Loading...
HomeMy WebLinkAboutDiamond Bar Proposal - FINAL1293492.1 DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT CITY PROJECT NO. SI256 All Questions Regarding This Project Are to Be Directed To: Hal Ghafari, P.E. HGhafari@DiamondBarCA.gov Chia Yu Teng, Mayor Steve Tye, Mayor Pro Tem Andrew Chou, Council Member Ruth M. Low, Council Member Stan Liu, Council Member Daniel Fox, City Manager September 2025 DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 1 Diamond Bar Boulevard Complete Streets Project CIP# SI256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1 and attach it to the bid. David G. Liu, P.E. Date Director of Public Works/City Engineer Contractor's Authorized Signature RMRA Measure M R Local Return Gas Tax eet Rehab.- Area 1a, 1b, 2 (Design) n) ntain Laurel) anyon to Lemon) to BCY) 82,779$ 82,779$ om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0$ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0$ 250-5510-46412) Project Description Total FY Budget (109) Measure M (111) Gas Tax (112) Prop A (113) Prop C Sign and HSL Replacement (Design)50,000$ 50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0$ 780,000$ 350,000$ 140,000$ 100,000$ 190,0$ ments (250-5510-46413) Project Description Total FY Budget (113) Prop C Foothill Transit Grant 60,000$ 60,000$ SD/Calbourne 40,000$ 40,000$ nfrastructure Improvements 100,000$ 60,000$ 40,000$ 0-5510-46420) Project Description Total FY Budget (107) Measure W (108) RMRA (109) Measure M (113) Prop C ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$ 10/08/2025 10/21/2025 Ghazi MubarakPresident, GMZ Engineering, Inc. DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 2 Diamond Bar Boulevard Complete Streets Project CIP# SI256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 2 and attach it to the bid. David G. Liu, P.E. Date Director of Public Works/City Engineer Contractor's Authorized Signature 10/13/2025 RMRA Measure M R Local Return Gas Tax eet Rehab.- Area 1a, 1b, 2 (Design) n) ntain Laurel) anyon to Lemon) to BCY) 82,779$ 82,779$ om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0$ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0$ 250-5510-46412) Project Description Total FY Budget (109) Measure M (111) Gas Tax (112) Prop A (113) Prop C Sign and HSL Replacement (Design)50,000$ 50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0$ 780,000$ 350,000$ 140,000$ 100,000$ 190,0$ ments (250-5510-46413) Project Description Total FY Budget (113) Prop C Foothill Transit Grant 60,000$ 60,000$ SD/Calbourne 40,000$ 40,000$ nfrastructure Improvements 100,000$ 60,000$ 40,000$ 0-5510-46420) Project Description Total FY Budget (107) Measure W (108) RMRA (109) Measure M (113) Prop C ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$ Ghazi MubarakPresident, GMZ Engineering, Inc. 10/21/2025 DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 3 Diamond Bar Boulevard Complete Streets Project CIP# SI256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 3 and attach it to the bid. David G. Liu, P.E. Date Director of Public Works/City Engineer Contractor's Authorized Signature 10/16/2025 RMRA Measure M R Local Return Gas Tax eet Rehab.- Area 1a, 1b, 2 (Design) n) ntain Laurel) anyon to Lemon) to BCY) 82,779$ 82,779$ om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0$ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0$ 250-5510-46412) Project Description Total FY Budget (109) Measure M (111) Gas Tax (112) Prop A (113) Prop C Sign and HSL Replacement (Design)50,000$ 50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0$ 780,000$ 350,000$ 140,000$ 100,000$ 190,0$ ments (250-5510-46413) Project Description Total FY Budget (113) Prop C Foothill Transit Grant 60,000$ 60,000$ SD/Calbourne 40,000$ 40,000$ nfrastructure Improvements 100,000$ 60,000$ 40,000$ 0-5510-46420) Project Description Total FY Budget (107) Measure W (108) RMRA (109) Measure M (113) Prop C ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$ Ghazi MubarakPresident, GMZ Engineering, Inc. 10/21/2025 DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 4 Diamond Bar Boulevard Complete Streets Project CIP# SI256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 4 and attach it to the bid. David G. Liu, P.E. Date Director of Public Works/City Engineer Contractor's Authorized Signature David G. Liu, P.E. Date 10/16/2025 RMRA Measure M R Local Return Gas Tax eet Rehab.- Area 1a, 1b, 2 (Design) n) ntain Laurel) anyon to Lemon) to BCY) 82,779$ 82,779$ om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0$ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0$ 250-5510-46412) Project Description Total FY Budget (109) Measure M (111) Gas Tax (112) Prop A (113) Prop C Sign and HSL Replacement (Design)50,000$ 50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0$ 780,000$ 350,000$ 140,000$ 100,000$ 190,0$ ments (250-5510-46413) Project Description Total FY Budget (113) Prop C Foothill Transit Grant 60,000$ 60,000$ SD/Calbourne 40,000$ 40,000$ nfrastructure Improvements 100,000$ 60,000$ 40,000$ 0-5510-46420) Project Description Total FY Budget (107) Measure W (108) RMRA (109) Measure M (113) Prop C Ghazi MubarakPresident, GMZ Engineering, Inc. 10/21/2025 DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 5 Diamond Bar Boulevard Complete Streets Project CIP# SI256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 5 and attach it to the bid. David G. Liu, P.E. Date Director of Public Works/City Engineer Contractor's Authorized Signature 10/20/2025 Ghazi MubarakPresident, GMZ Engineering, Inc. 10/21/2025 8 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past five years. Only projects that are in excess of $2,500,000 each qualify as similar for this project. 1. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 2. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 3. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature Ghazi Mubarak, President Street Improvements City of Malibu $4,485,168.00 05/10/2022 15% Mason Reroute / LAPC $5,800,000.00 Street Improvements LACCD Ed Cadenda Jorge Rebulcava (805) 701-0339 (213) 494-1830 7/16/2021 17% Green Street Street Improvements $5,350,000.00 City of Calabasas Tatiana Holden (818) 224-1674 10/15/2024 12% Civic Center Way 9 Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than five (5) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: The Contractor shall have been in business under the same name and California Contractors License for a minimum of five (5) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. License classification shall be as required by the contract specifications. The Contractor shall have five (5) years of experience in the construction of street improvements The Contractor shall perform at least 51% of contract with its own forces. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any subcontractor who will perform work exceeding 1/2 of 1% of the prime contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with the bid. Any other information regarding the foregoing subcontractors that is required by City to be submitted may be submitted with the bid, or may be submitted to City up to 24 hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the initial submission of bid. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The form of such certificate is included as part of the contract documents. BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. 10 If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re-advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. EMPLOYMENT OF APPRENTICES: The Contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file with the Department of Industrial Relations, Division of Labor Statistics and Research. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. Any work required within Caltrans right-of-way will require a separate permit to be obtained by the Contractor. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete the project within two hundred (240) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of five thousand dollars ($5,000.00) for each calendar day thereafter. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, 11 the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Bidder, the City will conduct a reasonable review of the Claim and provide the Bidder with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Bidder disputes the City's written statement or if the Claim is deemed rejected, the Bidder may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Bidder with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with Section 9204(c)(2)(B), unless the Bidder and City waive the mediation upon mutual written agreement. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction and services by sub-recipients, the conflict-of-interest provisions in (State LCA-24 CFR 85.36 and Non-Profit Organizations – 24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub-recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 12 BIDDER'S PROPOSAL CITY OF DIAMOND BAR DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT CITY PROJECT NO. SI256 Date , 20 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co-partnership, give the name, under which the co- partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm, or corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. (f) That a representative of the undersigned attended the mandatory pre-bid meeting. Name of representative Title (g) 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. (h) 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 21 October 25 GMZ Engineering, Inc. Ghazi Mubarak: President, VP, Secretary, Treasurer, Manager Ahmad Elrabaa Project Manager 14 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT CITY PROJECT NO. SI256 ITEM NO. DESCRIPTION WRITTEN IN WORDS UNIT ESTIMATED QUANTITY UNIT PRICE AMOUNT 1 Mobilization and Demobilization LS 1 2 Traffic Control LS 1 3 Stormwater Pollution Control LS 1 4 Signing and Striping LS 1 5 Clearing and Grubbing LS 1 6 Replace Private Landscaping and Irrigation LS 1 7 Remove Existing Tree EA 19 8 Monument Preservation LS 1 9 Remove Existing Asphalt Concrete Pavement SF 62,270 10 Remove Existing Concrete Facility SF 45,630 11 Remove Existing Stairs & Handrail SF 90 12 Remove Existing Street Light and Foundation EA 17 13 Remove Existing Catch Basin EA 2 14 Adjust to Grade Existing Storm Drain Manhole EA 2 15 Adjust to Grade Existing Sewer Manhole EA 6 $500,000.00 $500,000.00 $300,000.00$300,000.00 $50,000.00 $50,000.00 $80,000.00 $80,000.00 $300,000.00 $300,000.00 $25,000.00 $25,000.00 $1,800.00 $34,200.00 $25,000.00 $25,000.00 $5.00 $5.00 $10.00 $311,350.00 $228,150.00 $900.00 $3,500.00 $59,500.00 $2,500.00 $5,000.00 $950.00 $950.00 $1,900.00 $5,700.00 15 16 Watertight Sewer Manhole Cover EA 1 17 Relocate Existing Bus Shelter EA 5 18 Relocate Existing Backflow Prevention Assembly EA 10 19 Cold Mill (2" Thick) SF 68,130 20 Unclassified Excavation CY 790 22 Asphalt Concrete TN 1,340 22 Asphalt Rubber Hot Mix TN 1,240 23 Concrete Bus Pad SF 3,080 24 Curb and Gutter (Type A2) LF 2,930 25 Curb and Gutter (Type A3-6) LF 2,250 26 Curb (Type A1) LF 310 27 Concrete Flatwork (Pathway) SF 24,340 28 Concrete Flatwork (Colored; Median) SF 860 29 Concrete Flatwork (Colored; Bus Stops, Ramps, Curb Returns) SF 5,120 30 Jointed Plain Concrete Pavement Driveway SF 1,230 31 Concrete Driveway Approach (Uncolored) SF 4,000 32 Concrete Driveway Approach (Colored) SF 5,940 33 Crosswalk (Colored Concrete Band) LF 1,140 $2,000.00 $2,000.00 $5,000.00 $25,000.00 $10,000.00 $100,000.00 $2.00 $136,260.00 $200.00 21 $200.00 $158,000.00 $268,000.00 $220.00 $272,800.00 $30.00 $92,400.00 $200.00 $200.00 $586,000.00 $450,000.00 $100.00 $31,000.00 $30.00 $35.00 $35.00 $50.00 $35.00 $35.00 $35.00 $730,200.00 $30,100.00 $179,200.00 $61,500.00 $140,000.00 $207,900.00 $39,900.00 16 34 Crosswalk (Colored Concrete Flatwork) SF 2,720 35 Crosswalk (Jointed Plain Concrete Pavement Base) SF 6,820 36 Concrete Paver Pathway SF 4,560 37 Crosswalk (Concrete Pavers, 8cm) SF 150 38 Crosswalk (Concrete Pavers, 10cm) SF 6,820 39 Detectable Warning Surface SF 550 40 Tactile Directional Indicator LF 290 41 Curb Drain LF 550 42 Drop Inlet Catch Basin for Curb Drain EA 5 43 Parkway Drain SF 308 44 Concrete Slough Wall LF 300 45 Wall Underdrain LF 90 46 Concrete Reinforced Stairs SF 90 47 Metal Handrailing LF 28 48 Catch Basin (W=7') EA 2 49 Reinforced Concrete Pipe (15") LF 10 50 Parkway Bioretention SF 2,760 51 Tree Grate and Frame EA 33 $35.00 $35.00 $35.00 $95,200.00 $238,700.00 $159,600.00 $40.00 $45.00 $125.00 $120.00 $100.00 $6,000.00 $306,900.00 $68,750.00 $34,800.00 $55,000.00 $15,000.00 $75,000.00 $45.00 $13,860.00 $400.00 $120,000.00 $200.00 $18,000.00 $45.00 $4,050.00 $11,200.00 $25,000.00 $400.00 $50,000.00 $500.00 $5,000.00 $75.00 $207,000.00 $4,000.00 $132,000.00 17 52 Lighted Bollard EA 177 53 Traffic Signal Improvements - Diamond Bar Blvd. and Golden Springs Dr. LS 1 54 Traffic Signal Improvements - Diamond Bar Blvd. and Palomino Dr. LS 1 55 Traffic Signal Improvements - Diamond Bar Blvd. at Commercial Driveways LS 1 56 Relocate Existing Electrical Controller and Meters LS 1 57 Street Light (Single Mast Arm) EA 13 58 Street Light (Dual Mast Arm) EA 2 59 Bollard Light Fixture EA 177 60 Hardscape Uplighting LS 1 61 Lighting Conduit, Wiring, and Appurtenances (Street Lighting) LS 1 62 Lighting Conduit, Wiring, and Appurtenances (Bollard, Hardscape Lighting) LS 1 63 Decorative Post and Rail EA 11 64 Decorative Post and Rail with Steel Panel EA 3 65 Topsoil CY 450 66 Soil Preparation & Fine Grading SF 13,125 67 Irrigation System LS 1 68 Deeproot Barrier (24”x24”) EA 336 $2,500.00 $442,500.00 $500,000.00 $500,000.00 $500,000.00 $500,000.00 $500,000.00 $500,000.00 $100,000.00 $100,000.00 $20,000.00 $260,000.00 $45,000.00 $90,000.00 $250.00 $44,250.00 $40,000.00 $40,000.00 $100,000.00 $100,000.00 $300,000.00 $300,000.00 $25,000.00 $50,000.00 $150,000.00 $275,000.00 $125.00 $56,250.00 $10.00 $131,250.00 $300,000.00 $300,000.00 $25.00 $8,400.00 18 69 36" Box Tree EA 6 70 24" Box Tree EA 33 71 5 Gallon Shrub/Groundcover EA 453 72 1 Gallon Shrub/Groundcover EA 3,014 73 Mulch CY 45 74 Rock Cobble (3" to 8" Angular) SF 995 75 Rock Cobble (2" to 8" Round) SF 6,730 76 18" Dia. Boulder (1.5' x 1.5' x 2') EA 9 77 24" Dia. Boulder (2' x 2' x 3') EA 36 78 24" Dia. Boulder (3' x 2' x 2') EA 16 79 36" Dia. Boulder (4' x 3' x 3') EA 19 80 90 Day Landscape and Irrigation Maintenance Period LS 1 MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES) TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): 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. $1,200.00 $7,200.00 $450.00 $14,850.00 $75.00 $33,975.00 $50.00 $100.00 $30.00 $15.00 $600.00 $1,250.00 $1,250.00 $3,000.00 $150,700.00 $4,500.00 $29,850.00 $100,950.00 $5,400.00 $45,000.00 $20,000.00 $57,000.00 $10,000.00 $10,000.00 Eleven Million Four Hundred Fifteen Thousand Ninety Five Dollars and Zero Cents $11,415,095.00 19 All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is (Insert "$ cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 7028.15. CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER 10% Bid Bond 10% Bid Bond Ghazi Mubarak - GMZ Engineering, Inc. 5655 Lindero Canyon Road , Suite # 430 Westlake Village, California 91362 (818) 699 - 6440 21 October 2025 Ghazi Mubarak A & C12 CSLB # 967627 20 LIST OF SUBCONTRACTORS * BID OPENING DATE PROJECT DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT CITY PROJECT NO. SI256 LOCATION CLIENT CONTRACTOR Name Under Which Subcontractor is Licensed License No. & DIR No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description Of Subcontract * 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 21 October 2025 GMZ Engineering, Inc. City of Diamond Bar Diamond Bar Boulevard PCI Hardy & Harper, Inc. Bid Item #64 - Decorative Post and Rail with Steel Panel Bid Item #63:Decorative Post and Rail Bid Item #4 Signing and Striping Bid Item #21 Asphalt Concrete Bid Item #22 Asphalt Rubber Hot Mix DIR# 1000006083 Lic.# 641391 Bravo Sign & Design, Inc. 520 S. CENTRAL PARK AVE. E. ANAHEIM CA 92802-1472 3.7% 0.7% 4.7% DIR#1000005687 LIC. #823802 975 W Print Sign 1st Street Azusa California 91702 32 Rancho CircleLake Forest, CA 92630 DIR #1000000076 LIC. #215952 21 contractor 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 (1%) of the General Contractor’s total base bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5%)of the Prime Contractor’s total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 22 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 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 ________________, 20__, at ___________________ (place of execution). Signature Name: Title: Name of Contractor: 25 Westlake Village, California21 October Ghazi Mubarak President GMZ Engineering, Inc. $39,900.00 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: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. 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. Not Applicable. 24 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date 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 PRIOR TO CURRENT YEAR CURRENT YEAR 2020 2021 2022 2023 2024 TOTAL 2025 No. of Contracts Total dollar amount of contracts (in 1,000’s) No. of lost workday cases No. of lost work day cases involving permanent transfer to another job or termination of employment No. of lost workdays *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. ______________________________ ________________________________ Name of Bidder (Print Signature ______________________________ ________________________________ Address State Contractor’s Lic. No. & Class ______________________________ ________________________________ City Zip Code Telephone DIAMOND BAR BOULEVARD COMPLETE STREET PROJECTCITY PROJECT NO. SI256 21 October 2025 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CSLB #967627 A, B &C-8, C-10, C-12, C-36, C-42, C-34, C-31 (818) 699 - 6440 5655 Lindero Canyon Road , Suite # 430 Westlake Village, California 91362 Ghazi Mubarak,President of GMZ Engineering, Inc. 13 10 11 14 6 458 $17,357,429.00 $22,093,176.00 $25,056,228.00 $19,105,954.00 $46,500,000.00 $13,700,000.00$187,800,956.00 25 AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is a member of the co-partnership firm designated as: which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co- partnership by who constitute the other members of the co-partnership. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) Not Applicable 27 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) Not Applicable 28 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. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) BOND No.________________ Not Applicable 35 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 OFFICER SIGNING SIGNATURE DATE Please include any additional information available regarding equal opportunity employment programs now in effect within your company: GMZ Engineering, Inc. President 21 October 2025 We are an LA LOCAL Company and signatory to many of the unions: Painters, Laborers, Operators, Plumbers, to name a few. 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 , 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: (TITLE) DATE: , 20 . 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. GMZ Engineering, Inc. Ghazi Mubarak President 2521 October 37 NON-COLLUSION DECLARATION STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is of, , the party making the foregoing bid, that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited another bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contact or anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature of Bidder STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Subscribed and sworn to before me this ______ day of ________________, 20____. Notary Public in and for the County of , State of California October 25 LOS ANGELES Ghazi Mubarak Ghazi Mubarak, President GMZ Engineering, Inc. 17th Please See Attached.