HomeMy WebLinkAboutScanned bid proposalEXPERIENCE 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.
1. Project Title ADA and Parking Lot Repairs
Contract Amount 250,000
Type of Work ADA and parking lot repairs, such as concrete stairs and asphalt work
Client City of Orange
Agency Project Manager Fong, Chi Kwan Phone (714) 480-7554
Date Completed 06/2022 $ Subcontracted 40
2. Project Title Campus Wide Improvements
3.
Contract Amount 350,000
Type of work Concrete stairways, concrete ramps, concrete curbs, asphalt paving
Client RCCD
Agency Project Manager Bart Phone(951) 222-8962
Date Completed 04/01/2023 Subcontracted 40
Project Title 2,700,000
Contract Amount
Type of Work Trenching for underground pipe, parking lot restriping, concrete curbs and sidwalks
Client DGS
Agency Project Manager David Phone 916-206-5604
Date Completed11/2022 % Subcontracted 25
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 hi current financial condition.
Bidder's Signature
10
Each bidder shall possess a valid Contractor's License
issued by the Contractor's State License Board at the time
his/her bid is submitted. The class of license shall be
0"323 applicable to the work specified in the contract. Each
bidder shall also have no less than three (3) years of
experience in the magnitude and character of the work bid.
Bidder Qualifications called for to be submitted at time
of bid include, but are not necessarily limited to:
1. The Contractor shall have been in business under the
same name and California Contractors License for a minimum
of three (3) continuous years prior to the bid opening
date for this Project. The license used to satisfy this
requirement shall be of same type required by the contract .
2. License classification shall be as required by the
contract specifications.
3. The Contractor shall have three (3) years of experience
in the construction of ADA compliant curb ramps and CDBG
work.
4. The Contractor shall perform at least 50% of contract
with its own forces.
16. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the
proposed subcontractors on this project as required by the
Subletting and Subcontracting Fair Practices Act (Government
Code Section 4100 and following). Forms for this purpose are
furnished with the contract documents. The name and location
of business of any subcontractor who will perform work exceeding
1/2 of 1% of the prime contractor's total bid or ten thousand
dollars ($10,000.00), whichever is greater, must be submitted
with the bid. Any other information regarding the foregoing
subcontractors that is required by City to be submitted may be
submitted with the bid, or may be submitted to City up to 24
hours after the deadline established herein for receipt of bids.
The additional information must be submitted by the bidder to
the same address and in the same form applicable to the initial
submission of bid. "
17. WORKER'S COMPENSATION: In accordance with the provisions of
Section 3700 of the Labor Code, the Contractor shall secure the
payment of compensation to his employees. The Contractor shall
sign and file with the City the following certificate prior to
performing the work under this contract: "I am aware of the
provisions of Section 3700 of the Labor Code which require
11
compensation or to undertake self insurance in accordance with
the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of
1091091 1S2:Fontract.11 The form of such certificate is included as
part of the contract documents.
18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the
number being at the discretion of the City, will be held for
ninety (90) days or until posting by the successful bidder of
the Bonds required and return of executed copies of the
Agreement, whichever first occurs, at which time the deposits
will be returned after consideration of the bids.
19. EXECUTION OF CONTRACT: The bidder to whom award is made shall
execute a written contract with the City on the agreement form
provided, and shall secure all insurance and bonds as herein
provided within ten (10) days from the date of written notice
of the award. Failure or refusal to enter into a contract as
herein provided, or to conform to any of the stipulated
requirements in connection therewith shall be just cause for
the annulment of the award and the forfeiture of the proposal
guarantee.
If the successful bidder refuses or fails to execute the
Contract, the City may award the Contract to the next lowest
responsible bidder or re -advertise. On the failure or refusal
of the lowest responsible bidder or next lowest responsible
bidder to execute the Contract, such bidder's guarantees shall
be likewise forfeited to the City.
20. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4
(commencing at #4380) Government Code, all specifications shall
be deemed to include the words "or equal", provided however
that permissible exceptions hereto shall be specifically noted
in the specifications.
21. EMPLOYMENT OF APPRENTICES: Attention is directed to
Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code
and Title 8, California Administrative Code, Section 200 seq.
to ensure compliance and complete understanding of the law
regarding apprentices. The Contractor and any subcontractor
under him shall comply with the requirements of said sections
in the employment of apprentices; however, the Contractor shall
have full responsibility for compliance with said Labor Code
section, for all apprenticeable occupations, regardless of any
other contractual or employment relationships alleged to exist.
` In addition to the above State Labor Code Requirements regarding
the employment of apprentices and trainees, the Contractor and
12
all subcontractors shall comply with Section 5 a. 3, Title 29
Of the Code of Federal Regulations (29CFR).
22. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a
bidder whose bid is under consideration for the award of the
Contract shall submit promptly to the City satisfactory
evidence showing the bidder's financial resources, his
construction experience, and his organization and plant
facilities available for the performance of the contract.
23. WAGE RATES• The Contractor and/or subcontractor shall pay wages
as indicated in the "Notice Inviting Sealed Bids" section of
these specifications. The Contractor shall forfeit as penalty
to the City of Diamond Bar, two hundred dollars ($200.00) for
laborers, workmen, or mechanics employed for each calendar day,
or portion thereof, if such laborer, workman or mechanic
employed is paid less than the general prevailing rate of wages
herein referred to and stipulated for any work done under the
proposed contract, by him, or by any subcontractor under him,
in violation of the provisions of Labor Code, and in particular,
Sections 1770 to 1781 inclusive. Copies of all collective
bargaining agreements relating to the work as set forth in the
aforementioned Labor Code are on file with the Department of
Industrial Relations, Division of Labor Statistics and
Research.
24. PERMITS, FEES AND LICENSES: The Contractor shall possess a
valid business license prior to the issuance of the first
payment made under this Contract. Any work required within
Caltrans right-of-way will require a separate permit to be
obtained by the Contractor.
25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree
to commence work on or before the date of written "Notice to
Proceed" of the City and to fully complete the project within
thirty (30) working days thereafter. Bidder must agree also to
pay as liquidated damages, the sum of seven hundred fifty
dollars ($750.00) for each calendar day thereafter.
26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to
attempt to orally resolve any disputes which may give rise to
a claim (hereafter, "Claim") that falls within the definition
of Public Contract Code section 9204 (hereafter, "Section
9204"). If these efforts are unsuccessful, the City and Bidder
shall process the Claim in accordance with Section 9204. In
summary, if the Bidder decides to submit a Claim to the City,
it shall be sent by registered or certified mail, return receipt
requested, together with reasonable documentation to support
the Claim. A Claim may include a Claim by a subcontractor or
13
a lower tier subcontractor meeting the requirements of Section
9204(d)(5). Within 45 days of receipt of the Claim, or any
extension thereof agreed upon by the City and the Bidder, the
1091323City will conduct a reasonable review of the Claim and provide
the Bidder with a written statement identifying what portion of
the Claim is disputed and what portion is undisputed. Payment
of any undisputed portion of the Claim shall be made within 60
days after the City issues its written statement. If the City
does not provide a written statement within the time specified,
the Claim shall be deemed rejected.
If the Bidder disputes the City's written statement or if the
Claim is deemed rejected, the Bidder may demand in writing by
registered or certified mail to the City, return receipt
requested, an informal conference to meet and confer in an
effort to settle the disputed portion of any Claim. Within 30
days of receipt of such written demand, the City shall schedule
a meet and confer conference.
If any portion of the Claim remains in dispute after the
conference, the City shall, within 10 City business days of the
conclusion of the conference, provide the Bidder with a written
statement identifying any portion that remains in dispute and
any portion that is undisputed. Payment of any undisputed
portion shall be made within 60 days after the City issues its
written statement. Any remaining disputed portion shall be
submitted to nonbinding mediation in accordance with Section
9204 (c) (2) (B) , unless the Bidder and City waive the mediation
upon mutual written agreement.
27. CONFLICT OF INTEREST: In the procurement of supplies,
equipment, construction and services by sub -recipients, the
conflict of interest provision including, but not limited to,
2 CFR part 200, Subpart B, 200.112, 24 CFR Part 570.611 and 24
CFR part 85, Section 85.36 (b), respectively, shall. apply. No
employee, officer or agent of the sub -recipient shall
participate in selection or in award of administration of a
contract supported by Federal funds if a conflict of interest,
' real or apparent, would be involved.
14
BIDDER'S PROPOSAL
CITY OF DIAMOND BAR
AREA 5 RESIDENTIAL NEIGHBORHOOD
ADA CURB RAMP IMPROVEMENT PROJECT
CDBG PROJECT NO. 602671-24
CIP PROJECT NO. SI254
Date 03/03 , 2025
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:
Naz Azam
(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.
is
(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
/ th sum of/
_ ,4a jjllckr DOLLARS ($ o
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.
4304 w 149th St 3107135160
Address of Bidder Tel phone of Bidder
Lawndale 90260
/k---
City Zip Code ignature of Bidder
16
BID SCHEDULE
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
AREA 5 RESIDENTIAL NEIGHBORHOOD
ADA CURB RAMP IMPROVEMENT PROJECT
CDBG PROJECT NO. 602671--24
CIP PROJECT NO. SI254
BID SCHEDULE
ITEM
EST.
DESCRIPTION
UNIT
NO.
QUANT.
UNIT
WRITTEN IN WORDS
PRICE
AMOUNT
1
1
LS
CONSTRUCTION STAKING AND
l�Jd
?
Ja
J
MONUMENT PRESERVATION
REMOVE EXISTING
IMPROVEMENTS AND CONSTRUCT
2
6
EA
CURB RAMP PER SPPWC STD.
r
PLAN 111-5, INCLUDING
v
MOBILIZATION, TRAFFIC
CONTROL, AND PUBLIC SAFETY
REMOVE EXISTING CURB AND
3
179
LF
GUTTER AND CONSTRUCT CURB
AND GUTTER PER SPPWC STD..
,00
PLAN 120-3
/
REMOVE EXISTING SIDEWALK
4
318
SF
AND CONSTRUCT CONCRETE
00
SIDEWALK PER SPPWC STD
PLAN 113-2
r
REMOVE PAVEMENT SURFACE,
5
818
SF
BASE, AND SUBGRADE, AND
INSTALL 4-FT WIDE HMA PLUG
v
REMOVE EXISTING
6
1
LS
CONFLICTING YELLOW
CROSSWALK PAINT AND
6doo
bl/O�
RESTORE STRIPING AND RED
ICJ
CURB PAINT
BID SCHEDULE ITEMS:
TOTAL AMOUNT (IN FIGURES) --a
17
I M i
I I Sl,so
BID SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS):&��eJ
4 #,," "
y�
,�r3 h/ 4�z- �
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 documentsr are to provide a
completed project with all systems operating properly and ready for
use.
Award of the project shall be determined based on ithe lowest responsible
bidder. Therefore, the Contractor shall completely fill out the Bid
Schedule.
rid �
Accompanying this proposal is
n /l n
(Insert "$ A& ,
"cashier's check", "certified
the case may be) in the amount
(10%) of the total bid.
I. cash",
check", or ,"bidder',s bond" as
equal to at least ten percent
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.
AZA Construction Inc
NAME OF BIDDER (PRINT)
4304 w 149th st
ADDRESS
SIGNATURE
18
03/03/2025
DATE
LaWndale
CITY
90260 3107135160
ZIP CODE TELEPHONE
1091323 Class A, B, C36
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 requirem is of California Business and Professional Code
Section 7028.15. 7 Ai
CONTRACTOR SI
OR AUTHORIZED OFFICER
19
LIST OF SUBCONTRACTORS *
BID OPENING DATE 03/03/2025
PROJECT ADA Curb Ramp Improvement PROJECT NO. b
LOCATION Diamond Bar, CA
CLIENT City of Diamond Bar
CONTRACTORAZA Construction Inc
Name Under
Which
Subcontractor
is
Licensed
License
No.
Address
of
Office, bail,
or
Shop
Percent
of
Total
Contract
Specific
Description
of
Subcontract
ABC Resources, Inc1527
538680,
W State Street
5%
Striping
Ontario, CA 917E2-4034
MZB Engineering
1084559
1192 Athlone Lane
10%
Traffic Control
Corona CA 92882.
* 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 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 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 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 Marchand , 202 5, at LowndateCA90260 (place of execution) .
signature
Name: Alf 1M AS'GVq
Title: ?fa,6-1 4r-
Name of Contractor:
AZA 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:
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 ma
subject the certifier to criminal prosecution.
24
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification ADA Curb Ramp Improvement
Bid Dat e
03-03-2025
ta
n in
This information must include all construction work unde Venturetor
he
State of California by the bidder and any partnership, joint
participated in as a
corporation that any principal of the bidder ears and the current
principal or owner for the last three calendar y
calendar year prior to the date of bid submittal. Separa rate
information
shall be submitted for each particular partnership,, attach any additional
corporation or individual bidder. The bidder may taken into
information or explanation of data, which he would like,,t explanation must be
consideration in evaluating the safety record. An
attached of the circumstances surrounding any and all fatalities.
3CALENDAR YEARS CURRENT
ITEM YEAR
PRIOR TO CURRENT YEAR 2025
2022 2023 2024 TOTAL 0
r
Contracts
4 5 g 17
dollar amount of 0
cts in 1,000's 570,000 500,000 450.000
f lost workday 0 0 0 0
0
f Post work day
ing permanent 000
er to 0 0
er job ornation ofo ment
No. of lost workdays 0 k7=::±= 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. l�
AZA Construction Inc U
Name of Bidder {Print Signature
4304 w 149th at 1091323 Class A. B, C36
Address
Lawndale 90260
City Zip Code
State Contractor's LiC. No. & Class
3107135160
Telephone
25
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
) SS
COUNTY OF LOS ANGELES )
NAZ AZAM
duly sworn, deposes and says:
That he is PRESIDENT
of, AZA Construction Inc
being first
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.
ignature
Subscribed and sworn
to before me this M
day of u r 20 2
Signature o Officer Administering Oath
(Notary Public)
27
0,—JIN Y. GONG
Comm,12492700NOTARY PUBLIC•CALWORNIALOS ANGELES COVITr
ur Cowin W Juv 18. 202B"'
I
BID BOND
BOND No, 72714222
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 5 RESIDENTIAL NEIGHBORHOOD
ADA CURB RAMP IMPROVEMENT PROJECT
CDBG PROJECT NO. 602611-24
CIP PROJECT NO. SI254
WHEREAS Aza Construction
4304 W 149th S Lawndale CA 90260
(Name and a dress 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
WESTERN SURETY COMPANY
151 N. Franklin, 17th Floor, Chicago, IL 60606
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto Public Agency
in the penal sum of Ten Percent of Amount Bid
Dollars ($ 10% ) , being not less than ten percent (10%) of the
total bid price, in lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal is awarded a contract for the work by City and within the
time and in the manner required by the bidding specifications, entered
into the written form of contract included with bidding specifications,
furnishes the required bonds, one to guarantee faithful performance and
the other to guarantee payment for labor and materials, and furnishes
the required insurance coverages, then this obligation shall become
null and void; otherwise, it shall be and remain in full force and
effect.
34
rn 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 faxed by the court. Surety hereby waives the
provisions of California Civil Code 5 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: March 4. 2025
"Principal"
Aza Constnx bon
"Surety"
By: In By:
is
By:
Its
By:
WESTERN SURETY COMPANY
Its
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)
+'4��y114i111!!1!!i!I!!
,, ► ld
0
,,I�,�1
NIf11111f1114j1,',�
35
(Seal)
ACKNOWLEDGMENT OF SURETY
(Corporate Officer)
STATE OF SOUTH DAKOTA
COUNTY OF MINNEHAHA se
On this 4th daffy of March 2025
,before me, a Notary Public in
and for said County, personally appeared C- Bendt, Assistant Secretary
personally known to me, who being by me duly sworn, did say that he/she is the aforesaid officer of WESTERN SURETY
COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, that the seal affixed
to the foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and
executed on behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said
instrument and the execution thereof to be the voluntary act and deed of said corporation.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal the day and year last
above written.
Icy commission expires:
i J. GORDON i
i L NOTARY PUBLIC •
i SOUTH DAKOTA(Mi
�VtitiyMti�htititi4hti�vtititititititi
My Commission Expires May 27, 2029
Form F11692 11-2020
U40'r4mv-0— N
Notary Pttbhc
Western Surety Company
POWER OF ATTORNEY - CERTIFIED COPY
Bond No. 72714222
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the
laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by then a presents
make, constitute and appoint C . Bendt
its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on
its behalf as Surety, bonds for:
Principal: Aza Construction
Obligee: CITY OF DIAMOND BAIL
Amount: $1, 000, 000.00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President, sealed with the
corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attornsy(s)•in-
fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western
Surety Company which remains in full force and effect.
"Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such
other officers as the Board of Directors may authorize- The President, any Vice President, Secretary, any Assistant Secretary, or the
Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of
the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other
abligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile."
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal
under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent
dated the 27th day of April, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by
diptal signatures and to ratify and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be
considered the act and deed of the Company."
If Bond No 72714222 is not issued on or before midnight of June 4 th, 2025 , all
authority.ma marlin_ this Power of Attorney shall expire and terminate.
=Vi�xtriess Whe"rJestern Surety Company has caused these presents to be signed by its Vice President, Larry fasten, and its
4th d March 2025
carpuiraiesaihis ay of
WESTERN SURET COMPANY
MWTC-OF &SCTf 1 D 5fTA
arty Kasten, Vice President
COUMTj oft-UNN-.Vf --EUiAf
On this *'• 4 th daffy of March , in the year 2025 , before me, a notary public, personally appeared
Larry Hasten, who being to me duly sworn, aelmowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act deed of said corporation.
S. GREEN
s N4TARY YUSiiC SEA Notary Public - South Dakota
50V7H DAKOTA My Commission Expires February 12, 2027
e ulidernign o cer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company
as set forth in the Power of Attorney is now in force.
In testimony whereof, I have hereunto set may hand and seal of Western Surety Company this 4 th day of
March 2025
WESTERN SURE COMPANY
Larry Kasten, Vice Presi ent
To validate bond authenticity, go to MWWCXWurety.eom > Owner/Obligee Services > Validate Bond Coverage,
Form F6306-5-2M
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 i,# attached,
and not the truthfulness, a0wracy, or validity of that document
State of California
County of On (q q".;, z N }
bcforo me,
LIL L_�
Personally appeared ate.
who Proved to me on the basis of satisfactory evidence to be the person(s) whose
names) Ware subscribed to the within instrument and acknowledged toa that
helshe/they executed the same In histherttheir authorized capacity(les), and Mat by
hiStherltheir signature(s) on the instrument the person(s), or the entity upon behalf of
which the persons) aid, executed the instrument
1 c8fy under PENALTY OF PERJURY under the laws of the State of Califiomia that
the foregoing paragraph Is true and correct.
M3wnd a)jd offildal seal.
ADDITIONAL
OF THE ArrACm DOCUI MT
(illy ardeaQip�otl of aitachad doaanat�
OfPapes DmmmtDaly
CAPACrry CLAIMED BY THE SIGNER
❑ Individual (s)
0 Corporate officer
B
❑ Pa3rtnar(s)
V Attorney -in -Fact
p TMOW(s)
p Other
2019 Vstwslon wwwJVduyC(asga co n 8004rf3-M5
_-----------
JiN Y. GONG
GOMM.# 24927�0 1n
NOTARY PUBUC•CAUFORNIA =!
My COMM NGE�EXP. JUCY 18,Y2028''
(N Bo sail)
INSTRUCTIONS FOR COWLETING THIS FORM
1lblalo�e aoarplies tividi earrwtt Calj�faraia aladiAp ��►9 tvotalotgatta�
(fme&d shoteld be emphted and aawJjed to the dommu rt,
fi*M ot4er=W may be wuipleted jor dactptta* bmgsw as tid Adeeo 10W
law. a mw tag aloes sa n4*w die CaVerada n aary jb A21am C,d&xk aviary
• State sad C=q bftm dm mast be lase Shia lmd COMY Whm ffis dw ment
dSmr(s)PMUMBYWaned behre dwnctuypabBc forty mowkdVumt
• Date of mOW&R lac mat be the date dbam tits a4per(a) PAY appd wbkh
MAW also be !ba same date &a aelmorvledgment is eaanplaeed
• MW notary public moat pint hie or her naam as it appears wihin lda or bar
oomu&doa ftm ved by a comma and than your We (nousypubB4
• Pant the name(.) of doenmeot apes(:) who panaodly appew st tir time of
notarindon.
• Indicate die ootaeot QinQniar ar phnml f r ma by ommioa offf bacataat ti>m (i.a;
1WdA ii W is has) or cholha the actaeot f=L AQ= io aamu tlyiod a" this
1a6otxaatlon may lead tox4ecdm of document mwdic&
• The nola y coal impmadon atcet be clear and photogropbio4y zoprodanD&
Impraadon mast mat owier had or Batm if and hupmesion mundSM Va eed if a
rANdentwupem%othetwiae0000plateadslerent adbwwb4paect$etm
• 84pet re of the wAary public mwt match the dp wwe on life with tie adlsoe of
the cs>anty etc&
tir AddidonW bArnutdoa b ubt mpdred but ocidd help to acttate ibis
ad'lmoaiedpmnst h not "Asmad or attached to a dill mw document
♦ iudlato We or We of aitaohod doaxnant; nmaber of p gm sad data
O 7adiaa a the mpu* C IaW by the d1w. if ft clshAad Capacity $ a
oogw0 a of m, indioata the title (i.a C20. CM 3aa waeY).
• Saaun� attach this dootmant to the trued docutnmt witit a stints,
CZRTIFICATION 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.
FIRMAZA Construction Inc
TITLE OF OFFICER IGNING PRESIDENT
S I GNATURE DATE 03-03-2025
Please include any additional information available regarding equal
opportunity employment programs now in effect within your company:
NIA
36
CERTIFICATION WXTH REGARD TO THE PERFORMANCE OF
PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE
EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS
The bidder, propose 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
k, 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.
AZA Construction Inc
(COMPANY)
BY:
-
PRESIDENT
(TITLE)
DATE: 03-03 , 2025
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 SUBNITTED WITH BID)
The undersigned declares:
I am the PRESIDENT of AZA Construction 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 tMfol
Wrrect and that this
dec aration is executed on ^%_'G_ aL [date], at
[city], �A [state] .
AZA Construction Inc
Business Name Signa tur4 of Bidder (must be notarized)
4304 w 149th st Lawndale ca 90260
Business Address
Attach Notary Acknowledgment Form to this form when submitting
38
CALIFORNIA ALL- PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
the Identity
A notary public or other officer completing this cert3flen tO is attached,
of the individual who signed the document to which
and not the truthfulness, accuracy, or validity of that document.
State of Callf0mla }
County of tv S }
On 4 Z lz t, L Y before me,
personally appearedA-7—cnn
who proved to me on the basis of satisfactory evidence to be the persons) whose
name(s) islare subscribed to the within instrument and acknowledged to me that
helshelthey executed the same in hislherttheir authorized capadty(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.
d� J!N T GONG
WITNESS =doffldal , comml
C9A2700
�+ lG5 ANGELE3 C9UNiY �
MY CGuµ EXP JULV 18, 2028
�F
Nat" Pub c S4ukbtra (Notary Kblic
AL OPTIONAL INFORMA
OF THE ATTACHED DOCUMENT
(Tills ar desaW of daahW dmalssant)
hMeOr00aPMOrWAMNdoL1l Wta &#AM
Nwber of Pages Domneni DdiL_
CAPACITY CLAIMED BY THE SIGNER
0 Individual (a)
❑ Corporate Officer
(TIHe)
❑ Partner(s)
❑ Atiomey-ln-Fact
El Trustees)
❑ other
20115 Version www.NotwyO seta xarn 80&473-NO
INSTRUCTIONS FOP, COMPLETING THM FORM
Mrform eompoles WA csormt Cal{jornro statutes reaa" iv notary wor&w mrd
jjneak4 rhoudd be eooepl wd mid attached to the doc uttant AckwwkdSww
ftom other stata nV be oMPldafor doc ama befit scut Ao thct state so koff
as the wwding does not requkv the Calrfmda Dowry to WalaAi C.alj mdd rA&wy
law.
Stu* Ind Convey iofasmation neat bo iha St be end County wbere the document
d6er(s) pemondlY wearedl -A - the notarypubfic for aclmowledgmenti
. Date of notulzadcn must be the data that the dSa(s) ply Npeared rdich
must also be &a same data the aclono lodgment is complaW&
• The notary public must print hie or her name a it appeeus within bis at ha
oommiasim followed by a comma and d= your bale (mtwy public
• P* t the namc(s) of dommed sipw(s) who pesaonellp appear at the time of
noudz edom
• ladieaoe dsa Conroe( sinigplar or pbuil &m by off 4-co o¢eet isms CLe.
lrvshellha� is hre) ar + ems the caoseat foams Fsdhtre to ameotlyr indt a (Las
tnfataaatiao may lead to sejecdca of donswent raootdins.
. The uotay ad impression want be dents and photognwbiody agrodaable.
IeaprwIM mat act owe( twd or lives. If said impmrioun muclps, rwaad if a
asf ==t R=permits, otherwise ooaspiefe a different admowiedammt fo =
a Si patze of the notary public neat mseah she aianuxe on file with the aface of
the county Ck&
o Additional k bruadon is nbt te3quired but aenld b* io man thin
a knowledrunt is not misused or attrahe d to a diffirmt domme t,
4 Indicate title or We of Wached doaommt, mamba of p Ws and date.
O Indicsta the capwhy chimed by the deter. If the claimed spa* is z
corps of =. indicate the title (La. CEO, M% secsauy).
• Seaurely.tnoh tlds doeumenem the:ssned doatsaantwith astaple.
NOTICE TO BIDDERS
COMMUNITY DEVELOPMENT BLOCK GRANT
(CDBG)
COMPLIANCE DOCUMENTS FOR CONSTRUCTION CONTRACTS of LESS Then $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
2: Request for Additional Classification and Rate
3: Contractor's List of Proposed Subcontractors
4: Worker's Compensation Certification
5: Non -Segregated Facilities Certification
6: Past Performance Certification
7: Notice of Equal Employment Opportunity Commitment
8: Non Collusion Declaration
9: Federal Lobbying Certification
Name of Firm:
Address:
State: �GLJ
COUNTY LOBBYIST CODE CHAPTER 2.160
COUNTY ORDINANCE NO.93-0031
CERTIFICATION
w
Zip Code: O26 d Telephone Number: t l p } 7 f S/ C O
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 personstentities/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 orentering into contract with
Los Angeles County and the Los Angeles County Development Authority.
Authorized Official:
(conurworlSubcowwtor)
By:
(signxrure)
Mk)
U.S, DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
HUD FORM 4230A
REPORT OF ADDITIONAL CLASSIFICATION AND RATE
¢MRAWOVMPANM, Mi (Ali
(F►P Anlow)
1. FROM and Ac0see of rtpin►stlinp eyancy)
1. PROJECT NAME A/ND,NUMBER /�� %!{
-, ' , � �- , � �, � � �� �
J�� Cur 1�r�• Y�m� r� �,►�.f -
3. CATION OF PROJECTCTrP fr , County end State)
O(u A
CA tylon jr-, r
14,
BRIEF DESCRIPTION OF PROJECT
1-�V f
Aj)Aka ��1 i0,
6. CHARACTER OF CONSTR TION
❑ Building ❑ Residential
�, (� r 1-) Alf
❑ Heavy LR Other (9pecIfy)
❑ Highway
6, WAGE DECISION NO. (indude moditication number, N any) DATE of WAGE DECISION:
7. WAGE DECISION EFFECTIVE
DATE (LOCK -IN):
❑ COPY ATTACHED
1/11114
6- WORK CLASSIFICATION S)
HOURLY WAGE RATES
BASIC WAGE FRINGE BENEFIT($) (if any)
9. PRIME CONTRACTOR (name, add G�
dry t-V(,+ K b� VV 1 `{f 7 S�
9a.
10. SUBCONTRACTORIEMPLOYER, IF APPLICABLE
(name, address)
o /
[I Agree
[I Disagree
�/r�
/
9b. SIGNATURE ,
D
Vr �f
Check All That Apply:!
❑ The 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 One:
❑ Approved, meets all criteria. DOL confirmation requested.
❑ One or more classifications fall to meet all criteria. DOL decision requested.
FOR HUD USE ONLY
LR2000:
Agency Representative Date
(Typed name wid signature)
Phone Number
HUD-4230A (619) PREVIOUS EDITION IS 06SOLET'E-
E
i
V
ce
O
ri
R
z
O
V
o
O D
4
�
Lf� oCL
Z
h��
ro
q
11
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: 07Z Q`-Z.20 2
Project Name:
Company Name:
Address:
Print Name: Akq
Title: %1
Signature: A�
Project Number: Lo z 6-,�t/ — Z�—
rbL�— I e r0V G►'Y2h-
NON -SEGREGATED FACILITIES CERTIFICATION
Federally Assisted Construction Projects
The federally assisted construction contractor certifies that he/she DOES NOT and WILL NOT:
1. Maintain or provide, for his/her employees, any segregated facilities at any of hismer
establishments.
2. 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: o3l�z wqf Project Number: b o Ul
Company:
C4
Address: z- /_f1_1 5 T Ywn' M I-f__ 69
Title
PAST PERFORMANCE CERTIFICATION
Vlrrtlt 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, 0 as not, participated
in a previous contract or subcontract subject to the Equal OpportRa-s
YClause, as required by
Executive Orders 10925, 11114, or 11246, and that he/she ❑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.
Date: Project Number: ContractAward: $
Awarding Agency:
Contractor Name: Total Number of Employees
Affiliate Company:
By:
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 that4l 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 bv;
(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: rcme-#* e' `�1rh
(Name of Labor Union, Workers Representatwe, etc.
561 t (m C'0.1 ALL
(Address)
Name of Business (Contractor):
Project Name:. zQA L)rb-Jig&y2
Project Number: / � Z¢
The Undersigned currently holds a contract with / 0 h won ,involving
funds of the U. S. Government, or a subcontract with a rime 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.
(Pent Name)
UV 04,12(Date)
By:
(s�gn.n�re)
(Tale)
California Public Contract Code requires every bid on every public works contract of a public to include a
declaration under penalty of perjury under the laws of the State of California, in the following form:
NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
[f OWN- N-,co Sryvo w
1 am the ____ of ____, 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.
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 ._[date], at ___[city], _[state]."
03/W?.5- 44VV4u1e / GA
FEDERAL LOBBYIST CERTIFICATION
Name of Firm: _ / /�7C4 L0/?
Address: G l P/ /y I �' .. „ 5�4_
State: Zip Code: v Telephone Number: (�/� ) .. -7/
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:
A_74k CdA S--p^i/ C���
(comworlsa"aftwo<)
(Dale)
By:
(Title)
C I T Y O F
DIAMOND BAR
C A L I F 0 A N I A
DEPARTMENT OF PUBLIC WORKS
OFFICIAL NOTICE
Request for Bids
AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMPS
IMPROVEMENT PROJECT
CDBG PROJECT NO.602671-24
CIP PROJECT NO. SI254
ADDENDUM NO. 1
The following changes to the Request for Bids (RFB) for the above project shall be
incorporated into the RFB.
The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1
and attach it to the bid.
2/25/2025
David G. Liu, P.E. Date
Director of Public Works/City Engineer
Co tractor's Authorized Signature