Loading...
HomeMy WebLinkAboutCDBG Diamond BarEXPERIENCE 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 $250,000 each qualify as similar for this project. I. Project 'Title AAA --rAZ -��,Q+.,b.�i�`v►,- Contract Amount ? 2 401 V o o Type of Work ?,4,. 4 Ga., G►ckr Client $wild LA GGD ELA G Agency Project Manager �{rtY�s �S4 Phone Date Completed 09 j 3v j 2022 % Subcontracted 2. Project Title ";IleAr L;Ke: R rAiry `aVF,1,,t �cstvr' v•. Contract Amount 315 ova f Type of Work ?<mv L;-, RrS4nrC Client Las Am&tes Szx&�Vjes� Co11 Agency Project Manager VOsko" %non Phone (323) 22q- 0}-4°1 Date Completed 061$0 202 3 Subcontracted 3. Project Title ca"pr+S Wt.1-e U h-litIA --let'ove'e l T Contract Amount '319 vno Type of work iate iyr lkh! U!�L, ` e�7i�► CA"'�rP' u1 +1� Client Zimld LAcep -- L.A s(- Agency Project Manager EL!j RCA-rx—J Phone OAS) 535 - g544 Date Completed 0'51 31 r 2 o 24 s Subcontracted C) 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 AREA 4 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602604-23 CIP PROJECT NO. S124104 Date °L41 2b . 20 2 L4 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: V,w, w'y Af y-V-0,V- (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 ($ g, 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. % G 6 0 g �a� n l�d.t�. [Z j, Address of Bidder C,iko City (323) 31`4--�12-z Telephone of Bidder 9ti�v � Zip Code Signa of Bidder 16 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS AREA 4 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602604-23 CIP PROJECT NO. S124104 BASE BID SCHEDULE ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT f 1 1 LS CONSTRUCTION STAKING AND 5,pov 5vva MONUMENT PRESERVATION. REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT CURB RAMP PER SPPWC STD. 2 6 EA PLAN NO. 111--5, INCLUDING MOBILIZATION, TRAFFIC CONTROL, AND PUBLIC SAFETY. REMOVE EXISTING CURB RAMP OR SIDEWALK AND CONSTRUCT 3 95 SF CONCRETE SIDEWALK PER SPPWC STD PLAN 113-2 and 130-2 . THERMOPLASTIC TRAFFIC 4 I LS STRIPING, PAVEMENT �� MARKINGS, AND CURB btoo�D MARKINGS. BASE BID SCHEDULE ITEMS: TOTAL AMOUNT (IN FIGURES)—> BASE BID SCHEDULE TOTAL AMOUNT (WRITTEN 4) S P_.tJ e., 1-] �"j * ADD ALTERNATE SCHEDULE 5 --S, � 5 0 INp WORDS) ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT s REMOVE EXISTING AA-1 4 EA IMPROVEMENTS AND CONSTRUCT ji Ile000 ji 44,Ooa CURB RAMP PER SPPWC STD. 17 ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT PLAN NO. 111-5, INCLUDING MOBILIZATION, TRAFFIC CONTROL, AND PUBLIC SAFETY. REMOVE EXISTING CURB RAMP OR SIDEWALK AND CONSTRUCT AA-2 20 SF CONCRETE SIDEWALK PER ,6 ;n 1,000 SPPWC STD PLAN 113-2 and 130-2. REMOVE EXISTING CROSS AA-3 2,142 SF GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 122-3. ADD ALTERNATE SCHEDULE ITEMS: TOTAL AMOUNT (IN FIGURES)-* ADD ALTERNATE 'i; III ,9-+v SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS): O'ne BASE BID + ADD ALTERNATE SCHEDULE ITEMS: .3 TOTAL AMOUNT (IN FIGURES) --> { q $ -} 2 0 BASE BID -4- ADD ALTERNATE SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS): vif ----- Ori e ,�# 11�k�w-,�� � Set,c�. j-�h,,�i•. 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. 18 All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. The Contractor shall completely fill out the Bid Schedule including Base Bid and Add Alternate. Award of the project shall be determined based on the lowest responsible bidder. The lowest responsible bidder shall be calculated on the sum of "Base Bid" only. Accompanying this proposal is (Insert "$ Sr 50G, . na cash", "cashier's check" " „ " certified Check or "bidder's s band 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. m o T ; r►er.,r; _ 0 510 512 0 211 NAME OF BIDDER {PRINT} I ATURE DATE % (46 o g F"" p„ t-. Rd - - ADDRESS cl%ixv G �` Dq {323� 3!�-ail2Z CITY ZIP CODE TELEPHONE Lice%sc =W log °l23 S _ Glass "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. CONTR !(yl, SIGNATURE OR AUTHORIZED OFFICER 19 LIST OF SUBCONTRACTORS * d BID OPENING DATE 0$10612OZ61 Ate+ y R� i "L'Date, - 602604- 2-S PROJECT A b A (my-6 RA-,!p 'J•,PROJECT NO. C I P I241ok LOCATION K JWW(t i vfAhb^ l At V iur• c- d ?Josr Co -A CLIENT Cif 6� Diu CONTRACTOR A i v r-e.r; Name Under Which Subcontractor I L ensed License No. Address of office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract * In compliance with the provisions of the Public Contract Cade 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 1777.1; Public Contract Code Section 61091 The undersigned, a duly authorized representative of the contractor, certifies and declares that: I. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor ❑r subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation ❑f 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 t❑ 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 ❑n 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 May , c b, 2024, at S", &ty (place of execution) _ Signature Name: AM-f'rwir Title: Ovj,.•ev' Name of Contractor: �,A A-�- F111% ncc r;n 23 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.3 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the Bidder, any ❑fficer, has a proprietary interest disqualified, removed, or completing a federal, star violation of law or a safety YES QUESTIONNAIRE principal or employee of the Bidder who in the business of the Bidder, ever been otherwise prevented from bidding on or e or local government project because of regulation? NO 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 Prmos_al_ S±2ning 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 Lfl$& pm]Ca-# (fl26a4-Z3 G P �i4 'ems �PF S I 2 410 4 Bid Date o5"106 1:2o24 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 surroundina anv and all fatnlit-;Ps_ ITEM 3 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2021 2022 2023 TOTAL 2024 No. oFContracts 0 2 3 5 2 Total dollar amount of contracts (in 1.000's) � � 3 �.�, � � g i � � 9 S No. of lost work -day cases a 0 4 O No. of lost work day cases involving permanent transfer to Q 0 0 another job or 0 O termination of 1 em loN,ment No. of last workdays 0 0 0 0 p *The information required for this item is the same as required for columns 3 to 5, Code 10, Occupational Injuries, Summary ---- Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled to me at this time and I declare information is true and accurate records. M A T Name of Bidder (Print + u b o 8 F.,a", w vt Address "'W 1-�til� 0A ClIg01� City Zip Code from the records that are available under penalty of perjury that the within the limitations of these Signature log 012 3$ — cAt,ts State Contractor's Lic. No. & Class [323) `31-1 --3-1 22 Telephone 25 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES } duly sworn,de-poses and says: rrr IN- , being first That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. r Sig re Subscribed and sworn to before me this 0� day of 20 214 Signature of Officer Administering Oath (Notary Public) A notary public or other officer complept this {ertlt3tate verifies only the idea 4 of the m4widuaf who signed the document to wNch this certffkata is attached. and not the truthfvineus amoacyr ofvalldtty of that document. R E PfNEDA *tary Pubifc • calfPomia tm Angeles county Lammfs icn 4 264cC44 fxavn Fro 21.2g2i rr r rf� 1 28 Bond No. ORBB310167 M3 48M 14)061 KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has issued an invitation for bads for the worn described as follows: AREA 4 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602604-23 CIP PROJECT NO. S124104 WHEREAS AHMAD JARRAR DBA MAJ ENGINEERING 14608 FAWN PATH RD, CHINO HILLS, CA 91706 (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 Road, 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 EIGHT THOUSAND FIVE HUNDRED AND 00/100 DOLLARS Dollars($ 8,500.00 ), being not less than ten percent (10) of the total bid price, in lawful money of the ❑nited States ❑f America, for the payment of which sum well and truly t❑ 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. 7.., 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 ❑riginal 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 t❑ authority of its governing body. Dated: APRIL 30, 2024 "Principal" AHMAD JARRAR DBA MAJ ENGINEERING By - s Ahmad Jarrar, Owner NIA Its "Surety" OLD REPUBLIC SURETY COMPANY BY: s Jacob Ealen,-A}torney-in-Fact By: N A Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority ❑f any person signing as attorney -in -- fact must be attached. (Seal) (Seal) 35 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 Sacramento On April 30, 2024 before me, David M. Neeley, Notary Public (insert name and title of the officer) personally appeared Jacob Ellen 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 helshelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the persons), 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. o. r4 DAVID M, KEELEY votary P"lic Caitfor, =t 5a� amento Cosviry r Cormissior. 2389312 Y ' My C."". Expires 3a" 3, zi32rr Signature P� (Seal) * OLD REPUBLIC SURETY COMPANY Bond No. ❑RBB310167 POWER CE ATTORNEY KNOW ALL MEN BY THESE PRESENTS- That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint Jacob Ellen, James Drake, David Neeley of Sacramento, CA its true and lawful Attorneys) -in -Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and 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 bail bonds, hank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows? ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -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 sealed 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 attorneys -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, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -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 sealed (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 and sealed (if a seal be required) by a duly authorized attomey-in-fact or agent; or (iil) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the 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 Attorney or certification thereof 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 29th day of September 2022 CsuRL,!` , C,gpoftufgr SEAL =a' roar �ti: F�'a a,rrr� r mxna•: j4W44A Asa.,,a nt Secreta T STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS OLD REPUBLIC SURETY COMPANY A/,04- President On thls 29th day of September 2022 , personally came before me, Alan Pavlic and Karen J 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 duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seat 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. 'rS•.AVeL�G,-. - NotaryPubLe My Commission Expires: September 28, 2026 CERTIFICATE (Expiration of notary's Commission does not invalid ote this instrument) I, 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: aR•x furti er norc. that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. 30th April 2024 39 1033 v ' SEAL �o Signed and sealed at City ofll rookfieid. W! this day of o ❑RSC22262 3-06Y"""ro,r { Assis....�t Secrets California Contractors Ins CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder X , proposed subcontractor , hereby certifies that he has X , has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has N , 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. (COMPANY) BY : A1r,..r, j 0 ,r01Ae,1r (TITLE) DATE: 05 1,05; , 202W . 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) t1y 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. Nr7 NON -COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) The undersigned declares: I am the owne, the foregoing bid. of MAC � %SweeX; . the party making 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 California that the foregoing is declaration is executed on under the laws true and correct o510112v2w of the State of and that this [date], at [city] . GA [state] . N4 AT:� Gr Business Name Signature of Vdder (must be notarized) lko? ?"A CtJ CIL"V 401, CA 1Itgoy Business Address Attach Notary Acknowledgement Form to this form when submitting 38 �aL CODS =tie• ��-^y.--���"��� n : iu'.w"� 3fJJI�C t7's' ❑�:'?� 7�? �.' ..c�'^�„ � i 1��i �C '"'� - -:� ;:.� _ - .. _ ' rz �..a c arc ;"C����.__.�fi:�_ w°:1�: Ql- i=i trr_j e7_ VU0 ar u', tC a'-^.v� �C i::E ter'. ��.� :.c�S"s$ vi Sr .5!GGT.G'Yy' ...:Cciw= 'C i}3 _ . �,•,;r`¢r"+r:�.gi - • .'Q5c �K.i:E�S� �ei_�e su;-'scr7bw to the 3. Rir!✓ Ie 7Sh'u-Mant and ,-knov ieice�- me �^- Y _ ^�r+y,.•L`�i[��, and- ;=:a_ _v hi1R..::tles:- -^- . M �7 :wi 1�=•5: '.iT'i�~+�S i�v-t. f'iT. '...�."..`'�u �'C� Ci.�wrx.i_ .�...�w� w the tmder --"=-KAL7' yr = �dZQar :%B !er'.'E :i a S;^ a ic'. - __ --e and Correct ;t E PINESA Ycary Tutift - U femla .75 Ar gees County Cznmisr:cn 0 2AS0064 Q. rrrr.- Wires FeC It, 2023 piace YutcPf Se ' rkbove rr c f' _ris is grlfc.ai_ ;.T .. ^=s .._.ter . n_ _ de a.-T'azinr tnir :.....w/ren- f?le 0. y 7� � s:' _ yr u VL Dare- a (o capachtyrms) clah-ned fry S•igner- --j LLOM 3icr ar IS -- - curnba x . aaes: f ;:�w IS .i3r7i<'ySSR�3Rr.: M`15 X�:=--cr2I No:- _ Ass CCIG_iC" r; wW-Af-icy_3}^. 4%ti...:� :�-vli�•e,� 1 -,...�'.'c'^-CuG� i'sZ= Y=:4�.