HomeMy WebLinkAboutLAENG_BIDPACKAGE_SCANNEDCITY O F
DIAMOND BAR
CAII F 0 R N IA
DEPARTMENT OF PUBLIC WORKS
ADDENDUM NO. 1
Diamond Bar Boulevard Complete Streets Project
CIP# S1256
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.
10/08/2025
David G. Liu, P.E. Date
Director of Public Works/City Engineer
M
Contractor's Authorized Signature
Aaron O'Brien, Vice President / Secretary
DEPARTMENT OF PUBLIC WORKS
ADDENDUM NO. 2
Diamond Bar Boulevard Complete Streets Project
CIP# S1256
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.
10/13/2025
David G. Liu, P.E. Date
Director of Public Works/City Engineer
)0:��
Contractor's or' d Signature Aaron O'Brien
Vice President / Secretary
C I T Y ( tF
DIAMOND BAR
CA LI F0 RN IA
DEPARTMENT OF PUBLIC WORKS
ADDENDUM NO. 3
Diamond Bar Boulevard Complete Streets Project
CIP# S1256
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.
10/16/2025
David G. Liu, P.E. Date
Director of Public Works/City Engineer
Contractor's rzed nature
DEPARTMENT OF PUBLIC WORKS
ADDENDUM NO. 4
Diamond Bar Boulevard Complete Streets Project
CIP# S1256
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.
z� �® 10/16/2025
David G. Liu, P.E. Date
Director of Publrks/City Engineer
Contractor's Aut o rized7S ignature Aaron O'Brien
Vice President / Secretary
DEPARTMENT OF PUBLIC WORKS
ADDENDUM NO. 5
Diamond Bar Boulevard Complete Streets Project
CIP# S1256
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.
10/20/2025
David G. Liu, P.E. Date
Director of Public Works/City Engineer
n
Contractor's Authorized Signature Aaron O'Brien,
Vice President/ Secretary
BIDDER'S PROPOSAL
CITY OF DIAMOND BAR
DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. S1256
Date October 16th 20 25
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:
Los Angeles Engineering, Inc. - Corporation, Angus O'Brien - President, Aaron O'Brien - Vice President / Secretary,
Zalke -
(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.
Julio Guerrero Project Manager
Name of representative Title
(g) That, if this bid is accepted, he will enter into a written contract for the perrormance 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
12
that the quantities set forth are estimates and that the unit prices will apply to the actual quantities
whatever they may be.
Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the
order of the City of Diamond Bar in the sum of
Ten Percent of Bid DOLLARS ($ 1o% ).
Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound
surety company authorized to transact business in this state.
It is understood and agreed that should the bidder fail within ten (10) days after award of
contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of
said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this
Contract is entered into and said bonds are furnished, or if the bid is not accepted then said
check shall be returned to the undersigned, or the bidder will be released from the bidder's bond.
633 N. Barranca Ave.
Address of Bidder
Covina, CA 91723
City Zip Code
13
626-454-5222
Teleph ne of Bidder
Aaron O'Brien, Vice President / Secretary
Signature of Bidder
BID SCHEDULE
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. SI256
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
NO.
WRITTEN IN WORDS
QUANTITY
PRICE
AMOUNT
1
Mobilization and Demobilization
LS
1
2
Traffic Control
LS
1
3
Stormwater Pollution Control
LS
1
?�foov
2C'
4
Signing and Striping
LS
1
i 4vgt -
A g D'
5
Clearing and Grubbing
LS
1
5�=,
6
Replace Private Landscaping and
Irrigation
LS
1
r
�, 15 c�
) 5�
i
4
7
Remove Existing Tree
EA
19
8
Monument Preservation
LS
1
9
Remove Existing Asphalt
Concrete Pavement
SF
62,270
3
(�bg11J
10
Remove Existing Concrete
SF
45,630
Facility
3
13 o�S4p ,
11
Remove Existing Stairs &
SF
90
Handrail
30'
27ea
12
Remove Existing Street Light and
EA
17
Foundation
13
Remove Existing Catch Basin
EA
2
14
Adjust to Grade Existing Storm
Drain Manhole
EA
2
GfjO
�1 Bp
15
Adjust to Grade Existing Sewer
Manhole
SSA
�j3C�
14
16
Watertight Sewer Manhole Cover
EA
1
)-ODD
Zcm
17
Relocate Existing Bus Shelter
EA
5
(oG—
3 zSgo
18
Relocate Existing Backflow
EA
10
-
—
Prevention Assembly
2 7�
Z-7e-00
19
Cold Mill (2" Thick)
SF
68,130
S?
20
Unclassified Excavation
CY
790
22
Asphalt Concrete
TN
1,340
�a5
3 0 5f
22
Asphalt Rubber Hot Mix
TN
1,240
) (05 -
c2ofla0p -
23
Concrete Bus Pad
SF
3,080
fig"
g(aZqz) -
24
Curb and Gutter (Type A2)
LF
2,930
25
Curb and Gutter (Type A3-6)
LF
2,250
37-'
-7 Ze%;o
26
Curb (Type Al)
LF
310
12 _
(pOZO
27
Concrete Flatwork (Pathway)
SF
24,340
W
307(�0
28
Concrete Flatwork (Colored;
SF
860
-
Median)
29
Concrete Flatwork (Colored; Bus
SF
5,120
Stops, Ramps, Curb Returns)
30
Jointed Plain Concrete Pavement
SF
1,230
Driveway
31
Concrete Driveway Approach
SF
4,000
(Uncolored)
32
Concrete Driveway Approach
(Colored)
SF
5,940
l
12A "740
33
Crosswalk (Colored Concrete
Band)tat
LF
1,140
l
z 33
15
34
Crosswalk (Colored Concrete
SF
2,720�
(05
1 76 `
Flatwork)
35
Crosswalk (Jointed Plain
SF
6,820
Concrete Pavement Base)
36
Concrete Paver Pathway
SF
4,560
gs r
�3�2eD
37
Crosswalk (Concrete Pavers,
SF
150
-
8cm)
a 3n
3Lf5� `-
38
Crosswalk (Concrete Pavers,
10cm)
SF
6,820
%5
�I I Soo
39
Detectable Warning Surface
SF
550
L45
2g75o
40
Tactile Directional Indicator
LF
290
e
41
Curb Drain
LF
550
42
Drop Inlet Catch Basin for Curb
EA
5
Drain
-geo-
/4WD
43
Parkway Drain
SF
308
1 Z 5 —
--
44
Concrete Slough Wall
LF
300
3C[� —
�Oum —
45
Wall Underdrain
LF
90
46
Concrete Reinforced Stairs
SF
90
ISo -
13S 50
47
Metal Handrailing
LF
28
G goo
48
Catch Basin (W=7')
EA
2
I8� "
3(0 600�
49
Reinforced Concrete Pipe (15")
LF
10
50
Parkway Bioretention
SF
2,760
;2'z b q&Q
51
Tree Grate and Frame
EA
33
3�en _
(?-5z4&D
i[
52
Lighted Bollard
EA
177
-
49
Traffic Signal Improvements -
53
Diamond Bar Blvd. and Golden
LS
1
_
Springs Dr.
Traffic Signal Improvements -
54
Diamond Bar Blvd. and Palomino
LS
1
Dr.
Traffic Signal Improvements -
55
Diamond Bar Blvd. at Commercial
LS
1
S3orxo ^
53Q obp
Driveways
56
Relocate Existing Electrical
LS
1
11 56o
u 5vo
Controller and Meters
57
Street Light
(Single Mast Arm
EA
13
—
?M
58
Street Light
EA
2VM
Dual Mast Arm)
59
Bollard Light Fixture
EA
177
60
Hardscape Uplighting
LS
1
ova
2
61
Lighting Conduit, Wiring, and
LS
1
Appurtenances (Street Lighting)
Lighting Conduit, Wiring, and
62
Appurtenances (Bollard,
LS
1
_
1 3o Ocro
Hardsca a Lighting)
63
Decorative Post and Rail
EA
11
asc
a?SetSJ'
64
Decorative Post and Rail with
EA
3
/
Steel Panel
65
Topsoil
CY
450
-
130-
66
Soil Preparation & Fine Grading
SF
13,125
'4
67
Irrigation System
LS
1
31;CLM '
�Soet
68
Deeproot Barrier (24"x24")
EA
336
t4n "
13q(4o -
17
69
36" Box Tree
EA
6
(ateBD
70
24" Box Tree
(ate'
� �� _
71
5 Gallon Shrub/Groundcover
+EA453
-
a174q
49
72
1 Gallon Shrub/Groundcover
EA
3,014
r3-
3�ir8Z�
73
Mulch
CY
45
115'
S175
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 Tx 3')
EA
19
o q w -
51 3
80
90 Day Landscape and Irrigation
Maintenance
LS
1
75 �'
7Sap
Period
MANDATORY BID SCHEDULE ITEMS:
TOTAL AMOUNT BID (IN FIGURES) g 190 g�
TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): n
J1 �v�a. vn� 14 � frt ✓tu 4'i� �IXi�etQ .n'� �� �u.� � a�-�X Z� C��S
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.
I-7
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 Bidder's Bond
(Insert "$ lo% 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.
Los Angeles Engineering, Inc.
10/16/2025
NAME OF BIDDER (PRINT)
SIGNATURE DATE
Aaron O'Brien, vice President / Secretary
633 N. Barranca Ave.
ADDRESS
Covina
91723 626-454-5222
CITY
ZIP CODE TELEPHONE
591176 - A,B,C10,C27,C61/D12,HAZ
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
C/\o\de Section 7028.15.
V Aaron O'Brien, vice President Secretary
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
19
LIST OF SUBCONTRACTORS *
BID OPENING DATE 10/21/2025
PROJECT DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. S1256
LOCATION Diamond Bar, CA
CLIENT City of Diamond Bar
CONTRACTOR Los Angeles Engineering, Inc.
Name Under
Which
Subcontractor is
Licensed
License
No. &
DIR No.
Address of Office,
Mail, or Shop
Percent
of Total
Contract
Specific Description
Of Subcontract
(006OD (00`t; 'J
� "(l�
0 ,4jroi CA- L$'Ca
�S w.^'c�Ktc•(
�k v✓
Cuc"'� d
Vvlkrk'��5
III 1 �7
vDOD)S2' 0
S312- res S
�,� �0
i ir1
C Pew 20 30
C wh 1
ull
All etr
Ll� Imo„
2wid 73�o
I oif:rooul05 t
22,2-1
41 ot0
Ac-
CA 92$-I$r
C ar
51,E fI¢c riG
917o34
jp0o0c los(o
1-�CJ�
14•
� I
Il kaa ,1. Ck 5CIV6
fAc"5
�ox5so
r`rr5 rh aS"7
-w�fS
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
20
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.
21
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 61091
The undersigned, a duly authorized representative of the contractor, certifies and declares that:
The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which
prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the
Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from
bidding on, being awarded, or performing work as a subcontractor on a public works project for
specified periods of time.
2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a
public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the
California Labor Code or another provision of law.
3. The contractor is aware of California Public Contract Code Section 6109, which states:
a. A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit
a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public
works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be
awarded, or perform work as a subcontractor on, a public works project. Every public
works project 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 October 20 , at Covina, CA (place of execution).
Signature
Name: Aaron O'Brien
Title: Vice President/ Secretary
Name of Contractor: Los Angeles Engineering, Inc.
22
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 x
If the answer is yes, explain the circumstances in the following space:
STATEMENT
In conformance with Public Contract Code Section 10232, the Contractor, hereby states under
penalty of perjury, that no more than on final unappealable finding of contempt of court by a
federal court has been issued against the Contractor within the immediately preceding two-year
period because of the Contractor's failure to comply with an order of a federal court which orders
the Contractor to comply with an order of the National Labor Relations Board.
NOTE: The above Statement and Questionnaire are part of the Proposal Signing this
Proposal on the signature portion thereof shall also constitute signature of this
Statement and Questionnaire.
Bidders are cautioned that making a false certification may subject the certifier
to criminal prosecution.
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification Diamond Bar Boulevard Complete Streets Project - SI256
Bid Date 10/16/2025
This information must include all construction work undertaken in the State of California by the
bidder and any partnership, joint venture or corporation that any principal of the bidder
participated in as a principal or owner for the last 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
7
13
5
8
9
47
5
Total dollar amount of
20,865,
41,020,
29,511.
107,962,
29,796,
280,863,674
51,708,402
contracts in 1,000's
044
879
066
133
150
No. of lost workday
3
2
1
1
1
8
0
cases
No. of lost work day
cases involving
permanent transfer to
another job or
0
0
0
0
0
0
0
termination of
employment
No. of lost workdays 1
36
34
1 4
1 65
1 0
1 139
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, 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.
Los Angeles Engineering, Inc. Yam/ Aaron O'Brien Vice President / Secretary
Name of Bidder (Print Signature
633 N. Barranca Ave
Address
591176- A,B,C10,C27,C61/D12,HAZ
State Contractor's Lic. No. & Class
Covina 91723 626454-5222
City Zip Code Telephone
24
NOT APPLICABLE
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
Signature of Officer Administering Oath
(Notary Public)
25
go
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Aaron O'Brien , being first duly sworn, deposes and says:
That he is Vice President /Secretary
of, Los Angeles Engineering, Inc.
a corporation which is the party making the foregoing proposal or bid; that such bid is genuine
and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed,
directly or indirectly, with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by collusion to secure any
advantage against the City of Diamond Bar or any person interested in the proposed contract,
for himself or for any other person.
M
Signature Aaron O'Brien, Vice President / Secretary
Subscribed and sworn
to before me this
day of 20
See Attached Notary Jurat
Signature of Officer Administering Oath
(Notary Public)
26
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Anqeles
Subscribed and sworn to (or affirmed) before me on this 16th
day of October , 20 25 , by Aaron O'Brien
proved to a on the basis of satisfactory evidence to be the
personKwho appeared before me.
(Seal)
=Notary
000
3 9310 z
, a alifornia oz ountya 17, 2028
NOT APPLICABLE
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
Signature of Officer Administering Oath
(Notary Public)
27
20
NOT APPLICABLE
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
Signature of Officer Administering Oath
(Notary Public)
i�iP►I-�.
28
20
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 Los Angeles Engineering, Inc.
TITLE OF OFFICER SI ING Aaron O'Brien, Vice President Secretary
SIGNATURE DATE 10/16/2025
Please include any additional information available regarding equal opportunity employment
programs now in effect within your company:
EEO Policy is available upon request from anyone filling out an application for a job. It is also included with every new
35
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF
PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE
EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED
REPORTS
The bidder X , proposed subcontractor _, hereby certifies that he has x , 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 X , 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.
Los Angeles Engineering, Inc.
(COMPANY) ((bBY:
Aaron O'Brien, Vice President / Secretary
(TITLE)
DATE: October 16th , 20 25
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.
36
NON -COLLUSION DECLARATION
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Aaron O'Brien , being first duly sworn, deposes and says:
That he is Vice President /
Of, Los Angeles Engineering, Inc.
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 Aaron O'Brien, Vice President / Secretary
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Subscribed and sworn to before me this day of 20
See Attached Notary Jurat
Notary Public in and for the County of
, State of California
37
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Anqeles
Subscribed and sworn to (or affirmed) before me on this 16th
day of October , 20 25 , by Aaron O'Brien
proved to a on the basis of satisfactory evidence to be the
person who appeared before me.
(Seal)
:Noo"'rmy
SEPH BAY0000MM.42489310 z Pu61Ic •California os Angeles County. Ex ire$ Ma 17, 2028
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.
Project Title D Street Public Area Enhancement betwee Contract Amount 3,225,841.59
6th Street and 8thtFeet
Type of Work Streetscape and street realignment
Client City of Perris
Agency Project Manager Michael Morales Phone 951-657-3280 x226
Date Completed April2025 % Subcontracted —12%
2. Project Title Rosemead Blvd Interim Complete Streets Contract Amount 2,703,500.00
Type of Work New AC bike path, street realignment, curbs, gutter, flatwork, water diversion
Client County of Los Angeles Department of Public Works
Agency Project Manager Rennan Orozco Phone 626-632-1452
Date Completed October 2023% Subcontracted -20%
3. Project Title Lynwood Urban Bike Trail Contract Amount 6,455,765.07
Type of Work HMA Bike Path, curbs, gutters, retaining walls, pavers, fencing,signals and striping
Client City of Lynwood
Agency Project Manager Mir Fattahi Phone 310-603-0220 x835
Date Completedootober2022%Subcontracted 43%
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
Aaron O'Brien, Vice President / Secretary
MINUTES OF SPECIAL MEETING OF THE
BOARD OF DIRECTORS OF
LOS ANGELES ENGINEERING, INC.
A California Corporation
The Directors of LOS ANGELES ENGINEERING, INC., A California Corporation, held the special
Meeting of the Board of Directors at 633 N. Barranca, Covina, California, on April 8, 2025 at the hour of 11:00
a.m. for the purpose of passing on any business which might be brought before the meeting.
There were present at said meeting the following Directors, constituting a quorum of the full
ANGUS O'BRIEN AND AARON O'BRIEN.
ANGUS O'BRIEN acted as Chairman of the meeting and AARON O'BRIEN acted as Secretary
of the meeting.
RESOLVED —Angus O'Brien, Aaron O'Brien, Tracy Zalke and Jayson Lau as Officers are
authorized to sign bid documents and contracts concerning the corporation business and thereby bind
the corporation to the contract and is authorized to do all things necessary and properly to carry out
negotiations and execution of contracts with a public agency.
RESOLVED —The following persons are confirmed as the duly elected officers, serving in their
said capacity until their successors are elected and qualified:
Angus O'Brien
President
Aaron O'Brien
Vice President
Aaron O'Brien
Secretary
TracyZalke
Chief Financial Officer
Jayson Lau
Chief Estimator
There being no further business to come before the meeting and upon motion duly made, seconded
and unanimously carried, the meeting was adjourned.
ATTEST:
Angus O'Brien hainnan and President
Aaron O' ' rr,,ec�
This Corporate Resolution is in force.
Signed this lodayof .2025
Aaron O'Brien, Secretary
KNOW ALL PERSONS BY THESE PRESENTS that,
WHEREAS the City of Diamond Bar ("City"), has issued an invitation for bids for the work
described as follows:
DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT, CITY PROJECT NO. SI256
WHEREAS Los Angeles Engineering, Inc.
633 N. Barranca Ave., Covina, CA 91723/ 626-454-5222
(Name and address of Bidder)
("Principal"), desires to submit a bid to Public Agency for the work.
WHEREAS, bidders are required under the provisions of the California Public Contract Code to
furnish a form of bidder's security with their bid.
NOW, THEREFORE, we, the undersigned Principal, and Liberty Mutual Insurance Company
790 The City Drive South, Orange, CA 92868
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto Public Agency in the penal sum of
Ten Percent of Amount Bid
Dollars ($ 10% ), being not less than ten percent (10%) of the total bid price, in lawful
money of the United States of America, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is
awarded a contract for the work by City and within the time and in the manner required by the
bidding specifications, entered into the written form of contract included with bidding
specifications, furnishes the required bonds, one to guarantee faithful performance and the other
to guarantee payment for labor and materials, and furnishes the required insurance coverages,
then this obligation shall become null and void; otherwise, it shall be and remain in full force and
effect.
In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by
City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby
waives the provisions of California Civil Code § 2845.
33
IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof,
have been duly executed by Principal and Surety, on the date set forth below, the name of each
corporate party being hereto affixed and these presents duly signed by its undersigned
representative(s) pursuant to authority of its governing body.
Dated: October 9, 2025
"Principal"
"Surety"
Los Angeles Engineering, Inc. Z—L-ilaeii� INutua Insurance Company
M
Its 5W4 f L
Its
By. Maria Pena, Attorney -in -Fact
Its
By:
Its
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority
of any person signing as attorney -in -fact must be attached.
34
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Angeles )
On 10/13/2025
before me, Joseph Haygood, Notary Public
(insert name and title of the officer)
personally appeared Aaron O'Brien
who proved to me on the basis of satisfactory evidence to be the person('-")�whose name,( is/ate
subscribed to the within instrument and acknowledged to me that he/She?ttjey executed the same in
his/Fjef%tl�pff authorized capacity(iesfand that by his/he7pe signaturej.&Yon the instrument the
person(S)'or the entity upon behalf of which the persons acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my -ha d and officials al. JOSEPH HAYG000
�' t COMM. #2489310 a
%MX
Notary Public• CaliforniaLos Angeles CountComm. Expires Ma 17, 2028
Signature %1 (Seal)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy or validity of that document.
State of California )
ss
County of Los Angeles )
OCT - 9 2025
On before me, Patricia Arana. Notary Public, personally appeared
Maria Pena who proved to me on the basis of satisfactory evidence to be the person(-4whose
name(o is/are subscribed to the within instrument and acknowledged to me that iae{she*"
executed the same in 4is./herA4eir authorized capacitv4e54, and that by 4is/her2>
signatures} on the instrument the personj4, or the entity upon behalf of which the persons}
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature:
(Seal) Patricia rana, Notary Public
PATRICIA ARANRANA
G Nosary pub"c ornia
Los Angeles County ys
Commission' 2407 773
MY Comm. Expires Apr 23, 2026
Liberty POWER OF ATTORNEY
Mutualo Liberty Mutual Insurance Company
SURETY The Ohio Casualty Insurance Company
West American Insurance Company
Certificate No: 8213811-977459
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West Amedcan Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Autumn
Stockton; C. K. Nakamura; Carlos A. Albelo; E. S_ Albrecht, Jr.; Elizabeth Percent; Jessica Rosser; Lisa L. Thornton; Maria Pena: Natalie K. Trafimof - Nnemi n,,irn,
all of the city of Los Angeles state of CA each individually if there be more than one named, its true and lawful attomey-in-fact to make,
execute, seal, acmowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizance; and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as g they have been duly signed by the president and attested by the secretary of the Companies in their am proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 14th day of April 2025 .
Liberty Mutual Insurance Company
JPx, µNu UA,gH ,P�tY�oNyU,p �1NSURq The Ohio Casualty Insurance Company
West American Insurance � Company i
s 1912 n c uj A# 1919 rmi f 1991 n
2 W O 6 O a(�
tlJ d� �9CNa5�-aD O �'hAMP`'�,OD Yy, NaIAN> da
m m State of PENNSYLVANIA Nathan J. Zangede, Assistant Secretary
or County of MONTGOMERY so
3 On this 140a day of April 2025 before me personally appeared Nathan J. Zangerle, who acknowledged hlmself to be the Assistant Secretary of Liberty Mutual Insurance
m Company, The UNO Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
m
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
5 P
a) 2-,!^yUF� GommomveailM1 of Pennsylvania -Notary Beal
`p «i v Teresa PaaleJla. Notary PubAc /I
d _ aF 1 Mwl9ame�Gounly / _ @ _
B
My comm¢uon asp MamJ, 28, 2o29 //'h�p_�J_f
? Canmissbn number 1128o<9 Y [/
:)-"'-res"�:, Teresa Pasrella, Notary Public
w This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
w? ARTICLE IV - OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such adomeys4n-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signahlm and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the
provisions of this article may be revoked at any gone by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII- Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bands, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangede, Assistant Secretary to appoint such
attorneys -in -fact as may be necessary to act an behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and
other surety obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the some force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby cenily that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full face and effect and
has not been revoked. OCT
v Q^
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of NL , L J J
(0(0(9
Y INSUINSU� Wonq FR9,ypPN savor �re 4•oa mT Z a m:1919 oi 1991 o�hRMPSA� D�Y Ha�PNP L$By: dql * Fpd s�M * Fla Renee C. Uewellyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Mere Ca 02124