Loading...
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