract has been awarded and is about to enter into the annexed Contract with said City for construction of the work under City's specification entitled BREA CANYON STORM DRAIN LINING PROJECT and is required by said City to give this bond in connection with the execution of said Contract; NOW, THEREFORE, if said Contractor in said Contract, or subcontractor, fails to pay for any materials, provisions, provender or other supplies, or for the use of implements or machinery, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, said Surety will pay for the same in an amount not exceeding the sum specified above, and also in case suit is brought upon this bond, a reasonable attorney's fee, to be fined by the court. This bond shall immure to the benefit of any and all persons entitled to file claims under the Code of Civil Procedure of the State of California. PROVIDED, that any alterations in the work to be done, or the material to be furnished, which may be made pursuant to, the terms of said Contract, shall not in any way release either said Contractor or said Surety thereunder nor shall any extensions of time granted under the provisions of said Contract release either said Contractor or said Surety, and notice of such alterations or extensions of the Contract is hereby waived by said Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of . 2025. BY: (SEAL) 23 SURETY (SEAL) BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE Vortex Services, LLC dba Sancon Technologies as Principal, and Swiss Re Corporate Solutions America Insurance Corporation as Surety, are held and firmly bound unto the City of Diamond Bar in the sum to ten percent (10%) of the total amount of the bid of the Principal above named, to be paid to the said City or its certain attorney, its successors and assigns; for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of Ten Percent of Total Amount Bid (10% T.A.B.) THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the above mentioned bid to the City of Diamond Bar for certain construction specifically described as follows, for which bids are to be opened in PlanetBids on the date and time specified on PlanetBids, for the BREA CANYON STORM DRAIN LINING PROJECT. NOW, THEREFORE, if the aforesaid Principal is awarded the Contract, and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files the two bonds with the City of Diamond Bar, one to guarantee faithful performance and other to guarantee payments for labor and materials, as required by law, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the obligee and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney's fees to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 1st Vortex Services, LLC dba Sancon Technologies (SEAL) PRINCIP SIGN TITLE 97ali W^ , ✓'� Swiss Re Corporate Solution America Insurance Corporation (SEAL) SURETY SIGNATURfAND TITLE Aaron P. Clark, Attorney -in -Fact NOTE: Signatures of those executing for the Surety must be properly acknowledged. 24 Acknowledgment A PRINCIPAL STATE OF COUNTY OF before me personally appeared to me known, who being by sworn, did depose and say: that she/he is the duly of me the corporation described in and which executed the foregoing bond as principal; that she/he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board of directors of said corporation; and that she/he signed his name thereto by like order, Gtk%tGin��>'� Notary Public STATE OF TEXAS COUNTY OF HARRIS Commission Expires: Acknowledgement of SURETY On the 1 st of April, 2025, before me personally appeared Aaron P. Clark that he/she is the Attorney -in -Fact of Swiss Re Corporate Solutions America Insurance Corporation, the Surety in and which executed the foregoing bond; that he/she knows the seal of said Surety; that the seal affixed to said bond is the corporate seal of the Surety; that it was so affixed by authority of the Power of e ff^ w3 ^tee Surety; and that he/she signed his/her name thereto by like authority. Joshua Commission Expires: 08/28/2028 'r • rrr„ •�io, JOSHUA WRIGHT ems°; �;-Notary Public, Stele of Tezee is"�• += Comm. Expires 08.28,2028 o��•`•"••`�� Notary ID135065300 SW ISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") W ESTPORT INSURANCE CORPORATION ("WIC") CENERALPOW EROF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, end having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the Stale of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal allies in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: ROBERT F. BOBO, TIMOTHY F. KELLY, FLORENCE McCLELLAN, RACHEL RICHARDSON, AARON P. CLARK, NICK PATETTA, LAURA KNEITZ, TERESA D. KELLY, CRAIG C. PAYNE, TAMI JONES, DAISY GREATHOUSE, ERICA KNEITZ, KALA KELLY, JOSH WRIGHT, LAUREN RUMSEY, IVETTE BUSTOS, AND WALKER WILKS JOINTLY OR SEVERALLY Its true end lawful Attomey(s)•in•Fact, to make, execute, seal end deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surely, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION (50,000,000.00) DOLLARS This Power of Attorney is granted A: signed by facsimile under end by the authority of the fbllowing Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th ofNovember 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding uillpon the Corporation when so affixed and in the futurewith regard to any bond, undertaking or contract of surety to which it is attached." 011",pNl000�S AMER'Ooloo %Sea PRe41:961100114M"^ji ofoa„ ti4 F'•' :�w� F? BY SEAL = :$:SEAL . .Inry.aT e ZSTGrPresident (n: f�fe SRCRPIC&Senior Viearn orwle Beiv to ''•'yANct•,,, 'tvJY,yy;• oJ,,.t•• BY ,,, ' Ca elel Jacques, Senior Vice IS sid IofSftaAt ni Wce President olatel urSRCSPIC&Senior Wmaidtiot of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10th day of MARCH _ 20 2025 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook {i'estport Insurance Corporation On this 10th day of MARCH . 20 z°Zs before me, a Notary Public personally appeared David Salary ,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gabriel Jacguez. Senior Vice President of SRCSAIC and Senior Vice President of SPCSPIC and Senior Vice President of WIC, personally known to me, who being by me only sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrume t to be the voluntary act and deed of their respective companies. Karen zweda, Notary I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCS tC and SRCSPIC and WIC, do hereby, certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is sti9 in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 01st day of April • 20 25 too - OFFICIAL SEAL KAREN M SZWEDA--- Notary Public, Slate of Illinois Jeffrey Goldberg, Senior Vice President & too � Commission No 978628 Assistant Secretary of SRCSAIC and My Camn6wn Erpires September 26. 702.' SRCSPIC and WIC ;fAVAF®13NIA ACKNOWLEDGMENT CIVIL CODE § 1IOU 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 04/08/2025 Date personally appeared Ryar before me, Mo Sexton Notary Public Helmuth Here Insert Name and Title of [he Officer Names) of Signers) who proved to me on the basis of satisfactory evidence to be the persons) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing MO SEXTON paragraph lsi;k Notary Public - Ca0lornia W orange county WITNESS Commission # 2437910 6 y comm. Expires Feb 11, 2027 Signature Place Notary Seal and/or Stamp Above ublic yr s wws+r_ Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: 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: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Individual ❑ Trustee ❑ Other: net is Representing: Sig El Attorney in Fact ❑ Guardian or Conservator 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. To take affirmative steps to hire minority employees within the company. FIRM JAnGo^ r2G��oluJ TITLE OF OFFICER SIGN kCZ Pf e lc A SIGNATURE DATE �I$� ZS Please include any additional information available regarding equal opportunity employment programs now in effect within your company: 25 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 Santo^ TQLl/\nokc t2S proposed subcontractor Grbc ^ Z\c • hereby certifies t at 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 PresidenEs Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (COMPANY) BY: (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. t7. NON -COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA )SS COUNTY OF R Ne AA%A�v being first duly sworn, deposes and says that he or she is \J icA Pe.S of §%^Con Te.cL%nDkMI%t.S the party making the foregoing bid, tha 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 and other 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 contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. STATE F CALIFIA ) SS COUNTY LO ANGELES ) Subscribed and worn to before me this Notary Publi� in and t%i• the County of S'gnat B' er day of 2025. S Z<- A�� � Ce,. 'h-1'� l.'c � State of California 27 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 Subscribed and sworn to (or affirmed) before me on this 8th day of April 20 25 , by Ryan Helmuth proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. MO SEXTON 7 ,T. Notary Public - Californ m Orange County %Commission # 243791, y Comm. Expires Feb 11, (Seal) Form ■��V (Rev. March 2024) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. 1 Name of entity/individual. An entry Is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity's name on line 2.) VORTEX SERVICES LLC 2 Business name/disregarded entity name, if different from above. SANCON TECHNOLOGIES M 3a Check the appropriate box for federal tax classification of the entity/individual whose name Is entered on line 1. Check 4 Exemptions (codes apply only to only one of the following seven boxes. certain entities, not individuals; n ❑✓ Individual/sole proprietor ❑ ❑ ❑ C corporation S corporation Partnership ❑ Trust/estate see Instructions on page 3): o C ❑ U.C. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . Exempt payee code Of any) o Note: Check the "LLC" box above and, in the entry space, enter the appropriate code IQ S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should Instead check the appropriate Exemption from Foreign Account Tax `o box for the tax classification of Its owner. Compliance Act (FATCA) reporting t In ❑ Other (see instructions) code (if any) IL ! (Applies to accounts maintained 3b If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as Its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership Interest, check El the United States.) this box If you have any foreign partners, owners, or beneficiaries. See instructions . 5 Address (number, street, and apt. or suite no.). See Instructions. Requester's name and address (optional) 7 List account numbers) here (optional) LOLN Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a FM — m — 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 now to gar a OY TIN, later. % Employer identification number Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. 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 ORA), and, generally, payments other than interest and 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 wwvvJrs.gov/FormW9. What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. Date 01 /02/2025 New line 36 has been added to this form. Aflow-through entity Is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity in which It has an ownership interest. This change is intended to provide a flow -through entity with information regarding the status of its Indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requlrements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. Seethe Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form w-g (Rev. 3-2024)