Loading...
HomeMy WebLinkAboutBidContractFinal-WeRBuilders1EXPERIENCE 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 On -Call Emergency Asphalt and Pcc Services For The City Of Santa Ana Contract Amount $3,000,000.00 (T&M Work) On -Call Master Agreement for the removal and replacement of Concrete ADA Curb Type of Work Ramps, Curb & Gutters, Sidewalks, Drive -Approaches, Cross -Gutters, etc. Client City of Santa Ana, Public Works Department Agency Project Manager Michelle Cabanas Phone 714-647-5031 Date Completed In Progress (3-Year Agreement) % Subcontracted 0.00 2. Project Title Concrete & Masonry Repair/Maintenance Master Agreement Contract Amount _ 500,000.00 (T&M Work) Type of Work $500,000.00 (T&M Work) Client Sierra Corporate Management, Inc. Agency Project Manager Edmund Nisbet Phone 682-215-9049 Date Completed In Progress % Subcontracted 0.00 3. Project Title Concrete Roadways & Community Improvement Project Contract Amount $615,000.00 Type of Work Concrete Roadway Improvement: Concrete Sidewalks, Ramps, Curbs & Gutter Client Lincoln Center Mobile Home Park Agency Project Manager Ashley Lopez Phone 657-644-2226 Date Completed January2022 o Subcontracted 0.00 NOTE: If requested by the City, the bidder shall furnish financial statement, references, and other information comprehensive to permit an appraisal of his current financial Bidder's Signature 4 ai a certified sufficiently condition. 10 BIDDER'S PROPOSAL CITY OF DIAMOND BAR AREA 3 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602474-22 CIP PROJECT NO. SI23104 Date JuneO9 , 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: Corporation: We R Builders, Inc. (S-Corporation) President, Secretary, Treasurer and Manager: Nezar Alsmadi (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 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. 3746 Foothill Blvd. #304 Address of Bidder CA City 91214 Zip Code 714-874-5275 Telephone of Budder 44 .+4 Sigture of Bidder 16 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS AREA 3 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602474-22 CIP PROJECT NO. SI23104 ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT CONSTRUCTION STAKING AND 1 1 LS MONUMENT PRESERVATION. REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT CURB RAMP PER SPPWC STD. 2 16 EA PLAN NO. 111-5, INCLUDING MOBILIZATION, TRAFFIC CONTROL, AND PUBLIC SAFETY. REMOVE EXISTING CURB AND 3 47 LF GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 120-3. REMOVE EXISTING CROSS 4 75 SF GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 122-3. THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT 5 1 LS MARKINGS, AND CURB MARKINGS. MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)-3 TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, 17 taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. Ail 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 "$ NIA cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (100) 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. We R Builders, Inc. NAME OF BIDDER (PRINT) 3746 Foothill Blvd. #304 ADDRESS Glendale, CA CITY IGNATURE 06/07 DATE 91214 714-874-5275 ZIP CODE TELEPHONE 1055746; A & B 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. M SIGNATURE OR AUTHORIZED OFFICER 19 LIST OF SUBCONTRACTORS * BID OPENING DATE 06/09/2023 S123104 (CIP); PROJECT CDBG Area 3 ADA Curb Ramp Project PROJECT NO. 602474-22 (CDBG) LOCATION Citv of Diamond Bar CLIENT City of Diamond Bar - Public Works Department CONTRACTOR We R Builders, Inc. Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract Chrrsp ComP9^1 3-'y (,00 436So Obood 1Z00Jcl r VAON� MarK� n CIS Q H G 3a Casa LAnd $�nleying,Zn�• I-�gy I I 6lil N. CGKW4 Suly �aKin S4tet� CNa� a i`hoh ✓neon+ CA g2968 Pre a ;on * 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 (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 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 22 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 June09 , 2023, at Glendale (place of execution) . W Sign ure Name: Nezar Alsmadi Title: President, Secretary, and Treasurer Name of Contractor: We R Builders, 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: 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. ;4 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification S123104 (CIP); 602474-22 (CDBG) Bid Date 06/12/2023 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 3CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2020 2021 2022 TOTAL No. of Contracts Total dollar amount of $600,000.00 $800,000.00 $1,200,000.00 $2,600,000.00 $700,000.00 contracts in 1,000's No. of lost workday 0 0 0 0 0 cases No. of lost work day cases involving permanent transfer to 0 0 0 0 0 another job or termination of employment No. of lost workdays 0 0 0 0 1 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. We R Builders. Inc Name of Bidder (Print 3746 Foothill Blvd.#304 Address Glendale, CA City Zip Code C� ,- Signatu 10557 :A&B State Contractor's Lic. No. & Class 714-874-5275 Telephone 25 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) ) SS COUNTY OF LOS ANGELES ) NezarAlsmadi being first duly sworn, deposes and says: That he :is President. Secretary, and Treasurer of, We R Builders. Inc. a corporation which is the party making the foreqoinq 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 and sw to before me this day of SEE 85 b*-[_2-02) gnature of Off i / HIW` Sig -u 20 r Administering Oath (Notary Public) 27 CALIFORNIA 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 truthfulness, accuracy, or validity of that document. State of California County of Los Angeles Subscribed and sworn to (or affirmed) before me on this —1�`day of V4NC 2023 by Pezat lst►tacit proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. BRIAN SPROULE Notary Public • Callfornta WITNESS MY HAND AND OFFICIAL SEAL. ; = Los AnBeies county Commission ;Dim My Comm. Expires Sep 18, 2025 Signatur~of Notary Public (Notary Seal) OPTIONAL INFORMATION Thejurat cnnhnned within this dontnit"d is in neeordnnar with Calijiuvin law. Any offidanit subscribed and sworn fit Itt ire a notory shall use the preceding toording or suhstuntially nirnilar rounding pursuant to Civil Code section 1789 and 8202. Ajurat eertifieate cannot be ajjl xed to a document Setif 1ry truail or otherodse delivered to a notary public, including electronic means, whereby the signer did not personally appear before fhe norw.e' public, even It the signer is known by the nolaq public. The seat and signalue cannot be affixed m a doc amen without the t'U.'I I.('I notarial wording. Is ate additional option an afjiant can fo oduce an affidavit on the saner docwnetet as the notarial certificate wording to eliminate the use of additional elocriownfalion. DESCRIPrION OF ATTACHED DOCUMEN'l (Title of (1ocument) Number of Pages ....__(I ncbiding jump DOelliticllt Date (Additional lnlonn;uiun) — MMX V nAN2 510.409.1334 www.navArcallotarv.ce CAPACITY CLAIMED BY THE SIGNER Individual _ Corporate Officcr Partner Anornev-In-Pact 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: AREA 3 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602474-22 CIP PROJECT NO. SI23104 WHEREAS We R Builders, Inc. 3746 Foothill Blvd. #304 Glendale, CA 91214 (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 Old Republic Surety Company 445 S. Moorland Rd. Suite 200. Brookfield, WI 53005 (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 Bid Amount Dollars($ 10% of Bid ), 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: "Principal" ivc (o, Z023 We R Builders, Inc. By: s By:44eegr AtSnudi- PresJeA Its-i¢wsvlk Swt+Rry Note: This bond must be dated, evidence of the authority fact must be attached. "Surety" Old Republic Surety Company By: �1 Its By: ;oeic- 9001Le�-t Its )4r7pNlk'%( 1.v MLf all signatures must be notarized, and of any person signing as attorney -in - (Seal) (Seal) 35 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 Oil IF, 1 •2-02-3 before me, Brian Sproule, Notary Public (litre insert name and title of the officer) personally appeared VJ e L" Al % IM «d %__ 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. BRIAN SPROULE Notary Public • California • e Las Angeles county i { ` Commiss{on; 2371911 .___ - —------------------ (Notary 'lent) •my CCon. Expires Sep ta. 2025 Signature of otary Pubiic� ADDITIONAL OPTIONAL INFORMA110N DESCRIPTION OF THE AT"I•ACHED DOCUMENT (ritic or description of attched document) (Title or description of attached document continued) Number of Pages _ Document Date - (Additional information) --- CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer ❑ Paruler(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 fire notary section or a separate acknowledgment form must be properly completed and attached to that docronem. The only exception is tf a docurnent is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as pray be printed on .such a document .so long as the verbiage does not require the notary to do something that is illegal for a notary in Calfornla (re. rerlfying the aulhori.:cd capacity of the xignei) Please check the document carejdlyfar proper notartal wording and attach tius form if required. • State and County information must be the State and County where the document signcr(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signers) personally appeared which must also be the sane date the acknowledgment is completed. • The notary public must print his or her name as it appeas within his or tier 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 nonavation • Indicate the Collect singular or plural forms by crossing off incorrect forms (i.e. hotshdlhoy; is tare ) or circling the correct forms. Failure to correctly indicate this information tray lead to rejection ofdocumau 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" 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 matched to n different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signi it' Elie claimed capacity is it corporate officer, indicate the title (i.e. CEO, CFO, Secretary), • securely attach this document to the signed document State of Oregon Notarial Certificate (ORS Ch. 194.280, 194.285) Acknowledgment in a Representative Capacity State of OREGON County of DoVa This record was acknowledged before me on (date) 36NE G , 20 7-3- by (name(s) of individual(s)) as (type record was executed) Y10 2a?j& 1e- SVl -rf Cow4RANv Notary Public - State of Oregon Official Stamp OFFICIAL STAMP HANNAH BARNES NOTARY PUBLIC - OREGON COMMISSION NO.1009365 MY COMMISSION EXPIRES FEBRUARY 26, 2025 Document Description This certificate is attached to page Z ,)t a 13,D �„n A._ (rule or type of document), dated .,J_�____ _ , 20 �.3 , consisting of ____,_Z pages. « « OLD REPUBLIC SURETY COMPANY **« POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: ERIC VERKOUTEREN, KEVIN HARVEY. OF TEN MILE, OR its ours and lawful Atiomey(s)-in-Fact, with full power and authority, for and on behalf of the company as surety, to execute and deliverand affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof. (other than hail Mmds, hank dcp,,.non Mmds. mt,ngage deticiencs Mmd, mtrngage t_uaraim K,nds, guarantees of installment paper and note guaranty N,nds, sell -insurance workers emnlxnsauon kinds guaranteeing Ixn menu of henclils or black lung Mmdsl. as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attomeys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and settled by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982, RESOLVED that, the president, any vice-president, or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, rmognizances, and suretyship obligations of all kinds; and said officers may remove any such attomcy-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and scaled (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned andsealed (if a seal be required) by a duly authorized attomcy-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits oRhe authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Atlomey or cenification there of authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 9TH day of MAY.2023. f(__(�, OLD REPUBLIC SURETY COMPANY . ' *x.ot. C. war ^O Assistant Secretary o Sf;AL STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS President On this 9TH day of MAY, 2023 , personally came before me, Alan Puvlic and Karen 1 Haffner , to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duty swom, did severally depose and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. aatlf')Ls�-- (_) NoberY Public My commission expires:_9i28i2026 CERTIFICATE (Expiration of notary commission does not Invalidate this Instrument) 1, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. 77-3606 1 SEAL E . .r Signed and sealed at the City of Brookfield, WI this -__(I day of 3t) the , ?AZ31 �s.lcu�.q-fir..• Assistant Secretary GRITLY INSURANCE SERVICES INC POAORS 102020 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 We R Builders. Inc. TITLE OF OFFICER SIGNING president, Secretary, and Treasurer SIGNATURE DATE 06/09/2023 Please inc]Kude any additional information available regarding equal opportunity employment programs now in effect within your company: N/A 36 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder , proposed subcontractor , hereby certifies that he has has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. We R Builders, Inc (COMPANY) BY: NezarAlsmadi President, Secretary, /ndTreasurer (TITLE) DATE: June09 , 20 23 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 FJITH BID) The undersigned declares: President, Secretary, & I am the Treasurer of We R Builders. 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 0.6/0.9L2023 [date], at Glendale [city], CA [state]. _ wig 2 ate; Id�rs Business Name Signature o Bidder (must be notarized) 3746 Foothill Blvd#304, Glendale. CA 91214 Business Address Attach Notary Acknowledgement Form this form when submitting SEE ATTACHFr) 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 County of Los Angeles Oil to •-1 20z3 before me, Brian Sproule, Notary Public (Here insert name and title of the officer) personally appeared N tZ0.( & 5 witad f > 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. WfI'NESS my hand and official seal. ---______________. Signature of Notary Public BRIAN SPRCUE • Notary Pubilc - Cailfornta :. Las Angeles County Commission; 2371§11 (Notary Seep °••My Com^. Expires Sep 18. 2025 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT ('Pitt, or description of attached docutsnent) (Title or description ol'nttached document continued) Number of Pages _ Document Date - (Additional information) CAPACITY CLAIMED 13Y THE SIGNER ❑ Individual (s) ❑ Corporate Officer -- (Title) ------- ❑ Paltner(s) ❑ Attonrey-in-Fact ❑ Trustee(s) ❑ Other _— INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed In California Hurst contain verbiage exactly as uppears above in tire nolmy section or a separate acknowledgment form must be properly completed and auached to that document. The only exception is if a document is to be recorded outside of California, In such instances, any alternative acknowledgment verbiage as may be printed an such a document so lmrg as the verbiage does not require die notary 10 do something that is illegal Jbr a notary In California (i.e. cer(fying the authorised capacity of the .signer), Please check the doeranent caret dlyfor proper notarial wording and attach thisform ifrequired. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Hato of notarization must be the date that the signer(s) personally appeared which must also be the sane date the acknawledgnrenl is completed. • "I'lie 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 offincorrect forms (i.e. he/she/thoy,- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead 10 rejection ofdocumcnt recording. • The notary seal impression must be clear and photographically reproducible. Impression must nor cover text or lines. If seal ingncssion smudges, re -scat if a sulficicnt arcs permits, otherwise complete a different acknowledgment faun. • Signature orthc notary public must match the signature on rile 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 munched document, number of pages and date. Indicate the capacity claimed by the signer. II'the claimed capacity is a corporate officer, indicate the title (Le, CEO, CFO, Secretary). • Securely month this document to the signed document NOTICE TO BIDDERS COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) COMPLIANCE DOCUMENTS FOR CONSTRUCTION CONTRACTS of LESS Than $200,000 A Bidder is required to familiarize itself with the information provided on the following pages. Failure to comply with and/or meet the requirements may result in a bid being determined incomplete or non- responsive. A bidder is required to submit the following Compliance forms with its Bid Proposal: }� 1: County Lobbying Certification X2: Request for Additional Classification and Rate X3: Contractor's List of Proposed Subcontractors X 4: Worker's Compensation Certification k5: Non -Segregated Facilities Certification /\/ 6: Past Performance Certification >�7: Notice of Equal Employment Opportunity Commitment \r 8: Non Collusion Declaration 9: Federal Lobbying Certification COUNTY LOBBYIST CODE CHAPTER 2.160 COUNTY ORDINANCE NO. 93-0031 CERTIFICATION NameofFirm: We R Builders, Inc. Address: 3746 Foothill Blvd.#304, Glendale State: CA Zip Code: 91214 Telephone Number: ( 714 ) 874-5275 Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the Los Angeles County Development Authority (LACDA). 1) It is understood that each person/entity/firm who applies for a Los Angeles County Development Authority contract, and as part of that process, shall certify that they are familiar with the requirements of the Los Angeles County Code, Chapter 2.160 (Los Angeles County Ordinance 93-0031) and; 2) That all persons/entities/firms acting on behalf of the above named firm have and will comply with the County Code, and; 3) That any person/entity/firm who seeks a contract with the Los Angeles County Development Authority shall be disqualified therefrom and denied the contract and, shall be liable in civil action, if any lobbyist, lobbying firm, lobbyist employer or any other person or entity acting on behalf of the named firm fails to comply with the provisions of the County Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into contract with Los Angeles County and the Los Angeles County Development Authority. Authorized Official: uilders, Inc. By: Nezar Alsmadi 4 ? /' (Comranod3ubronI n tc (: vat=) 06/09/2023 President, Secretary, and Treasurer (Date) (Title) U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD FORM 4230A REPORT OF ADDITIONAL CLASSIFICATION AND RATE OMBApproval Number 2501-0011 (5xp M1I2022) 1. FROM (name and address of requesting agency) 2. PROJECT NAME AND NUMBER Federal & City of Diamond Bar Public Works AREA 3 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT Department CDBG PROJECT NO.602474-22 CIP PROJECT NO. S123104 3. LOCATION OF PROJECT (City, County and Slate) Diamond Bar, Los Angeles County, California 4. BRIEF DESCRIPTION OF PROJECT 5. CHARACTER OF CONSTRUCTION ADA CURB RAMP IMPROVEMENT PROJECT ❑ Building ® Residential X Heavy ❑ Other (specify) ❑ Highway 6. WAGE DECISION NO. (include modification number, if any) DATE of WAGE DECISION: 7. WAGE DECISION EFFECTIVE DATE (LOCK -IN): ❑ COPY ATTACHED 8. WORK CLASSIFICATION(S) HOURLY WAGE RATES BASIC WAGE FRINGE BENEFIT(S) (if any) N/A 9. PRIME CONTRACTOR (name, address) 9a. 10. SUBCONTRACTOMEMPLOYER, IF APPLICABLE w,nb�,mc,u.m,;, (name, address) 374E Fno h 11 R,d 4304 r9ondo10,Ca1,L, ma 1214 ❑ Agree ❑ Disagree 9b. SIG TUR DATE & Che All That Apply:l ❑ he work to be performed by the additional classification(s) is not performed by a classification in the applicable wage decision. ❑ The proposed classification is utilized in the area by the construction industry. ❑ The proposed wage rate(s), including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage decision. ❑ The interested parties, including the employees or their authorized representatives, agree on the classification(s) and wage rate(s). ❑ Supporting documentation attached, including applicable wage decision. Check Ori ❑ Approved, meets all criteria. DOL confirmation requested. ❑ One or more classifications fail to meet all criteria. DOL decision requested. FOR HUD USE ONLY LR2000: Agency Representative Date Log in: (Typed name and signature) Log out: Phone Number HUD 4230A (8-19) PREVIOUS EDITION IS OBSOLETE C9 � � z 0 u ui � � 0 ce LL 0 ul n ce � § z 0 u \ \\ \ U &( \ © f2 »{ {\§ _ : ; ) ) /)k / / )\ ) )» } \ . (\ / \ \ ( ) WORKER'S COMPENSATION CERTIFICATION I certify, by my signature below, that I am aware of the provisions of Section 3700 of the California Labor Code. §3700 requires every employer be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code. I further certify that I will comply with such provisions before commencing the performance of the work of this contract. Date: 06/09/2023 Project Number: 602474-22 AREA 3 RESIDENTIAL NEIGHBORHOOD Project Name: ADA CURB RAMP IMPROVEMENT PROJECT Company Name: We R Builders, Inc. Address: 3746 Foothill Blvd.#304, Glendale, CA 91214 Print Name: Nezar Alsmadi Title: President, Secretary, and Treasurer Signature: NON -SEGREGATED FACILITIES CERTIFICATION Federally Assisted Construction Projects The federally assisted construction contractor certifies that he/she DOES NOT and WILL NOT: Maintain or provide, for his/her employees, any segregated facilities at any of his/her establishments. Permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally assisted contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term segregated facilities means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally -assisted contractor agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he/she will retain such certifications in his/her files. NOTE: The penalty for making false statements in offers are prescribed in 18 U.S.C. 1001. Date: 06/09/2023 Project Number: 602474-22 Company: We R Builders, Inc. FMI 0 Titlr PAST PERFORMANCE CERTIFICATION With regard to performance of previous contracts or subcontracts subject to the Equal Opportunity Clause and filing of required reports The ❑bidder, ❑proposed sub -contractor, hereby certifies that he/she ❑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/she ❑has, ❑has not, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance (OFCCP), 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. Dater Project Number: 6 A ContractAward: $ ,VIA Awarding Agency: Contractor Name: WL (J(6. xtc, Total Number of Employees Affiliate Company: M Title: 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). 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 or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF-100 (EEO-1) must be filed by; (A) All private employers who are: (1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2) Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) All federal contractors (private employers), who: (1) Are not exempt as provided for by 41 CFR 60-1.5 (2) Have 50 or more employees, and a. Are prime contractors or first -tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b. Serve as a depository of Government funds in any amount, or c. Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes. EQUAL EMPLOYMENT OPPORTUNITY COMMITMENT TO: <9P (Name of Labor Union, Workers Representative, etc. T�40 (Address) Name of Business (Contractor): We- R R,:wy-S, 1^c- Project Name: hfCo 3 45,o1 ,44:Hl Ncrr4Wo,a Project Number: 60244 'M- 22 AN4 C046 ilarlp :-'"Wevevu4 PIa�GCf The Undersigned currently holds a contract with [� (� involving funds of the U. S. Government, or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract, and in accordance with Executive Order 11246, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. This obligation not to discriminate in employment includes, but is not limited to the follow: 1. Hiring, placement, upgrading, transfer or demotion; 2. Recruitment, advertising or solicitation for employment; 3. Treatment during employment; 4. Rates of pay or other forms of compensation; 5. Selection for training, including apprenticeship; and 6. Layoff or termination. This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Nezar X1&vnn4' „Na,n..., ot;J ZU By: Z14V- / rests ('4'lrcGs�.���j From: We R Builders, Inc. By: Nezar Alsmadi, President, Secretary & Treasurer NON -COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: I am the President, Treasurer & Secretary of We R Builders, 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 06/09/2023, at Glendale, CA." r2/ We Builders, Inc. Ne ar Alsmadi I President, Secretary & Treasurer FEDERAL LOBBYIST CERTIFICATION Name of Firm: Address: 3746 Foothill Blvd.#304, Glendale State: CA Zip Code: 91214 Telephone Number: ( 714 ) 874-5275 Acting on behalf of the above named firm as its Authorized Official, I make the following Certification to the U. S. Department of Housing and Urban Development and the Los Angeles County Development Authority (LACDA). 1) No Federal appropriated funds have been paid by or on behalf of the above named firm to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee or any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the above named firm shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions, and; 3) The above name firm shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreement) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into the transaction imposed by Section 1352 Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Authorized Official: We R Builders. Inc. (Contractor/snbconrractor) 06/09/2023 (Date) By: (SigneWre) President, Secretary, and Treasurer (Title)