Loading...
HomeMy WebLinkAboutDiamond Bar PropsalBIDDER'S PROPOSAL FOR GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 4 & 5 (COPLEY & MOONLAKE) FY 2022-2023 PROGRAM PROJECT NO. PW23401 Date A&r-A , 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: L-C- (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co -partnership, give the name under which the co- partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he/she has carefully examined the location of the proposed work and has familiarized himself/herself with all of the physical and climatic conditions and makes this bid solely upon his/her own knowledge. (d) That by submitting this Bidder's Proposal, he/she acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him/her at the address furnished by him/her to the City of Diamond Bar when this Proposal Form was obtained. (e) That he/she has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him/her as aforesaid, and makes this proposal in accordance therewith. (f) 'That, if this bid is accepted, he/she will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g) That he/she proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates, and that the unit prices will apply to the actual quantities whatever they may be. -LIy20 Address of Bidder Telephone of Bi r C171G7 City Zip Code Signature of Bidder BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 4 & 5 (COPLEY & MOONLAKE) FY 2022-2023 PROGRAM PROJECT PW23401 BASE BID ITEM APPROX. DESCRIPTION UNIT NO. QUANTITY UNIT WRITTEN IN WORDS PRICE AMOUNT I l LS MOBILIZATION i52r-u t�' 2 G c 2 1 LS TRAFFIC CONTROL 3 9 EA INTERCEPT CURB DRAIN AND CONNECT TO 4" STORM DRAIN PER DETAIL 4 140 LF INSTALL 6" DIA. PVC (SDR-35) PIPE IN OPEN CUT TRENCH. INCLUDES BACKFILL AND AC T-CAP 5 360 LF INSTALL4" DIA. PVC (SDR-35) PIPE IN OPEN CUT TRENCH. INCLUDES BACKFILL, LANDSCAPE �jCU [)hQ AND/OR AC T-CAP AS NECESSARY 6 5 EA INSTALL STORM DRAIN CLEAN -OUT PER SPPWC U Q Q STD. NO. 204-1. 7 200 LF INSTALL 4" DIA. PVC (SDR-35) PIPE, BY JACK LiOQ 490 coo AND BORE, AT DRIVEWAY CROSSING.. i 8 l EA NSTALL SAND FILTER JUNCTION STRUCTURE �(�'t�oo ��� WITH HIGHFLOW BYPASS PER DETAIL A. 9 2 EA INSTALL PIPE TO PIPE JUNCTION STRUCTURE PER LOS ANGELES COUNTY DEPARTMENT OF 3ocd PUBLIC WORKS STANDARD DRAWING NO. 332-1. 10 140 SF REMOVE AND REPLACE EXISTING CONCRETE IN KIND, AS NECESSARY �c) I 2(3© 1 l 1 EA INSTALL MODULAR WETLAND SYSTEM, MWS L- 4-4-C OR APPROVED EQUAL. INCLUDES �26-o L- 2_/ Q IRRIGATION. 12 5 LF REMOVE AND REPLACE EXISTING CURB AND 2606 GUTTER AND REPLACE IN KIND. INCLUDE FULL �� oo DEPTH AC SLOT PAVE. TOTAL AMOUNT BASE BID SCHEDULE (1N FIGURES) TOTAL AMOUNT BASE BID SCHEDULE (WRITTEN IN WORDS): uncA ci6115rS s 37o,L,oa The Contract will be awarded to the lowest responsible bidder based on the sum of base bid schedule. 10 Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and includes all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Mo rr z) �.-1 CL l I'es LL L NAME OF BIDDER (PRINT) SIGNATURE i oo 1 Av/� %'ok5 Pk Co -:> -@ C--Li701 ��- DATE u 4/1V2 3 ADDRESS S [ c? z 6-73 505-680- Z-iL4z0 CITY ZIP CODE TELEPHONE IOq�ggg 16 1,3i12Ll STATE CONTRACTOR LICENSE NO. CLASSIFICATION EXPIRATION DATE I declare under penalty of Perjury of the laws of the State of California that the representation ma re true and correct in accordance with the requirements of California Business and Pro sional o ectioir*8.15. CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER LIST OF SUBCONTRACTORS X BID OPENING DATE e m 1 12U Z3 2 pM PROJECT NO. �> 4�vf 2— _� y G , LOCATION l �a pl-4�Vj Mc,� ice � c��'�• c o,'•`{ CA CLIENT �� ' �l ����•"�„-,� ��r'. CONTRACTOR N,©r`��-%�r�•�c�1eS� L-1—�- Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract ! 7 w �t2S�9 * 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 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 12 construction of streets or highways, including bridges in excess of one-half (1/2) of 1 percent (1 %)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. 13 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: 1. The Contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a Contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The Contractor is not ineligible to bid on, be awarded or perform work as a Subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or any other provision of law. 3. The Contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a Contractor or Subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a Contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred Subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The Contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works project, and determined that none of them is ineligible to perform 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. 14 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 0 [ , 2023at Sg n C Lt¢vne A-4e (place of execution). Signature Name:��^�' Title: preS1dL,- - Name of Company: uj 7—f':zf.��Le�S LLB ]5 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO X If the answer is yes, explain the circumstances in the following space: NOTE: This questionnaire constitutes a part of the Proposal and signature on the signature portion of this Proposal shall constitute signature of this questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 16 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification: GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 4 & 5 (COPLEY & MOONLAKE) Bid Date: Ap r, t i Qi 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 2018 2019 2020 2021 2022 TOTAL No. of Contracts 2— Total dollar amount of SUS, o UL contracts in 1,000's)S No. of lost workday (D O cases No. of lost work day cases 4�A involving permanent transfer to another job or termination of C) L' employment \ No. of lost workdays 4 *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSEA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the in rmati ue and cc rate within the limitations of thqsp records. Name of Bidder (Print) Si nature Address 1 WI 14v���� �1cc 'zo State Contractor Lic. No. & Class io`A7� 13 c Iris .,,^ C ieV '�.'-.a. C� 9Z6 73 a"3 — 58o~4Lt2a City Zip Code Telephone 17 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 bid or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co- partnership by who constitute the other members of the co -partnership. Subscribed and sworn to before me this Signature day of 2023. Signature of Officer Administering Oath (Notary Public) 18 AFFIDAVIT FOR CORPORATION BIDDER A notary public or other officer otmVIeting this certificate verifies only the identity of STATE OF CALIFORNIA ) the individual who signed the document to S S which this c ertifiicate is attached, and not the truthfulness, accuracy, or validity of COUNTY OF LVsp OS LES ) that document. Dove' V t.o cl-10 being first duly sworn, deposes and says: That he is 1` �•�ir of, � 1 � . ■� i a corporation which is the party making the foregoing bid or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interest ed�n d contract, fo1 himself or for any other person. , Signature Subscribed and sworn to before me this / Q, L ! day of/Jl`� , 2023 U6-1�-o JAMESPAK NotaryPublic • CaliforniaOrange CountyCommissionZ357487 y Ccmm. Expires,Mav 13. 2025 Signature of Officer A ministering Oath (Notary Public) W r--o W. lio -a, ;C. •l:) oil :1.71 L Fc1 J?l f` birl ;i ihw.'r3;j6vlvi, e i i.- ! t('ii �71i.•:: ,.:%:i�1=3j� GI cfi�lf!)l3a 3!^,t l�'?!ri'Y.� trill ` .. .t , �;, • � =•� .. , 1. i . i. a:l:SJ l:i'.1. }i::iJ4 c,4 fu'r. a`��' •'A! - ira^ 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 bid or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this Signature day of , 2023. Signature of Officer Administering Oath (Notary Public) 20 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) sworn, deposes and says: That he is of, being first duly one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this Signature day of , 2023. Signature of Officer Administering Oath (Notary Public) 21 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE Morrow Trenchless, LLC as Principal, and The Ohio Casualty Insurance Company as Surety, are held and firmly bound unto the City of Diamond Bar in the sum to ten percent (10%) of the total amount of the bid of the Principal above named, to be paid to the said City or its certain attorney, its successors and assigns; for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally. firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of Ten Percent of Bid Amount THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the above mentioned bid to the City of Diamond Bar for certain construction specifically described as follows, for which bids are to be opened in PlanetBids on the date and time specified on PlanetBids, for the GROUNDWATER DRAINAGE IMPROVEMENTS -PHASE 4 & 5 (COPLEY & MOONLAKE). NOW, THEREFORE, if the aforesaid Principal is awarded the Contract, and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files the two bonds with the City of Diamond Bar, one to guarantee faithful performance and other to guarantee payments for labor and materials, as required by law, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the obligee and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney's fees to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 12th day of April 2023. w Trench ess LLC (SEAL) P AL GNATURE AND TITLE The Ohio Casualty Insurance Compan (SEAL) SURET SIGN TURE D TITLE - — - - Tammy Bates,Attorney- In -Fact NOTE: Signatures of those executing for the Surety must be properly acknowled1g-4. 24 '" - 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 Kern Onbefore me, Jaime Rene Ritchie, Notary Public (insert name and title of the officer) personally appeared Tammy Bates who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. yf JAIME RENE RITCHIE �s Notary P biic California �l =' Kern CcunC4 >_ i Cornmissicn 3 2397772 My Comm. Expire5 Ma. Za. 2025 Signat�2l-'(_ Z"- e /�� (Sea!) This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company mutuium The Ohio Casualty Insurance Company Certificate No: 8208856-980097 SURETY West American Insurance Company POWER OF ATTORNEY 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 American 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, Tammy Bates; Donna Bell; Clint Phillips; Jamie Ritchie; Gary Wells all of the city of Woodland Hills state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own 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 17th day of October , 2022 Liberty Mutual Insurance Company P� INSu� PV11 INS& a INsU.0 The Ohio Casualty Insurance Company �� �oaPORar yn �J ooa'oRo,�y �4PooaPOR°r do West American Insurance Company � 1912 � 1919 1991 0 0 a o CHlfE C%�'r84 g.aD SO ryNAMPSYS �NDIANP ,daY' -U By: �l _N : io tt) David M. Carey, Assistant Secretary Cr f t`o Stale of PENNSYLVANIA ss Cn County of MONTGOMERY o On this 17th day of October 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance tv Company, The Ohio 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. i� s `n 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. SP PAgl Q� N WF F� Commonwealth of Pennsylvania - Notary Seal oo !1 v Teresa Pastella,r Notary Public Montgomery County OF My commission expires March 28, 2025 B q, v Commission number 1126044 y kr Pt' Teresa Pastella, �y�V �G Member, Pennsylvania Association or Notaries Notary Public ARy 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, Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: Liberty Mutual 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 attomeys-in-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 attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature 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 time 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, bonds, recognizanoes 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 David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on 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 attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same 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 certify that the original power of attorney of which the foregong s a fuU, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. - - IN TESTIMONY WHEREOF, I have hereunto sot myand"aad�ffized the seals en said Companies this 12th day of April 2023 - _ - P� tNSbn r �ZY INSlt-- - a %Nsu'0 �.`� coaeoi'4LC+ �JQ ooar oar �gy `GP ovNPORargyC+ 1991 3 By- d��/] o* �� a o y ,p5 N - rs�•yo,ANPNaa Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02121 - -_ FCo OO a) N ao O M `oo c� m— a1 c n rA 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 1 'A0'—rc'..i T (-,, LU--� Imo. 5 f (_L C� TITLE OF O ICER S G N 5 4` a' SIGNATURE DATE '-' WA f Z 3 Please include any additional information available regarding equal opportunity employment programs now in effect within your company: 25 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder A0 rk, e- " 1 Lrs proposed subcontractor A1k / wj Prl c..� ei-K1 , 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 10425, 11114, or 11246, and that he has . has not X , 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. a �l cam ` cL ti 5S 1_._L - C (COMPANY) BY: 1�nr�C k V b rrue )jjc`W f— --1 (TITLE) DATE: — R _ 2023. 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. 26