Loading...
Kalban, Inc.BIDDER: Ci CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ....................................................................................................1 SECTION 2 BID DATA FORMS 2.A BID BOND 2.13 LIST OF PROPOSED SUBCONTRACTORS SECTION 3 NON-COLLUSION AFFIDAVIT........ F 5 6 7 ........10 1 1 1 1 1 1 1 1 1 1 1 BIDDER: ~AA I4C - SECTION 1 - BID SCHEDULE CBF-0 t- 1 1 1 I 1 1 I BIDDER: T A C BID SCHEDULE SCHEDULE OF PRICES FOR ANNUAL 2008-2009 CURB RAMPS CONSTRUCTION PROJECT CDBG PROJECT No. P46402 BASE BID SCHEDULE UNIT OF EST. ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and L specifications. See technical provisions. LS 2 Disposal of Waste Materials LS 1 -700q- 3 Construct PCC Curb Ramps per APWA Std. Plan 111-3 including truncated domes ARMORCAST replaceable yellow cast in place or approved equal. See Curb Ramp Tabulation on Appendix A and TP- ? 2~J~oa ! z . fQ. 7 per details and locations. Ea 70 4 Furnish and install ONLY Truncated Domes Detectable Warning Surfaces - ARMORCAST retrofit or approved equal. See OD M appendix A and TP-7 per details. Ea 12 - _)l ! J TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ /Z7, dp 0 Dollar amount in written form ALTERNATE BID ITEM 1 . NO. ITEM DESCRIPTION UNIT OF MEASURE EST. CITY. UNIT PRICE ITEM , COST 5 Construct 4-inch PCC Sidewalk 0 OO cD~. 0- per APWA Std Plan 113-1. SF 45 6 Construct PCC Cross and Longitudinal Gutters per APWA / Std. Plan 122-1. Intersection of SF 300 1 I CBF-1 I BIDDER: -:71 C ' TOTAL ALTERNATE BID PRICE (SCHEDULE BID PRICE): $ E::2 Sy. 00 ' Dollar amount in written form TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ ~J 3~ 3 ~Q- ' ' Dollar amount in written form The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which ' cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between.the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall ' govern. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total ' Bid Price for the Project. Attach h eto is a certified check, a cashier's check or a bid bond in the amount of ' 9 ollars ) said amount being not less than ten percent (10%) of the Total Bid rice. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and t endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton ' Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and ' become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence ' satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, ' needed by Owner to award a Contract to the lowest responsible and responsive bidder. I CBF-2 ' BIDDER: ~/<6Lf~~ ~/(~C ' Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract ' Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be ' incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. ' The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. I Addenda Nos. d The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the I contract 1 I ' CBF-3 By: Signature ~JE ~L`lo'L~ Type or Print Name ' iJlcE GPES~ .l-f- Title 1 1 1 I BIDDER: -7, C - `/D7s GtEA-114*1(s 8(-LfD . business Street Address 14f, e~* City, State and Zip Code <51 -K Sam/ /o6s Telephone Number Bidder's/Contractor's State of Incorporation: Partners or Venturers: Bidder's License Number(s): -7 5- S -6k NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) ✓If Bidder is a corporation, enter State of Incorporation in addition to Business Address I3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. 1 1 1 I As further discussed in the Instructions to Bidders, Bidder will be require to provide evidence that the person signing on behalf of the corporation, _partnership or joint venture has the authority to do so. I CBF-4 MINUTES OF THE BOARD OF DIRECTOR'S MEETING OP KALBAN, INC. The Board of Directors of Kalban, Inc. held it's annual maeting on Janaary 33L 2001, at 10950 Tuxford Street 416, Sun Valley, California 91352. The following Directors were present: Miron Kalebjian Judy Kalebjian The following RcS011_16011S were adopted: Resolved herewith that the Officers of the Corporation are as follows: President - Miron Kalebjian Treasurer - Judy Kalebjian Vice President - David L. Poole Vice President - Michael G. Lifsey Secretary - Bonnic Lane Resolved herewith that all of the above named oflicers are hereby authorized to execute documents on behalf of Kalban, file., relative to bid proposals and contracts in the daily operations of the business. No further husiness was discus Mceting closed. Miron I~fllebjian, President i' I Bonnie Lane, Secretary I hereby acknowledge that the foregoing is a true and correct copy of the Resolution of the Board of Directors of Kalban,Inc. KALBAN, INC. Bonnie Lane, Secretary GAUrvFSrvlA State of California ss. County of Los Angeles On a::9&f before me, Michael Edward Lifsey, Notary Public personally appeared Dave Poole hOClii£! EDyilv'ZGl l!'r5R' Commlsslon 0 1696756 Notory PubW - Ca^fomla trn Angol.'*3 County twy Comm. Wires May 5, 201 who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signiture on the instrument the person, or the entitiy upon behalf of which the person 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 Signiture or OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fradulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer Other Than Named Above: Capacity Claimed by Signer Signer's Name: I/c JOOZ Individual ~T Corporate Officer - Title: r~a(~-S r c7~w i Partner ❑ Attorney - in - tact Fj Trustee Guardian Other: Signer is Representing: & Number of Pages: C 1 1 11 1 1 1 1 0 1 1 1 1 I BIDDER: X& 1~C SECTION 2 BID DATA FORMS CBF-5 BIDDER! Kalban, Inc. - Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidders name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Kalban, Inc. as Principal, and The Guarantee Company of North America USA , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten percent of amount bid ($10% being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work _ required forthe Annual 200$-2009 Curb Ramps Construction Project as seiforth In the Notice Inviting Bids and accompanying Bid Documents, dated February 25, 2009 - NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid - Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as - may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 24th day of February , 2009 . Kalban, Inc. (SEAL) 'rneGuarantee Company of NoMAmencaUSA (SjEAL) Principal ~ Surety By:.' v By. Signat si lure aD\'e'J 1C_e- °Stckdk Willi in, Attorney-in-Fact ~i i CBF-6 THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and exisfing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint William Syrkin, Matthew C. Welty Millennium Corporate Solutions, Inc. its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31° day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attomey-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modificallon or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 31" day of December 2003, of which the following is a true excerpt: RESOLVED 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, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused ~w"'EEC o G ` this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 13th day of November. 2007. THE GUARANTEE COMPANY OF NORTH AMERICA USA 'Ma~rta`c _ STATE OF MICHIGAN Stephen Dullard, Vice President Randall Musselman, Secretary County of Oakland On this 13th day of November, 2007 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly swum, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Company. Y Cynthia A. Takai IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Notary Public, State of Michigan Company of North America USA offices the day and year above written. ` County of Oakland My Commission Expires February 27, 2012 +Acting in Oakland County /""/y' [•f.-//afG!-c,,/ I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 24th day of February 2009 vJppe.xtee c~~ 9. Randall Musselman, Secretary ~nIAMER r'P CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT C'C.M.~`G^~'.c`C.C?'~ .C>C- {:f.C',C-~fLYr.L~''C.C~C4<`~'~C~.tN~^(.!~.L'r'<'!'.c:OTC.'C.CY~t~''e'r•Gr.C~F>C.C`C.EF.I-C.Cr'iC`~~.GY~.tKY'~c~"'C`M~: ~`C.M.[w{ State of California County of Orange On 02/24/09 before me, R. Haas-Bates, Notary Public Date Here Insert Name and Tile of the Officer personally appeared William Syrkin Namots) of Sgnegsl S-BATS [Q=NOTAR" 1J9616g LIC CpUFORNIA S APRIL 2T 012 who proved to me on the basis of satisfactory evidence to be the person(a) whose name(s) is/aFe subscribed to the within instrument and acknowledged to me that he/she" executed the same in his/hecAgeic authorized capacity(ies), and that by his/HeFAIR86F signature(4 on the instrument the person(*, or the entity upon behalf of which the person*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. Place Notary Seal Above WITNESS my hand and official seal. Signature QAZ~o s OQ ~-t - o Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Dale: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: William ❑ Individual Corporate Officer-Title(s): _ ❑ Partner - ❑ Limited ❑ General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: Top cf thumb here Signer's Nar ❑ Individual Number of Pages: ❑ Corporate Officer-Title(s): _ r Partner - ❑ Limited ❑ General Attorney in Fact G Trustee Guardian or Conservator O Other: Signer Is Representing: Top of Thumb here I 02007 NOtwnal Notary Acc.oecr-9350 Do SOB AV.-POB.2402•ChetawvM. CA 91313.2402•w.vw.N.le,rarMl.,o,g Item 45907 Heorder Call Toil Free tP rji 6827 NIA ALL-FLIKFUJt State of California ss. County of Los Angeles Ong before me, Michael Edward Lifsey, Notary Public personally appeared Dave Poole who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signiture on the instrument the person, or the entitiy upon behalf of which the person acted, executed the instrument. Comte # 1686755 Notary Koft - Cu."fomla Los An901011 vCAX*nn 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 Signiture OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fradulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer Other Than Named Above: R//G,- Capacity Claimed by Signer Signer's Name: QQ~ZC ❑ Individual pl corporate Officer - Title: I ❑ Partner Attorney - in - tact Trustee rl Guardian ❑ Other: Signer is Representing: I BIDDER: F& ~ =(V C I 2.B LIST OF PROPOSED SUBCONTRACTORS ' In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will ' perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 of the Bidder's Total Bid Price, 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 of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor ' for any one portion of the Work. Pursuantto Public Contract Code Section 4104, the Owner has determined that itwill allow Bidders twenty-four (24) additional hours afterthe deadline for submission of bids to submit ' the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. ' If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions ' hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent ' (greater than 0.5%) of the Total Bid Price 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 of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. 1 0 1 C I I 1 CBF-7 1 1 1 1 BIDDER: T C 2.6 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors.-I Name and.Location Description of Work of Subcontractor to be Subcontracted Name: Ax/Address: Name and Location of Subcontractor Name: Address Description of Work to be Subcontracted Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address CBF-8 1 1 1 1 BIDDER: 1<1AL M ~ :wc 2.C REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: f. ~c n r iryzflC- Name and Address of Owner Name and telephone number Contract amount 2. Name and Address of Owner of person familiar with project of Work Date Completed Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. me and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work CBF-9 Date KALBAN, INC. GENERAL ENGINEERING CONSTRUCTION 818-504-1065 Fax:818-504-1067 Recently Completed Projects and Reference List City of Burbank - Contact: Adam Salehi - 81 8-238-3946 2008 Sidewalk Repair Program Removal and Replacement of Damaged PCC Various Locations $1,100,000.00 2007 CDBG Street Project Removal and Replacement of Damaged PCC Various Locations $120,000.00 2006 Sidewalk Repair Project Removal and Replacement of Damaged PCC Various Locations $535,230.00 2005 Oak St. & Bel Air Dr. Improvements Street Reconstruction Asphalt Resurfacing, PCC Replacment $720,000.00 2004 CDBG Street, Alley & Sidewalk Replacement of Asphalt Street with Portland Cement Concrete S 598,010.00 2002-2003 CDBG Street Project Street Reconstruction Asphalt Resurfacing, PCC Replacment $389,1597 2001 Alley Reconstruction Project Replacement of Asphalt Alleys with Portland Cement Concrete 5305,000.00 2000 Citywide Alley Reconstruction Replacement of Asphalt Alleys with Portland Cement Concrete 5510,025.00 City of Anaheim - Contact: Dave Hernandez - 714-936-4795 2007-2008 Resort Maintenance Removal and Replacement of Damaged PCC Various Locations 5260,000.00 2005-2006 Resort Maintenance Removal and Replacement of Damaged PCC Various Locations $120,000.00 2002 Sidewalk Replacement Annual Contract Removal and Replacement of Damaged PCC Various Locations $333,000.00 2001 Sidewalk Replacement Annual Contract Removal and Replacement of Damaged PCC Various Locations $1,600,000.00 City of Orange - Contact: Alan Throng - 714-744-5544 - 2007 Annual Concrete Replacement Removal and Replacement of Damaged PCC Various Locations 5500,000.00 2006 ADA Access Ramps Construct Wheelchair Access Ramps, Various Locations - $132,276.00 2005 Annual Concrete Replacement - Removal and Replacement of Damaged PCC Various Locations $400,000.00 2004 Annual Concrete Replacement Removal and Replacement of Damaged PCC Various Locations $204,000.00 City of Norwalk - Contact: Randy Hillman - 562-929-5719 2007 Local Street Project Street Reconstruction Asphalt Resurfacing, PCC Replacment $1,640,000.00 City of LaCanada Flintridge - Contact: Ying Kwan - 81 8-790-8882 2006 School Loading Bay Improvements Parkway Re-Construction at Loading Zone $131,978.00 Vista Del Valle/Haskell Intersection Recon. Reconstruction of Intersections $95,000.00 2002 - Verdugo Blvd Street Improvements Street Improvements $310,000.00 City of Pasadena - Contact: Reny Quijano - 626-744-4720 Street Reconstruction Avenue 64 Street Improvements 51,900,000.00 Site Improvements at Various Parks ADA Compliance PCC & Misc Structures 5485,000.00 City of Santa Clarita - Contact: Erven Jasamilla - 661-225-4344 2006 Intersection Modification Street Reconstruction Asphalt Resurfacing, PCC Replacment $394,793.00 2003-2004 Annual Concrete Rehabilitation Removal and Replacement of Damaged PCC Various Locations $231,600.00 2002-2003 Annual Concrete Program Street Reconstruction Asphalt Resurfacing, PCC Replacment $396,000.00 2001-2002 Annual Concrete Program Removal and Replacement of Damaged PCC Various Locations 5218,900.00 1999-2001 Annual Concrete Program Removal and Replacement of Damaged PCC Various Locations 4333,389.00 Los Angeles County Department of Public Works - Contact: Issa Adawiya - 626-458-4942 2007 RDC 0012247 South Bay Bike Trail $425,000.00 2004 Project ID No. FCC0000856 Rubio Diversion Invert repair Project $423,200.00 2003 Project ID NO. FCC0000703 Ward Channel Invert and Connector Pipe Repair 5168,090.00 2002 Newburgh Street, ET AL Street Reconstruction Asphalt Resurfacing, PCC Replacment 5298,000.00 2002 126th Street Street Reconstruction Asphalt Resurfacing, PCC Replacment 5185,713.00 2000 Curb Ramps - CC 9102 Construction of Access Ramps, Various Locations Citywide $523,582.00 1998-Cash Contract 7535 Removal and Replacement of Damaged PCC Various Locations $149,328.00 City of Huntington Park - Contact: Pat Fu - 323-584-6253 2008 Alley Improvements Reconstruct PCC Alleys 5356,230.00 2007 Alley Reconstruction Project Reconstruct PCC Alleys 5308,993.20 City of Glendale - Contact: Sam Mody - 81 8-548-3945 2007/2008 ADA Curb Ramps Removal and Replacement of Damaged PCC Various Locations $1,038,000.00 2005/2006 ADA Curb Ramps Removal and Replacement of Damaged PCC Various Locations 51,071,000.00 San Fernando Corridor Street Improvements Street Reconstruction Asphalt Resurfacing, PCC Replacment 5422,000.00 1 1 1 1 1 1 1 1 BIDDER: l~1/ SN C SECTION 3 NON-COLLUSION AFFIDAVIT CBF-10 BIDDER: '6c 0 C ' NON-COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly ' sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; ' that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a ' sham bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that 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, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. ' Signature ' Typed or Printed Name Title Bidder Subscribed and sworn b e me - This _ day of 20 (Seal) 1 1 I 1 Notary Public in and for the State of California My Commission Expires: CBF - 11 t;ALII-UKNIA ALL-F'UHVVJC State of California ss. County of Los Angeles On 2--,2"e,41 before me, Michael Edward Lifsey, Notary Public personally appeared Dave Poole who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signiture on the instrument the person, or the entitiy upon behalf of which the person acted, executed the instrument. µ tD1NARD v Comms>ton O 1656756765 I certify under PENALTY OF PERJURY under the laws of ati dory t'u t Calltorinlo the State of California that the foregoing paragraph is true +t Los Angotas Courky My Colfml.bpmMoy5.201 and correct. WITNESS my hand and official seal Signiture of Notaryublic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fradulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: 11141 ~~~~G/~S//0O Document Date: Number of Pages: Signer Other Than Named Above:~~ Capacity Claimed by Signer Signer's Name: DOZ C:- Individual Corporate Officer - Title: Partner Attorney - in - fact Trustee Guardian Other: Signer is Representing: A I ' "NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID" §7106. Any public works contract of a public entity shall include an affidavit, in the following form: State of California ) ' County of e r f ) ss. being first duly sworn, deposes and says that, he or she is Ice MCSr D aVr of A:::~tL e3lWl C/U C - the party making the foregoing ' bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against ' the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that 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, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid" ' Project Name: &W-679 er/, XP 100 Project Number: I , ' Company: /KIt z- gz~&Z Address: CEi1~Ogi~3 cIJU ~cl~ t/~GLrfY C~ 9~35z Signature: ' Title: (/~~~~c S/ ci(/'r Date: WORN TO AND SUBSCRIBED TO BEFORE ME ' This day o 20 ' /s/ Notary Public: My Commission Expires: UALIt VKIVIA State of California ss. County of Los Angeles On 2y- 07 before me, Michael Edward Lifsey, Notary Public personally appeared Dave Poole who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signiture on the instrument the person, or the entitiy upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of ECINAM LESEY the State of California that the foregoing paragraph is true Commleston 0 1656765 and correct. S ryptoly"r -co~totNa _ z Los AngMall C:wMJ Wcorrim. bores mory 6. 2010 WITNESS my hand and official seal i Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fradulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: 1t/D.d~G C US yd/U ~ 3~rl- 40 j Document Date: Number of Pages: r Signer Other Than Named Above: Capacity Claimed by Signer Signer's Name: ~Ut/E p6bOL(t~ El Individual 6 Corporate Officer - Title: Partner Attorney - in - tact E] Trustee Guardian El Other. Signer is Representing: 1<~tq ( 0 0 _ LJ I entertainment areas, transportation, and housing facilities provided for employees which are segregated 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. 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 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. . I NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date: g ey Company: Address: Project Number: ~ W3&Z I Title: i I P 1 1 1 I 1 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The Idder, ❑proposed sub-contractor, hereby certifies that he/she as, ❑has not, participated in a"previous contract or subcontract subject to the Equal ``0f~ portunlty Clause, as required by Executive Orders 10925, 11114, or 11246, and that he/she as, ❑has not, filed with the Joint Reporting Committee, the Director of the Office of Fedeffffal 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. Date: Project Number: ContractAward: $ Awarding Agency: I%}l 67 / COCc 0452-27 Contractor Name: A4TSAN 1;1/ C - Total Number of Employees-' Proposed prime contractors and subcontractors who have participated in a previous contractor 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. I 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). 1 1 t 1 Name of Firm: Address: State: Community Development Commission County of Los Angeles COUNTY LOBBYIST CODE CHAPTER 2.160 COUNTY ORDINANCE NO. 93-0031 CERTIFICATION ~D _,;5)?-/ Zip Code: Telephone Number. (g g) Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the County of Los Angeles and the Community Development Commission, County of Los Angeles. 1)1/ It is understood that each person/entity/firm who applies for a Community Development Commission 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; ) v / That all persons/entities/firms acting on behalf of the above named firm have and will comply 2)v// with the County Code, and; 3) /That any person/entity/firm who seeks a contract with the Community Development Commission 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 the Los Angeles County and the Community Development Commission, County of Los Angeles. Authorized Official: (Contractor/5u1(c0ntrnct0r) (Date) I I certify, by signature below, that I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for / worker's compensation or to undertake self-insurance in accordance with the provisions of V that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: - Il I WORKER'S COMPENSATION CERTIFICATION Project Name: 0 U C/ //~~~~LLC!/t'J~ Company Name: /~e&(FAiV o j~ C Address: Project Number: ~~yOz Cx i ' Print Name: I Title: Ole , Signature: 1 1 1 Z U to W Ln O CL a LL O J O Z U w v ¢ E z z ~ V d _o ¢ a V w Z O ~ i w a _ 0 m 0 ~ o n v ~ E o E ~ s 8 ~ v 1 ~ c 0 o S v E s ~ z a w _ E z a m E Z i N V v r C v E Z E m z c a E U v I L H I U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD FORM 4230A REPORT OF ADDITIONAL CLASSIFICATION AND RATE M o6n oms waro~i E um 09/312006 ( ) ( 1. FROM (name and address of requesting agency) 2. PROJECT NAME AND NUMBER 3. LOCATION OF PROJECT (City, County and State) 4. BRIEF DESCRI ION OF PROJECT 5. CHARACTER OF CONSTRUCTION ❑ Building ❑ Residential ❑ Heavy ❑ Other (specify) ❑ Highway 6. WAGE DECISION NO. (includ odification number, if any) 7. WAGE DECISION EFFECTIVE DATE ❑ COPY ATTACHED a. WORK CLASSIFI TION(S) HOURLY WAGE RATES BASIC WAGE FRINGE BENEFIT(S) (if any) 9. PRIME CONTRACTOR (name, address) 10. S CONTRACTORIEMPLOYER, IF APPLICABLE (name, address) Check All That Apply: ❑ The work to be performed by the additional classification(s) is not performed by a classi ation 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 relatio hip to the wage rates contained in the wage decision. ❑ The interested parties, including the employees or their authorized representatives, agree on the c sification(s) and wage rate(s). ❑ Supporting documentation attached, including applicable wage decision. I Check One: ❑ Approved, meets all criteria. DOL confirmation requested. ❑ One or more classifications fail to meet all criteria as explained in agency referral. DOL decisl requested. FOR HUD USE ONL LR2000: Agency Representative Date Log in: (Typed name and signature) Log out: Phone Number ui in~nNe /Gni\ voFVl(11IC FIIITIl1M IC (1R<(N FTF I t TO: I i I EMPLOYMENT OPPORTUNITY COMMITMENT of Labor Union, Workers Representative, etc. Name of Business (Contractor): Project Name: The Undersigned currently holds a con funds of the U. S. Government, or a su You are advised that under the provisions of A with Executive Order 11246, the undersigned is or applicant for employment because of race, not to discriminate in employment includes, bul contract or subcontract, and in accordance ~d not to discriminate against any employee igion, sex or national origin. This obligation limited to the follow: 1. Hiring, placement, upgrading, trans r or demotion; 2. Recruitment, advertising or solicitatio for employment; 3. Treatment during employment; 4. Rates of pay or other forms of compensa 'on; 5. Selection for training, including apprentices ip; and 6. Layoff or termination. This notice is furnished to you pursuant to the provisions of the abovi Executive Order 11246. Copies of this notice will be posted by the places available to employees or applicants for employment. Project Number: , involving with a prime contractor holding such contract. By: or subcontract and ed in conspicuous ! NOTICE OF SECTION 3 COMMITMENT ! ! TO: (Name of Labor Union, Workers Representative, etc. ! (Address) ! Name of Business (c tractor): I The Undersigned currently hold a contract with Project Name: Project Number: I Regarding job referrals, request that consideration be given, to~iye greatest extent feasible, to involving Block Grant (CDBG) fun Ns from the U. S. Department of Housing and Urban Development or a subcontract with a prime contr for holding such contract. You are advised that under the provisi s of the above contractor subcontract and in accordance with Section 3 of the Housing and Urban evelopment Act of 1968, the undersigned is obligated to the greatest extent feasible, to give oppo nities for employment and training to lower income residence of the CDBG-assisted project are and o award contracts for work on the project to business concerns which are located in or are nq( in substantial part by project area residence. Regarding employment opportunities for Sect ' ttffe minimum numoer ana joo rmes are: Minimum Number ob Clas ification assignment of persons residing in the service area or neighborhood i which the project is located. ! The anticipated date the work will begin is contact _ nud arsons Name I For additionNL information, you may at This notice is furnished to you pursuant to the provisions of the above contrac r subcontract and Section 3 of the Housing and Urban Development Act of 1968. Copies of this no ' e will be posted by the undersigned in conspicuous places available to employees or applicants fo employment. By: ! n 1 1 t SECTION 3 ECONOMIC OPPORTUNITY PLAN 1. Name and Address of Reporting Entity (Recipient, Sub-recipient, Contractor, Subcontractor) 2. Federal Identification: (Contract/Award No.) O Z_ 3. Dollar Amount f Award: I* ~AL1~ Z~IC - 4. Contact P rson: 5. Phone: (include Area Code) rC~r ort Submitted Date Re 7 6,f/ 6~- 9/35 6. Reporting Period: iF ►,~l - W-0 p . 2 ,2y 6. Program Code: (Use a separate sheet for each Program Code) Program Codes Flexible Subsidy 2. Section 202/811 3. Public/Indian Housing Development, Operation and Modernization 4. H 1 omeless Assistance 5. HOME . 6. HOME-State Administered 7. CDBG - Entitlement 8. CDBG- State Administered 9. Other CD Programs 10. Other Housing Programs _a rarcl: r_M IV IIIClllau limuur vv l l TOTAL SECTION 3 % of Aggregate Hires JO B CLASSIFICATION NEW HIRES NEW HIRES Who are Section 3 Residents % Professionals % Technicians Office/Clerical - Q Trade: zef'~Weir eS Trade: Trade: Trade: Total: 0. 11-d- or ROmice Prnvidersl an u: L onuracl mwalu 1i V111111 " NAME OF SECTION 3 BUSINESS CONCERN i 1 av vvvua.. _ SPECIFY CONSTRUCTION OR NONCONSTRUCTION CONTRACT CONTRACT AMOUNT O t7 C $ $ $ $ $ $ $ TOTAL $ Percentage of the total dollar amount to be awarded to Section 3 Business Concerns: O I I 1 I 1 I 1 I I I SECTION 3 ECONOMIC OPPORTUNITY REPORT (CONTRACTOR) 1. Recipient Name and Address ( cipient, Sub-recipient. Contractor, Subcontractor) 2. Project Number. (c°ntmcunwam N°.) 3. Dollar Amount of Contract: 4. Contact Person: 5. Phone: (include Area Code) . 6. Reporting Period: 7. Date Report Submitted 8. Project Number: 9. Federal EIN: o.,.,a o......t...,...,...ab r.~:..t.... n....r,.+r~oiHna nr•n.ririuri 4n Inw_inrnmw individuals (Mini-,r;nar anv of New Hires) TOTAL LOW-INCOME % of Aggregate Hires JOB CLASSIFICA N NEW HIRES NEW HIRES who are low-income % Technicians Office/Clerical % Professionals % Construction Trade: % Construction Trade: TOTAL % e _..a 11. 1.., ___a-__~_ A...,.A-A - ow_r.._e.:...,. r,......,.r e..,..~~..r~ Number of Subcontracts awarded: Number of S ti 3 Businesses Receiving Contracts: Name of Qualified Business Concern Constr o o Non-construction Contract Amount $ $ Total Dollar Amount of Subcontracts awarded to Section 3 qua' ied Business Concerns: $ Dollar Amou of All Subcontracts: $ -Percentage of the total dollar amount awarded to qualif ed iness Concems: % Part III: Summary of the efforts that were made to Trained and/or Employed _ low-income individuals equal to of the aggregate new hire \ttach Certifications) Awarded a Subcontract to _ qualified Business Concerns equal to of the contract amoCertifications) duals through: Attempted to recruit low-income indivi Advertised through local media, television, radio, newspaper (Attach copy of advertisement) Signs prominently displayed at the project site Contacts with community organizations Contacted management to notify residents and posted or distributed flyers at public housing authoParticipated in a HUD program or other program which promotes the training or employment of low-incParticipated in a HUD program or other program which promotes the award of contracts to Section 3 Qualified Business Concems Contacted agencies administering HUD Youth-Build programs. (Attach list) Maintained a file of eligible, qualified low-income Residents and qualified Business Concerns for future employment. ' OTHER- (Attach supporting documentation) SECTION 3 RESIDENT CERTIFICATION (2008 Income Guidelines) Employee's Na e: Employee's Addre hereby certify that I I 1. lama a Section 3 resident; based on the following qualification(s): !(bllc Housing Resident (Specify Name of the Public Housing site): resident of the metropolitan area. hold size and gross annual income level (from all sources): 2. 1 am a low-i Select your HOUSE LD SIZE & INCOME LEVEL L 1\ $26,550 or less 2 $30,300 or less ❑ 3 $34,100 or less ❑ 4 $37,900 or less ❑ 5 $40,950 or less ❑ 6 \$0,950 or less ❑ 7 ,000 or less ❑ 8 $N,050 or less 3. 1 am not a public housing or low-income Employee Signature Must Be Completed by Employer \ The above-named person is a permanent full-time employee who was hired on: ' The above-named person is a new-hire employee who was hired on: This person's lob Classification is: Name of Employer: Date ' To Be Completed by Local Contracting Agency ' Preference Category: ❑ Targeted Service Area ❑ Youthbuild ❑ McKinney Homeless ❑ Other Sect, 3 Census Tract Number: I of the metropolitan area. . I A Section 3 responsive bidder who commits to hire Section 3 Residents by directing employment and training opportunities toward low- and very low-income persons, particularly those who are recipients of government assistance for housing, may use any combination of outreach efforts to meet the Section 3 commitment made when a Section 3 Economic Opportunity Plan has been submitted. ' REMEMBER: All employees of a business/firm count toward meeting your Section 3 compliance goals- Section 3 New Hires do not have to be construction workers, they just have to be a part of your permanent, ' full-time staff. SAMPLE OUTREACH EFFORTS FOR CONTRACTORS ' SEEKING SECTION 3 RESIDENT EMPLOYEES • Enter into "first-source" hiring agreements with organizations representing Section 3 residents, such as Work Source or a local Workforce Investment Board. For more information, visit http://www.calwia.orq/lwia/index.cfm I • Sponsor a HUD-certified "Step-Up" employment and training program for Section 3 residents. ' Advertise training and employment positions by distributing flyers (Notice of Section 3 Commitment or other flyer that identifies the positions to be filled, the qualifications required, and where to obtain additional information about the application process) to every occupied dwelling unit in the housing development(s) adjacent to the project site. ' Post training and employment position flyers in public housing developments, offices of the local government, and other conspicuous places. ' Contact State-approved apprenticeship programs to gain access to potentially low-income residents who are actively seeking job-placement and training. For more information on local ' apprenticeship programs, you can visit the California Department of Industrial Relations' database of local apprenticeship programs by visiting http://www.dir.ca.govtdatabases/dastaigstart.asp ' Contact agencies administering HUD Youthbuild programs, and requesting their assistance to recruit current HUD Youthbuild program participants who are in need of permanent placement. • Advertise any positions to be filled through the local media, such as community television , t networks, newspapers of general circulation, or commonly-used job placementwebsites such as www.monster.com I ' 2 1 1 t 1 Business Name: Business Address: SECTION 3 BUSINESS CERTIFICATION FORM Telephone Number: Contract/Bid Amount: 1. The above mentioned business firm is a ion 3 business concern based on the following qualifications: ❑ 51-percent owned by Section 3 R idents (Submit Resident certifications with this buss ss certification form) ❑ At least 30-percent Permanent, full-tim 43uess yees are Section 3 Residents Total Number of all full-time employees /f Section 3 qualified Employees (Submit the Resident Certification form(s) with Certification form) 2. The above mentioned business firm is not a Section 3 business c cern, but commits to the Section 3 goal: ❑ Written Commitment (Section 3 Economic opportunity Plan), tline intentions to: Hire Section 3 qualified residents at least 30-percent aggregate ew hire positions, and/or Subcontract 25-percent or more of the contract amount to Sectio qualified business concerns. THE UNDERSIGNED DECLARES THAT THE ABOVE INFORMATION IS COMPLENAND CORRECT Signature of Owner/Principal Business Name To Be Completed by Local Contracting Agency Preference Category: oTargeted Service Area oYouthbuild LiOther - Census Tract Number: I LJ 1 LI 1 I S)kCTION 3 ECONOMIC OPPORTUNITY REPORT (CONTRACTOR) 1. Recipient ame and Address (Recipient, Su ecipient, Contractor, subcontractor) 2. Project Number: (contracuA.W No.) . 3. Dollar Amount of Contract: 4. Contact Person: 5. Phone: (include Area Code) 6. Reporting Period: 7. Date Report Submitted - 6. Project Number: 9. Federal EIN: _ n_.....-a....iH..~ _ .iasa fn Inw_inrnmC inrfivitil lal5 IKAWmum rover 3nL of New HirP_c\ F~j TOTAL LOW-INCOME % of Aggregate Hires JOB CLASSIFICATION NEW HIRES NEW HIRES who are low-income % Technicians % Office/Clerical % Professionals % Construction Trade: Construction Trade: TOTAL % r'1_J rl. Au._-.J.al , ..r'PAOArAd Mnlmrl Gmnunn rill ll. VVVVVrr4.---- Number of Subcontracts awarded: ' Number of Sech 3 sinesses Receiving Contracts: Name of Qualified Business Concern Constructio r No -construction Contract Amount $ $ Total Dollar Amount of Subcontracts awarded to Section 3 qualified Bu ass Concerns: $ Dollar Amount of All bcontracts: $ Percentage of the total dollar amount awarded to qualified Business oncerns: % Part III: Summary of the efforts that were made to Trained and/or Employed low-income individuals equal to of the aggregate new hires. (Attach esident Certifications) Awarded a Subcontract to _ qualified Business Concerns equal to of the contract amount. (Attach B ine: Certifications) Attempted to recruit low-income individuals through: Advertised through local media, television, radio, newspaper (Attach copy of advertisement) Signs prominently displayed at the project site Contacts with community organizations Contacted management to notify residents and posted or distributed flyers at public housing authority (Attach list) Participated in a HUD program or other program which promotes the training or employment of low-income individuals Participated in a HUD program or other program which promotes the award of contracts to Section 3 Qualified Business Concerns Contacted agencies administering HUD Youth-Build programs. (Attach list) Maintained a file of eligible, qualified low-income Residents and qualified Business Concerns for future employment. OTHER- (Attach supporting documentation) ' Name of Firm: _ Address: - to ' State: CA- I 1 I 1 I FEDERAL LOBBYIST CERTIFICATION 1A C 6 Zip Code: f J `J Telephone Number: (I I g) jOy / fJ(os 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 Community Development Commission, County of Los Angeles. 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: % i;~A (Conmaor/Subcontractor) (Date) (Title)