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.