Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
BID FINAL PROPOSAL
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 three years. Only projects in excess of $200,000 each qualify as similar for this project. 1. Project Title Contract Amount $430.000.00 Type of Work Water Main, 1-2" Services, Fire Hydrants, and Pavement Restoration Client Rowland Water District Agency Project Manager John Poehler Phone 562-522-5873 Date Completed 10/2022 % Subcontracted 5 2. Project Title Water and Sewer Improvements Contract Amount $260 500 00 Type of Work Wafer Whin and Sewer Laterals Client Sierra Corporate Management Company Agency Project Manager Edmund Nisbet Phone 682-215-9049 Date Completed 03/2022 % Subcontracted 0 3. Project Title 12" Waterman Replacement Contract Amount $1 200 000.00 Type of Work Water Main Replacement Client Sunnyslope Water Company Agency Project Manager Troy Holland Phone 626-824-4807 Date Completed 02/2020 o Subcontracted 5 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 ( /! 10 BIDDER'S PROPOSAL CITY OF DIAMOND BAR GROUNDWATER DRAINAGE IMPROVEMENTS PHASE 4 AND 5 CIP PROJECT NO. PW23401 Date YUNG -+ , 20 23 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: G&A Nelos Construction, Inc (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. 15 (f) That, if this bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g) 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 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 $2237880 Twenty -Two Thousand Three Hundred Seventy -Eight Dollars and 80/100 DOLLARS ($ ,.) 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. 16738 Lakeshore Drive #H275 714-423-3844 Address of Bidder Telephone of Bidder Lake Elsinore CA 92530 City Zip Code Sig �tureof Bidder IN 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 1 1 LS MOBILIZATION 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 AND/OR AC T-CAP AS NECESSARY 6 5 EA INSTALL STORM DRAIN CLEAN -OUT PER SPPWC STD. NO. 204-1. 7 200 LF INSTALL 4" DIA. PVC (SDR-35) PIPE, BY JACK AND BORE, AT DRIVEWAY CROSSING.. 8 1 EA NSTALL SAND FILTER JUNCTION STRUCTURE WITH HIGHFLOW BYPASS PER DETAIL A. 9 2 EA INSTALL PIPE TO PIPE JUNCTION STRUCTURE PER LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. 332-1. 10 140 SF REMOVE AND REPLACE EXISTING CONCRETE IN KIND, AS NECESSARY 11 1 EA INSTALL MODULAR WETLAND SYSTEM, MWS L-4-4-C OR APPROVED EQUAL. INCLUDES IRRIGATION. 12 5 LF REMOVE AND REPLACE EXISTING CURB AND GUTTER AND REPLACE IN KIND. INCLUDE FULL DEPTH AC SLOT PAVE. 17 MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)-4 $223,788.00 TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): Two Hundred Twenty Three Thousand and Seven Hundred Eighty Eight Dollars Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is Bidders Bond (Insert "$ 22,378.80 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. 18 NAME OF BIDDER (PRINT) • : ■ V.115i DATE Lake Flsinnre. CA 92530 714-423-3844 CITY ZIP CODE TELEPHONE CL# 1078513 Class A STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 7028.15. SIGNATURE OR AUTHORIZED OFFICER 19 LIST OF SUBCONTRACTORS * BID OPENING DATE 06/07/2023 PROJECT Pro'ect No. PW23401 PROJECT NO. PW23401 CLIENT City of Diamond Bar CONTPACTORG&A NeJOS ConStrUefion.1 Name Under Which Subcontractor is Licensed License No, Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract N/A * 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 20 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 (112) 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 1.777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works P*A 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 37UAF- � , 2021, at Weydae-I CA (place of execution) . W/��� ✓l/ Sign ture Name : Neear AJ,s(wd; Title:ic7�.�}�TISWeP Name of Contractor: G&A Nelos Construction, Inc 23 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO X If the answer is yes, explain the circumstances in the following space: 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. 24 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification PW23401 Groundwater Drainage Improvements - Phase 4 & 5 (Copley Woonlake) 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 three 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 anv and all fatalities. ITEM 3 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2020 2021 2022 TOTAL No. of Contracts 9 9 3 Total dollar amount of contracts in 1,000's $650,000.00 $700,000.00 $113,000.00 No. of lost workday cases 0 0 0 No. of lost work day cases involving permanent transfer to 0 0 0 another job or termination of employment No. of lost workdays 0 0 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. G&A Nelos Construction. Inc Name of Bidder (Print 16738 Lakeshore Drive #H275 Address Lake Elsinore, CA 92530 City Zip Code � _ Signat re Class State Contractor's Lic. No. & Class 714-423-3844 Telephone 25 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to th We agree specifically: e Bar, the firm its employment that it is in and executive that it will -ie affirmative 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 G&A Nelos Construction, Inc TITLE OF OFFICER SIGNING President, 7('2asuw 'F seaeity7 SIGNATURE DATE 04 Please include any additional information available regarding equal opportunity employment programs now in effect within your company: AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) NezarAlsmadi being first duly sworn, deposes and says: That he is President 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. Subscribed anZ� to before me th day of SEE ATTACHED & S. to•-1• 2o2, 3 Sign ure 20 Signature of Officer Administering Oath (Notary Public) 27 t0.11 IIIa GINZIK JURAT CERTIFICATE 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 truthftdness, accuracy, or validity of that document. State of California County of Los Angeles Subscribed and sworn to (or affirmed) before me on this day of dun e 2o23 , by Is) ?nr ptlswNc ck proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. �. BRIAN SPROULE Notary Puhilc • Gaiifornla WITNESS MY HAND AND OFFICIAL SEAL. Los Angeles County _ Commission911 �n J ��� o. M y Comm. Expires SeP 18, ,2025 Signature o otary Public Q (Notary Seal) OPTIONAL INFORMATION The Iurat contained unthin ties document is in accordance with California Ituo. Any affidavit subscribed and sworn to before a notary shall use the preceding wording or substantially similar Wording pursuant to Civil Code sections 1189 and 8202. A jurat certificate cannot be axed to a document sent by mail or otherwise delivered to a notary public, including electronic means, whereby the signer did not personally appear before the notary public, even if the signer is known by the notary public. The sea( and signature cannot be affixed to a document without the correct notarial wording. As an additional option an of iant can produce an affidavit on the some document as the notarial certificate wording to eliminate the use of additional documentation. DESCRIPTION OF ATTACHED DOCUMENT (Title of document) Number of Pages (Including just) Document Date (Additional Information) MMX V. BAN2 510.409.1334 www. BayAreallolaryx, CAPACITY CLAIMED BY THE SIGNER Individual Corporate Officer Partner Attorney -In -Fact Trustee Other: BID BOND 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: GROUNDWATER DRAINAGE IMPROVEMENTS PHASE 4 AND 5 CIP PROJECT NO. PW 23401 WHEREAS G&A Nelos Construction, Inc 16738 Lakeshore Drive #H275, Lake Elsinore, CA 92530 (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 l ant, OK to C A S VA I.TY M NSURAKCG COMPANY (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 7 N Pkiten F OF AMOJNT- B i d Dollars($ LO �v Or 61D ), 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. 34 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. 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: 0(v/b}12PU "Principal" G&A Nelos Construction, Inc By: 114',A&A Tr�orir I � Sec./'G�cry By: I�rtSi r r I s Secre�„1l1 Note: This bond must be dated, evidence of the authority fact must be attached. (Se ) LL JEL A7-TAC, "Surety" By: Its By: Its all signatures must be notarized, and of any person signing as attorney -in - (Seal) II. 5. (o-�• Zdz'� 3.5 CALIFORNIA ALL-PURPOSE CERTIFICATE OF 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 to -I. 2023 before me, Brian Sproule, Notary Public (Here insert name and title of the officer) personally appeared coat AA s w%iL all who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are 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. BRIAWITNESS m hand and official seal. *my Notary PublicSPRO y �Notary Public - CaliforniaCa Los Angeles County _ Commission 4 2371911 (NotarySeal) Comm. Expires Sep 18, 2025 Signature of Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title of description of attached document) (Title or description of attached document continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form most be properly completed and attached to that document. The only exception le if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on .such is document to long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefullyfor proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) put scantly appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public), • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they; is /ere ) or circling the correct fors. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. 11'the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document BID BOND 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: GROUNDWATER DRAINAGE IMPROVEMENTS PHASE 4 AND 5 CIP PROJECT NO. PW 23401 WHEREAS G&A NELOS CONSTRUCTION INC. 16738 LAKESHORE DR. #H275, LAKE ELSINORE CA 92530 (Name andaddress 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 THE OHIO CASUALTY INSURANCE COMPANY (Name and address of Surety) state er laws 0 ("Surety") a duly t are held and firmly surety insurer dboundeunto PubliceAgency of California, as Surety, in the penal sum of TEN PERCENT QF A 10-U 'T 3M Dollars($ 10% OF BID ), being not less than ten percent (1096) 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 a deby witbounded the Principal is awarded a contract for the work by City 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. 34 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. 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: JUNE 5TH, 2023 "Principal" G&A NELOS CONSTRUCTION, INC. By: Its By: Its "Surety" THE OHIO CASUALTY INSURANCE COMPANY By: Its BRITTON CHRISTIANSEN. ATTORNEY-h FACT I:= 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. (Seal) (Seal) 35 10� Liberty Mutual SURETY 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 Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8201903-969577 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, Britton Christiansen; Myma Smith; Philip E. Vega; Kevin E. Vega all of the city of Covina state of California each individually it mere be more man one named, Its eue nna Idw,ul dn°I IIcr-,,,,OU,,v.... —, execute, seal, acknowledge and deliver, for and on I behalf as surely 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 15th day of August , 2019 . Liberty Mutual Insurance Company CD The Ohio Casualty Insurance Company West American Insurance Company e � NxNv N,aD YS�'°°IxN ad y. David M. Carey, Assistant Secretary Stale of PENNSYLVANIA County of MONTGOMERY ss On this 15th day of August , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 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. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Nomrial "u" Teresa Poslella, Notary Public Upper Me,wn Twp., Montgomery County By: My Cpmmimlon Expires March 28.2021 Member Penns0van1A AuaCmliM of Nct$ces 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 Y Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: - r 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 attorney, 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 attorney -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 granfing 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, l shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surely 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 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 attorneys -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 surely obligations. Authorization — By unanimous consent of the Companes 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 foregoing is a full, 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 set my hand and affixed the seals of said Companies this 5TH day of JUNE , 2023 G(De INSUN \NSURqavox�rR9ypP°°arogxt �4cdon¢ t ora919 s 1991 oB,N,n+pda� YS 'm°Ina aD; y Renee C. Llewellyn, Assistant Secretary 0 xh It E to LMS-12873 LMIC OCIC WAIC Multi Co_062018 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 County of LOS ANGELES On JUN 0 5 2023 Date before me, Kevin Edward Vega, Notary Public Here Insert Name and Title of the Officer personally appeared Britton Christiansen, Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person'K whose names) is/ate subscribed to the within instrument and acknowledged to me that he/spe/they executed the same in his/her,/their authorized capacity(fes) and that by his/hec/fihex signature(a) on the instrument the person(sa, or the entity upon behalf of which the persons) acted, executed the instrument. KEVIN EDWARD VEGA Notary Public - California Los Angeles County il Commission: 2326181 MY Comm. Expires Apr 29. 2024 Place Notary Seal Above 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 off icia e Signature S e of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder , proposed subcontractor , hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. G&A Nelos Construction, Inc (COMPANY) / BY: Nezar Alsmadi �✓`� President . r'etiSu/eol Ssac+-rry (TITLE) DATE: 10016 f , 20 Z$ 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. 37 NON -COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) The undersigned declares: I am the President ofG&ANelosConstruction, Inc, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 3 oft 3 20Z3 [date], at QfAdala. [city], CA [state]. I G&A Nelos Construction, Inc V14"Vl _ Business Name Signature o Bidder (must be notarized) 16738 Lakeshore Drive, H275, Lake Elsinore, CA 92530 Business Address Attach Notary Ackno dgement oEE ATTACHEn ?>•S. b0 '1"Zo3-3 Form to this form when submitting 38 CALIFORNIA ALL-PURPOSE CERTIFICATE OF 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 (:ounty of Los Angeles On 7 20L3 before me, Brian Sproule, Notary Public (Here insert name and title of the officer) personally appeared �3 2Z0.f" Al S v-AQ 6i who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are 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 ORIAN SPROeLE Notary Publfc - California < Los Angeles County --------------- (Notary Seal) Commission 2371917 Signature of Notary Public"`0"�• My Comm. Expires Sep 18, 2025 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other — INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form most be properly completed and attached to that document. The only exception is if a document is to be recorded outside of Califa•nia. In such instances, any alternative acknowledgment verbiage as may be printed on .such a document so long as the verbiage does not require the notary, to do something that is illegal faa notary in California (i.e. cernfying the authorized caponry of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.c. ho/she/they; is tare ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression roust be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form, • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document