Loading...
Kormix Inc.BIDDER: !Jr l~n 1C 1 j~ BID SCHEDULE SCHEDULE OF PRICES FOR ANNUAL 2008-2009 CURB RAMPS CONSTRUCTION PROJECT CDBG PROJECT No. P46402 BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and s kill- ifications. See technical spec LS 1 provisions. 2 Disposal of Waste Materials LS 1 boc>6 6P& 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- E 70 , 7 per details and locations. a 4 Furnish and install ONLY Truncated Domes Detectable Warning Surfaces - ARMORCAST .p retrofit or approved equal. See t il d Ea 12 L ~ D a s. e appendix A and TP-7 per r ~ ~ TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 1 A, L l lc) amount in written form ALTERNATE BID ITEM 1 ;4S== I nCA-J ti vvr NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 5 Construct 4-inch PCC Sidewalk t.~ per APWA Std Plan 113-1. SF 450 6 Construct PCC Cross and Longitudinal Gutters per APWA SF 300 L~U Std. Plan 122-1. Intersection of CBF-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER: n ~n -),v TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$_+;i N Dollar amount in written fofm ~r J a~ a-0 r s A h c~L 0 Or) The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by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. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Z ai rw Dollars ) said amount being not less than ten percent (10%) of the Total Bid Price. 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 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. CBF-2 TOTAL ALTERNATE BID PRICE (SCHEDULE BID PRICE): $ BIDDER: 1 Tl G 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. ' Addenda Nos. V 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 ' contract. 1 1 CBF-3 1 BIDDER: 1 By: *10 c14- aeLsc, L ture Business Street Address Type or Print Name City, State and Zip Code Title Telephone Number Bidder's/Contractor's State of Incorporation: 1 Partners or Joint Venturers: 1 1 Bidder's License Number(s): 111 10 1 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. 1 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 1 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. 1 As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, 1 _ _ -partnership or joint venture has the authority to do so. 1 CBF-4 Bond #1000814566-015 Kormx Tnr Bidder shall submit its Bid data in accordance with the ia-na src-w-, on each of the following Bid Data Forms. Bidders shall prepare and use as manv si-.e5ts as are necessary to adequately provide the information required. Bidder shall ensure thai eu---y page of its Bid Data Forms are properly identified with the Bidder's name and page nurnbe--. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Kormx Inc. , as Principal, and U. S. Specialty Insurance , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of not to exrppd twenty thqu~and and no/100s 20, 000.00 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 for the Annual 2008-2009 Curb Ramps Construction Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated 2/25/09 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 23rd day of February 2009 r~- G- (SEAL) (SEAL) Principal Surety Q By: By: nature Signature Ted. R. Shaw Attonney-in-fact CBF - 6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of County personally appeared me, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. C ttESIE B BERIRAIM Commission # 1756!19 Notary Public - California Los Anpillifts County Cotnrr►, ~ Place Notary Seal Above 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 eal. Signature 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 Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer - Title(s): _ ❑ Partner - C Limited L General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Nat ❑ Individual Number of Pages: ❑ Corporate Officer - Title(s): _ ❑ Partner - Limited General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02007 National Notary Association - 9350 De Soto Ave.. P.O. Box 2402 -Chatsworth, CA 91313-2402 - www.NotionalNotary.org Item #5907 Reorder. Call Toll-Free 1-BOD-876-6x27 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Ted Shaw or Christine Forward of Pasadena, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****One Million***** Dollars **1,000,000.00** This Power of Attorney shall expire without further action on March 18, 2011. This Power of Attorney is granted tinder and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and scaled and effceted by the Corporate Secretary. Be it Resolved. that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 15ei day of July, 2008. AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY Corporate Seals Tots c,4 sEn 2L to a SEAL co By: + Daniel P. Aguilar, Vice President State of California County of Los Angeles SS: On this 15'h day of July, 2008, before me, Deborah Reese, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company 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 signature on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. trE -WORM Commlatlon 1726211 Signature h4e2 .X(Seal Kotory Public - w I ) lot N,p ~IM county Cw. *Y 11 I, Jeannie J. Kim. Assistant Secretary of American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, 1 have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this day of , Corporate Seals Bond No. Agency No. ? I 0 ~~ttrT ;a mot 2k to s (:))0, 1, + 46.-,L 4 0---, Jeannie J. Kim, Assistant Secretary 1 2.6 LIST OF PROPOSED SUBCONTRACTORS BIDDER: 1'1 a1r 1 N C~ 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. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the 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 CBF-7 BIDDER: f1! r' 2.6 LIST OF PROPOSED SUBCONTRACTORS (continued) ("Duplicate Next 2 Pages if needed for listing additional subcontractors.") Name and Location Description of Work of Subcontractor to be Subcontracted Name: hJ Address: Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name: Address Description of Work to be Subcontracted 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 CBF-8 BIDDER: T!'1I`h 1 "-i G 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 ears: 'AIC'+. and Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address of Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF-9 References Name & Title Sean Crumby Director of Public Works/City Engineer City of Stanton Stanton Public Works Job Description: ADA Ramps $88,000 Completion Date: 2/11/08 Telephone number (714) 379-9222 Ext. 204 Arjan Idnani Senior Engineer City of La Puente (626) 780-8154 Job Description: Construct ADA Ramps and Driveway/Sidewalks $171,898.25 Completion Date: 7/1/08 Arjan Idnani Senior Engineer City of La Puente Job #2 (626) 780-8154 Job Description: Construct ADA Ramps and Driveway/Sidewalks $340,000.00 Completion Date: 9/1/08 Vennie Bermudez Civil Engineer City of Monterey Park (626) 307-1325 Job Description. Construct Sidewalk in Park Area, Remove and Replace Concrete Sidewalks $78,103.51 Completion Date: 6/2/08 Omar Leyva Project Manager County of Orange (714) 834-4523 Transportation Department Proiect Description: Remove and Construct New Concrete Slab $46,177 Completion Date: 6/2/08 Omid Emam Job Inspector County of Los Angeles (626)607-7444 Project Description: San Gabriel River Tunnel Realignment $222,304.75 Completion Date: 11/21/08 BIDDER: 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. IH Bidder Subscribed and sworn before me This ~ day of 200 1 1 Notary Public in and Tor the State of California L lN~a ~QSE L~sf2i~tJcc~ My Commission Expires: * D1D (Seal) LINDA ROSE E N U a COMM. $1696449 z Notary Public • California 2 ~C San Bernardino County r r, m Expires Sep. 28,2010? CBF - 11 AA e- Tit e ' "NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID" §7106. Any public works contract of a public entity shall include an affidavit, in the following form: i State of California ) ' County of ) ss. n S 4f +~jJ4-7 being first duly sworn, deposes and says that, he or she is Z' the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not ' directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, ' communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against ' the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not ' pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." Pro1ect Name cio,$t, Project Number:0 is1(oyls)1 1 Company: Y 1 Date: LINDA ROSE EST IM U COMM. #1696449 z O Notary Public - California o 2 • San R#-nardino County My c R, 2010 SWORN TO AND SUBSCRIBED TO BEFORE ME This day of 1~1 20Q /s/ Notary Public* Rose 5><Q~Na My Commission Expires: ) 0 1 ACKNOWLEDGMENT State of Cali~rnia County of On before me,li1/f~'~ C S+~~~,~D~W y lc1cD~C (insert name and title of the officer) ^J L~ personally appeared Lt"'~e v who proved to me on the basis of satisfactory evidence to be the personks'J whose nameW, is e subscribed to the within instrument and acknowledged to me that he/$te/th6y executed the same in his/Wr/tp( it authorized capacity(iet), and that by his/t)r/th6ir signature(s) on the instrument the person, or the entity upon behalf of which the personY 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. LINDA ROSE ESTEINOU WITNESS my hand and official seal. o COMM. 01696449 Z y a Notary Public • California z Z San Bernardino County ~j Comm. Ex ires q&n 2fl, 2010 Signatu,* } (Seal) 1 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. 1 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 is prescribed in 18 U.S.C. 1001. Date:'- -IL4 _ d Project Number: 0086 rL- l Lio Z Company: X i r'~ C- i I CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The Widder, ❑proposed sub-contractor, hereby certifies that he/shel5-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/shefflhas, ❑has not, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. 1 Date: - tAn 5 Project Number: L ContractAward: _ Awarding Agency: C71 :~j e-3 Contractor Name: r 1~X i ZN1 el- Total Number of Employees Affiliate Company: 1 By:-.In o A 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 exemptfrom the equal opportunity clause are set forth in 41 CFR 60-1.5 (Generally only contracts or subcontracts of $10,000 or under are exempt). Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF-100 (EEO-1) must be filed by-, (A) All private employers who are: (1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2) Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) All federal contractors (private employers), who: (1) Are not exempt as provided for by 41 CFR 60-1.5 (2) Have 50 or more employees, and a. Are prime contractors or first-tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b. Serve as a depository of Government funds in any amount, or c. Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes. 11 Community Development Commission County of Los Angeles COUNTY LOBBYIST CODE CHAPTER 2.160 COUNTY ORDINANCE NO. 93-0031 CERTIFICATION Name of Firm: n'X 7 t-t G 1 ~c1~ ~W 1~JC 1 11 c~G? eL S,,f Uv14~ ht t, 7 Q Address: J State: Zip Code: 1. -1 f5fl Telephone Number: n g) ~a 7 l 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) 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; 2) That all persons/entities/firms acting on behalf of the above named firm have and will comply with the County Code, and; 3) That any person/entity/firm who seeks a contract with the 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/Subcontractor) (Date) By (sip) (Title) 1 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD FORM 4230A REPORT OF ADDITIONAL CLASSIFICATION AND RATE OMB ApprovalNumber2501-0011 (Exp. 09130r2006) 1. FROM (name and address of requesting agency) ~x y✓~" v`ac' x T 2. PROJECT NAME AND NUMBER D_ PJ0 U]6 LL lje 3li--L 66) j t `n C G w'G C r' it S 1 C L Y t r (1 - L r ~C2 L„Lc~ Q~,ra 3. LQQATION OF P ECT (City, County and State) S Esc Cf r 4. BRIEF DESCRIPTION OF PROJECT CHARACTER OF CONSTRUCTION Cp"CfTI'e- CLIf-~ X] Cer► SI Building ❑ Residential ~1-y C- R43 Nril ~i- RL Heavy ❑ Other (specify) ❑ Highway 6. WAGE DECISION NO. (include modification number, if any) 7. WAGE DECISION EFFECTIVE DATE ❑ COPY ATTACHED Z 6 a. WORK CLASSIFICATION(S) HOURLY WAGE RATES BASIC WAGE FRINGE BENEFIT(S) (if any) -7 l~i<A l~~S r~rS Lri 3z),r -r--~ 13~s h n~lq So I L IA 9. PRIME CONTRACTOR (name, address) '1J C 10. SUBCONTRACTOR/EMPLOYER, IF APPLICABLE (name, address) cr C ~ Kerr 1 /,t till IN yJAl.u01 C4 91~ Check All That Apply:j ❑ The work to be performed by the additional classification (s) is not performed by a classification in the applicable wage decision. J~ 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. _ i. Check One: JKJ Approved, meets all criteria. DOL confirmation requested. ❑ One or more classifications fail to meet all criteria as explained in agency referral. DOL decision requested. FOR HUD USE ONLY LR2000: Agency Representative Date Log in: (Typed name and signature) Log out: Phone Number ui 1v & rrt_mi Pizpm i R GnrrlnN IS nRFnl FTE WORKER'S COMPENSATION CERTIFICATION 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 that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: a) Project Number: r-0 I)L~AL-1 Project Name: Pm X) ID L Z U~ Cc~ ~~-r~7~ hL51 1~1`b~ ti Company Name: ~'lGN-tom 1 ti L i l C'Q i L7 Address: Wk Se> L_ W19 7.4ti Print Name: Xo t) C iv-(-) c~.a a I Title: - R-, Jcd. (rtD a C~ z 0 a n C - l ~ o ion z c m Z ~ 3 c o S 3 O rn c r .o 0 0 m o n yZy m :7(' C r Ir/ a ;O D :t O J Z z / 3 m n O z O X r O In V X O O m W A O z O X cn b SECTION 3 ECONOMIC OPPORTUNITY PLAN 1. Name and Address of Reporting Entity (Recipient, Sub-recipient, Contractor, Subcontractor) 2. Federal Identification: (Contract/Award No.) 1) r ~J L 3. Dollar Amount of Award: 1,-j-71, r.t L Sc%L i a ri j~L 1 4. Contact Person: Y ~ 1ti l) r, 5. Pho : (include Arga Code) ~S _ -1 p~C rt 1931 W 01 -IGLU 1 1 A- 191'1 6. Reporting Period: 7. Date Report Submitted 8. Program Code: (Use a separate sheet for each Program Code) Program Codes 1. Flexible Subsidy 2. Section 202/811 3. Publidlndian Housing Development, Operation and Modernization 4. H 6 HOME - State Administered 7. CDBG - Entitlement 8. CDBG - State Administered 9. Other CD Programs omeless Assistance 5. HOME 10. Other Housing Programs P. rart I: Cm 1U IIICI fL 011N 1 ra an nra. TOTAL SECTION 3 % of Aggregate Hires JOB CLASSIFICATION NEW HIRES NEW HIRES Who are Section 3 Residents % Professionals % Technicians % Office/Clerical 0/0 % Trade: I - Trade: L~c-c 1- Trade: Trade: %/~o Total: .---J Y r:a....... 4 4- Qe,n+;^n Z RrrrcinLa¢¢PC fz.&--t-tnm Sunnliers Vendors,or Service Providers) rant u: L,01171dct, rawaru vv,n,u4L. . - _ CONTRACT NAME OF SPECIFY SECTION 3 BUSINESS CONCERN CONSTRUCTION OR NONCONSTRUCTION CONTRACT AMOUNT - $ ' r U _ u $ a L L S $ TOTAL $ Percentage of the total dollar amount to be awarded to Section 3 Business Concerns: p,3 L 1 SECTION 3 ECONOMIC OPPORTUNITY REPORT (CONTRACTOR) 1. Recipient Name and Address actor Subcontractor) i i t t b t C S 2. Project Number. (con"ctmwam No.) 7 3. Dollar Amount of Contract: 1 t J ~ , -rec p en on r u , (Recipien , 6, D_L C h Mr- - ` t 1%,r- J f,_ L 4 ntact Person: 5. Phone: (include Area Code) 131 ►~vc~..~Ao dcL d R i i P 7 ort Submitted D t Re Sat, t~n~-MuJ C~ 6. eport er od: ng . a e p 1 8. Project Number. 9. Federal EIN: Dar} I• Fmntnvmant R Traininn Opportunities Drovlded to low-income individuals (Minimum Goal: 30% of New Hires) TOTAL LOW-INCOME % of Aggregate Hires JOB CLASSIFICATION NEW HIRES NEW HIRES Who are low-income % Technicians Office/Clerical Professionals Construction Trade: Construction Trade: c TOTAL '3 L S D- r+ II• Q..knnnfr~r•fc A~unrriart ace i...,,n,c„K-ntmntr;nnik2Si%nfthePrimeContract Amount) Number of Subcontracts awarded: Number of Section 3 Businesses Receiving Contracts: Z Name of Qualified Business Concern Construction or Non-construction Contract Amount ell c el i A $ V 2AS ft, 1,14 $ Total Dollar Amount of Subcontracts awarded to Section 3 qualified Business Concerns: $ Dollar Amount of All Subcontracts: $ Percentage of the total dollar amount awarded to qualified Business Concerns: U % Part III: Summa of the efforts that were made to generate economic opportunities Trained and/or Employed low-income individuals equal to r of the aggregate new hires. (Attach Resident Certifications) Awarded a Subcontract to qualified Business Concerns equal to of the contract amount. (Attach Business 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 - '6 I) N-f (Attach supporting documentation) Z SECTION 3 RESIDENT CERTIFICATION (2008 Income Guidelines) Employee's Name: Employee's Address:3 (ate 2 _t /,~~c: I hereby certify that I am a Section 3 resident; based on the following qualification(s): - _ 1. 1 am a Public Housing Resident (Specify Name of the Public Housing site): 6) 1 am a low-income resident of the metropolitan area. Select your household size and gross annual income level (from all sources): HOUSEHOLD SIZE & INCOME LEVEL ❑ 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 $43,950 or less 7 $47,000 or less 8 $50,050 or less 3. 1 am not a public housing or low-income resident of the metropolitan area. Z_Z L4 --ol Employee Signature Date 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: - l - U This person's Job Classification is: Name of Employer: To Be Completed by Local Contracting Agency Preference Category: ❑ Targeted Service Area ❑ Youthbuild ❑ McKinney Homeless ❑ Other Section 3 Census Tract Number: SECTION 3 RESIDENT CERTIFICATION (2008 Income Guidelines) Employee's Name: DSO,,~L(~ ~1Gts Employee's Address: ---`''~1eU11~~ ,1, _.Sal ~~[rcz~ I hereby certify that I am a Section 3 resident; based on the following qualification(s): 1. 1 am a Public Housing Resident (specify Name of the Public Housing site): 2. 1 am a low-income resident of the metropolitan area. Select your household size and gross annual income level (from all sources): HOUSEHOLD SIZE & INCOME LEVEL ❑ $26,550 or less $30,300 or less $34,100 or less ❑ 4 $37,900 or less 5 $40,950 or less 1 7 - 6 $43,950 or less ET _ 7 $47,000 or less 8 $50,050 or less 3. VI m not a p lic housing or low-income resident of the metropolitan area. Employee Signature Date 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: 16::: C r This person's Job Classification is: Offi Ge, AG,,a. ne. r Name of Employer: To Be Completed by Local Contracting Agency Preference Category: ❑ Targeted Service Area ❑ Youthbuild ❑ McKinney Homeless ❑ Other Section 3 Census Tract Number: SECTION 3 RESIDENT CERTIFICATION (2008 Income Guidelines) Employee's Name: Employee's Address: Z /'/9- I hereby certify that I am a Section 3 resident; based on the following qualification(s): - . 1. 1 am a Public Housing Resident (specify Name of the Public Housing site): I am a low-income resident of the metropolitan area. Select your household size and gross annual income level (from all sources): HOUSEHOLD SIZE & INCOME LEVEL ❑ 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 $43,950 or less ❑ 7 47.000 or less 8 $50,050 or less 3. 1 am not a public housing or low-income resident of the metropolitan area. Z --Z LA Employee Signature Date Must Be Completed by Employer The above-named person is a permanent full-time employee who was hired on: 1 ~j> g The above-named person is a new-hire employee who was hired on: - This person's Job Classification is: 1~3v Name of Employer: To Be Completed by Local Contracting Agency Preference Category: ❑ Targeted Service Area ❑ Youthbuild ❑ McKinney Homeless ❑ Other Section 3 Census Tract Number: SECTION 3 RESIDENT CERTIFICATION (2008 Income Guidelines) Employee's Name: Employee's Address: PP o,6JgL~2 417 ~ I hereby certify that I am a Section 3 resident; a ed on the following qualification(s): 1. I am a Public Housing Resident (specify Name of the Public Housing site): I am a low-income resident of the metropolitan area. Select your household size and gross annual income level (from all sources): HOUSEHOLD SIZE & INCOME LEVEL 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 $43,950 or less 7 $47,000 or less ❑ 8 $50,050 or less 3. 1 am not a public housing or low-income resident of the metropolitan area. 12LZ~10 5? Employee Signature ate 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: Tcl}r, G or-~ This person's Job Classification is: Name of Employer: i~L~_~ Tel L To Be Completed by Local Contracting Agency Preference Category: ❑ Targeted Service Area ❑ Youthbuild ❑ McKinney Homeless ❑ Other Section 3 Census Tract Number: SECTION 3 RESIDENT CERTIFICATION (2008 Income Guidelines) Employee's Name: Ul Y 16n [r CJ Employee's Address: A~E hereby certify that I am a Section 3 re Niden `Based o the following qualification(s): 1. 1 am a Public Housing Resident (Specify Name of the Public Housing site): 2. I am a low-income resident of the metropolitan area. Select your household size and gross annual income level (from an sources): HOUSEHOLD SIZE & INCOME LEVEL 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 $43,950 or less 7 $47,000 or less ❑ 8 $50,050 or less 3. m not a public housing or low-income resident of the metropolitan area. Employee Signature ate r 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: ir311--~ gltc T This person's Job Classification is: Name of Employer: -1+4 To Be Completed by Local Contracting Agency Preference Category: ❑ Targeted Service Area ❑ Youthbuild ❑ McKinney Homeless ❑ Other Section 3 Census Tract Number: 02/24/2009 13:06 9895959066 KORMX INC PACE 02/02 SECTION. 3 RESIDENT CERTIFICATION pop income Guidelines) employee's Name; Employee's Address: 1 hereby certify that I am a Section 3 resident; based on the following qualification(s): 2. I am a Public Housing Resident (Spe&y Name of the Public Housing aite): I am a low-income resident of the metropoinan area. Select your household size and gross annual Income level an sources): HOUSEHOLD SIZE 9 INCOME (LEVEL 1 $26,550 or less 2 $30,300 or less 3 $34,100 or less 4 $$7,900 or less 5 $40,950 or less 6 $43,950 or less 7 $47,000 or lose g $50,050 or less 3. 1 am not a public housing or low-income resident of the metropolitan area. -12-x, f gjcN ployee Signatu Date Must Be Gomplpted by Employer The above-named person Is a permanent fun-Lime employee who was hired on_ 1 The above-named person is a new-Dire employee who was hired on: ~ ~t ~ ~ This parson's Job Clawffla icon is: Name of Employer: Vzy-sm ~h1 t To Be Completed by Local CoawAcftc Ageucy Freftwce Czftmy: ❑ Targeted Swvirc Area ❑ YowhbuUd ❑ DCBu=CY Ho®otess ❑ Other 5WM 3 census Tr%01-h=ba: 1e/10 3!DVd VInSNIN3d S38DISAVS LL609L96b61 BE W 600Z/VZ/Z0 Statistical Information on Contractor INSTRUCTIONS: All contractors responding to bid solicitations must complete this form for proper consideration of their bid. The information requested below is for statistical purposes only. On final analysis and consideration of award, a bidder will be selected without regard to gender, race/ethnicity, creed, color, religion, sex, national origin, age, marital status, or disability. Categories listed below are based upon those described in 49 CFR 6.23.5. NAME OF FIRM:_ Y1 pY-r` r- r i BUSINESS STRUCTURE: b rn 1 I (Corporation, Non-pi Joint Venture, Sole Proprietorship, etc.) TOTAL NUMBER OF EMPLOYEES IN FIRM (Including Owners): CULTURAL/ETHNIC COMPOSITION OF FIRM - Please break down the total number of employees in your firm into the following categories: RACE/ETHNIC COMPOSITION OWNERS/PARTNERS/ ASSOCIATE PARTNERS MANAGERS STAFF Male Female Male Female Male Female White/Non-Hispanic Black/African American His anic/Latin American Asian American American Indian/Alaskan Native All Others Please indicate by percentage how the ownership of the firm is distributed. WHITE/NON- BLACK/AFRICAN HISPANIC/LATIN ASIAN AMERICAN ALL HISPANIC AMERICAN AMERICAN AMERICAN INDIAN/ OTHERS ALASKAN NATIVE Men % (1 % % % Women % f7 % !7 % % J Is your firm currently certified as a minority, women-owned, disadvantaged or disabled veteran's business enterprise by a public agency? ❑YES ~§NO (If yes, complete the following and attach a copy of your notice of certification.) Agency Expiration Date Agency Expiration Date I declare under penalty of perjury under the laws of the state of California that the above information is true and accurate. I understand that the City reserves the right to audit the above information at any time, and that I will notify the City if there are any changes in this firm's ownership. Aut orized Signature Print Authorized Name and Title Date C:1Do=a a and SetWWVmurz¢1My Docnmena\C[P Projects\Davi.-Be \Smwucpl lnfonnehon on ContacWdoe Annual Curb Ramp Project Federal Requirements Page 2 6. The primary contractor acknowledges and accepts that the "Notice to All Employees", along with the Federal Wage Determination, must be posted for the entire duration of the project. It must be posted in a visible location where the employees do not feel any type of threat to look at it. It cannot be posted inside the office. It must be out in plain view. 7. The primary contractor acknowledges and accepts that if he or his company does not follow the Federal regulations, then the primary contractor can be placed on the debar list and loose their license. 8. The primary contractor acknowledges that the following handouts were provided: a. Notice To All Employees Poster b. Federal Labor Standards Provisions (form HUD-4010) c. A Contractor's Guide to Davis-Bacon Wage Requirements for Federally-Assisted Construction Projects dated June 2006 d. Statistical Information on Contractor X,2rL-,), -,c t" L Contractor Address Telephone Number: 7)d") By: 34~L ZZ Date: Z-Z...tjct Title: ~r-z7 ; c P, t Contractor's signature must be notarized. Attach acknowledgements hereto. ACKNOWLEDGMENT State of Calif nia County o On 417t4 before me, Gti (insert name and title of the offi r) personally appeared _u VI. L / who proved to me on the basis of satisfactory evidence to be the personSs' whose name islafte subscribed to the within instrument and acknowledged to me that he/,tee/they executed the same in his/h6r/Weir authorized capacity(ierg), and that by his/Kr/thtir signature.(.aj' on the instrument the person(p), or the entity upon behalf of which the person(,s'f 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. Signatur INDA ROSE E TEINOII cOMM, 01696449 Z N01ary Public • California o San Bernardino county fd Comm. Ex Tres Sep. 28.20101 (Seal)