Loading...
HomeMy WebLinkAboutProposal - Maple Hill ParkCITY OF DIAMOND BAR NOTICE INVITING SEALED BIDS FOR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D RECEIPT OF PROPOSALS: Proposals will be received until 2:00 pm Pacific Standard Time on or before Thursday, July. 11.2024 for the furnishing of all labor and materials and equipment for the {Describe work} and other incidental and appurtenant work. All bids or proposals shall be submitted through the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal.cfm?CompanylD=39500. At the time of contract award, the Contractor shall possess a State of California Class B Contractor’s License or a combination of Class C Specialty Contractor’s License(s) adequate to perform the work herein described and be registered with the Department of Industrial Relations per California Labor Code Section 1771.1. All subcontractors shall have equivalent licenses for their specific trades. The Contractor and all subcontractors shall have a valid City of Diamond Bar business license prior to commencing any work. The proposals will be publicly opened and read during an online webinar at 2:00 PM. July 11, 2024. Webinar details will be published on the City’s electronic bid management system (PlanetBids) at https://www.planetbids. com/portal/portal. cfm?CompanylD=39500. DESCRIPTION OF WORK: The work to be performed or executed under these plans and specifications consists of and includes new accessible parking stalls, new accessible concrete walks and paving, new playground equipment and wood chip play area, new utility extension for contractor supplied and installed prefab restroom building, new landscaping and irrigation modifications; and other incidental and appurtenant work necessary for the proper construction of the contemplated improvements, as indicated on the project plans for Maple Hill Park Improvements Project. MANDATORY PRE-BID MEETING: All prospective bidders are required to attend a mandatory pre-bid meeting at the project site, 1355 Maple Hill Road, on June 20, 2024, at 9:00 AM. The project team will give a tour of the park and respond to questions. COMPLETION OF WORK: All work shall be completed within (150) working days after the Notice to Proceed is issued by the City. ENGINEER'S ESTIMATE: The Maple Hill Park Improvements Project is estimated to cost $1,949,401, all in accordance with the provisions of the Plans, Specifications, Notices and Instructions to Bidders. OBTAINING CONTRACT DOCUMENTS: Any requests for hardcopy plans, specifications, and all contract documents may be obtained by a public records request at the office of the City Clerk, City Hall, 21810 Copley Drive, Diamond Bar, California 91765. A fee may be assessed for printing, mailing, and other costs to reproduce these records. PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount often percent (10%) of the bid price payable to the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will promptly execute the contract, secure payment of Workmen's Compensation Insurance, furnish a satisfactory Faithful Performance Bond in the amount of one hundred percent l 1293492.1 CITY OF DIAMOND BAR, CALIFORNIA DATE: By: David G. Liu, P.E. Director of Public Works/City Engineer 3 1293492.1 INFORMATION FOR BIDDERS PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, 2021 Edition (with all supplements). All blanks on the bid form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that the bid is received in the proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. 1. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 2. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 3. 4.MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered. The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the total amount shown by the bidder, the correctly added total of the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted bylaw. 5. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed thatthe bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the 6. 4 1293492.1 requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 7. INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall he allow any subcontractor to commence work on this subcontract until all similar insurance issued in compliance with this section shall be issued in the form, and be an insurer of the insurers, satisfactory to and first approved by the City in writing. Certificates of Insurance in the amounts required shall be furnished by the Contractor to the City prior to the commencement of work. 8. The Contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. The Contractor shall maintain public liability insurance to protect said Contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and also to protect said Contractor and the City against loss from liability imposed by law, for damage to any property. Damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $2,000,000 for one person injured in the accident and in the amount of not less than $2,000,000 for more than one person injured in one accident and in the amount of not less than $1,000,000 with respect to any property damage aforesaid. The Contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the Contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payment to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to 5 1293492.1 be made under the contract computed on the basis of the prices stated in the proposal. 9.INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for proposed contract is in doubt as to the true meaning of any part of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract document. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10.DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm partnership, corporation, or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. No award will be made to any bidder who cannot give satisfactory assurance as to his ability to carry out the Contract, both from his financial rating and by reason of his previous experience as a Contractor on work of the nature contemplated in the Contract. The bidder may be required to submit his record of work of similar nature to that proposed under these specifications, and unfamiliarity with the type of work may be sufficient cause for rejection of the bid. 11.INELIGIBLE SUBCONTRACTORS: The successful bidder shall be prohibited from performing work on this project with a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code. 12.AWARD OF CONTRACT: No proposal will be considered from a Contractor who is not licensed as a Class AorB contractor at time of award in accordance with the provisions of the Contractor’s License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The City may award the Contract to the lowest responsible bidder on the total base bid. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the Contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within ninety (90) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Public Contract Code §4104, or engage in 6 1293492.1 the performance of any contract for public work, as defined in the Public Contract Code, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of Labor Code §1771.1 for an unregistered contractor to submit a bid that is authorized by Business and Professions Code § 7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided the contractor is registered to perform public work pursuant to Labor Code § 1725.5 at the time the contract is awarded. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The prime contractor is required to post job sits as prescribed by regulation pursuant to Labor Code § 1771.4 and all contractors must secure the payment of compensation to its employees pursuant to Labor Code § 1869. ALTERNATES: If alternate bids are called for, the Contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any specified alternate(s). 13. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder including qualifications, references, proper licensing, adequate workforce and experience for the performance of the work covered by the proposal. 14. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and regularly engaged in the general class or type of work called for under the contract. A statement setting forth his/her experience shall be submitted by each bidder on the EXPERIENCE STATEMENT form provided. 15. 7 1293492.1 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past five years. Only projects in excess of $500,000 each qualify as similar for this project. Mountain View Park Tennis Courts Construction Project1.Project Title Contract Amount $866,500.00 Park Improvements Jurupa Community Services District Steve Lawson Type of Work Client Phone (951) 727-3524 % Subcontracted 30% Agency Project Manager Date Completed_______06/04/2024 Highland Park - Shadow Rock TRACT 31894 $6,637,357.40 Project Title Contract Amount Type of Work Client Agency Project Manager Date Completed_______ 2. New Park Construction Jurupa Area Recreation & Park District Colby Diuguid 01/23/2023 Phone (951) 361-2090 % Subcontracted 35% Handy Park Maintenance Renovation $1,348,000.00 Park Improvements City of Orange 3.Project Title Contract Amount Type of Work Client Robert Ambriz, Jr.__Phone (714)744-7274 ext. 7283 % Subcontracted 35% Agency Project Manager Date Completed_______10/25/2021 NOTE: If requested by the City, the bidder shaUJurnish a certified financial statement, references, and other information sufficiently compr^hensiv^ to permit an appraisal of his current financial condition. Bidder's Signatu iana Kasbar, President 8 1293492.1 CONSTRUCTIDN Building the Foundation for our Future CA License No. 927544 | Classifications: A, B, C-27, C-10 COMPLETED PROJECTS Merced Avenue Linear Park and Water Line Improvements 3020 Merced Avenue, El Monte, CA 91733 City of El Monte 11333 Valley Blvd., El Monte, CA 91731 Kevin Ko 626-580-2058 kko@elmonteca.gov Street Renovation and New Median Park Construction $2,843,252.00 $3,668,016.54 June 12, 2024 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Mountain View Park Tennis Courts Construction Project 14444 Selby Avenue, Eastvale, CA 92880 Jurupa Community Services District 13820 Schleisman Road, Eastvale, CA 92880 Steve Lawson 951-727-3524 slawson@jcsd.us Existing Park Renovation $866,500.00 $927,594.41 June 4, 2024 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Garden Grove Complete Streets Garden Grove Blvd., Edwards St., and Trask Ave., Westminster, CA 92683 City of Westminster 8200 Westminster Boulevard, Westminster, CA 92683 Theresa Tran 714-548-3464 ttra n @ westm i nster-ca.gov Street Renovation and New Medians Construction $5,231,249.50 $5,231,249.50 October 19, 2023 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Page | 1 CONSTRUCTION Building the Foundation for our Future CA License No. 927544 | Classifications: A, B, C-27, C-10 Layne Park Revitalization 120 North Huntington Street, San Fernando, CA 91340 City of San Fernando 117 Macneil Street, San Fernando, CA 91340 Julian Venegas 818-898-7381 jvenegas@sfcity.org Existing Park Renovation $1,394,561.00 $1,394,561.00 July 12, 2023 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Highland Park - Shadow Rock TRACT 31894 Sierra Ave. and 20th St., Jurupa Valley, CA 92509 Jurupa Area Recreation & Park District 8621 Jurupa Road, Jurupa Valley, CA 92509 Colby Diuguid 951-361-2090 colby@jarpd.org New Park Construction with Two Pocket Parks $6,637,357.40 $6,654,896.41 January 23,2023 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: EEMP Median & Side Panel Turf Replacement Imperial Highway, Rosecrans Ave., & Firestone Blvd., Norwalk, CA 90650 City of Norwalk 12700 Norwalk Blvd., Norwalk, CA 90650 Christine Roberto 562-929-5708 croberto@norwalkca.gov Median Improvements $223,706.00 $245,896.42 September 30, 2022 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Page | 2 CONSTRUCTIDN Building the Foundation for our Future CA License No. 927544 | Classifications: A, B, C-27, C-10 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: West Haven Park Renovation 12252 West Street, Garden Grove, CA 92840 City of Garden Grove 11222 Acacia Parkway, Garden Grove, CA 92840 Carina Dan 714-741-5346 carinad@ggcity.org Park Renovation $634,835.00 $698,318.50 August 25, 2022 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Marconi Park Football Field Renovation & Site Improvements Lee Avenue & Verbena Road, Adelanto, CA 92301 City of Adelanto 11600 Air Expressway, Adelanto, CA 92301 Saba Engineer 818-522-7966 sengineer@adelantoca.gov Football Field Renovation $612,700.00 $613,158.30 August 24, 2022 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: River Road Median Landscape Improvements On River Road from Corydon St. to N. Lincoln Ave., Corona, CA 92880 City of Corona 400 S. Vicentia Avenue, Corona, CA 92882 Tracy Martin 951-232-0438 tracy.martin@coronaca.gov Median Landscape Improvements $439,889.80 $460,213.35 June 23, 2022 Page | 3 CONSTRUCTION Building the Foundation for our Future CA License No. 927544 | Classifications: A, B, C-27, C-10 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Gabion PA-16 Park (Summit at Rosena) On Summit Ave. between Citrus Ave. & Sierra Ave., Fontana, CA 92336 Lennar Homes of California 980 Montecito Drive, Corona, CA 92879 Carey Adams 951-903-8732 carey.adams@lennar.com New Park Construction $1,094,902.59 $1,202,645.27 February 10, 2022 Mendez Tribute Memorial Park N/E Corner of Westminster Blvd. and Olive Street, Westminster, CA 92683 City of Westminster 8200 Westminster Blvd., Westminster, CA 92683 Tuan Pham 714-548-3456 tpham@westminster-ca.gov Park Improvements $701,544.25 $800,934.68 November 23, 2021 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Handy Park Maintenance Renovation 2143 E. Oakmont Avenue, Orange, CA 92867 City of Orange 300 East Chapman Avenue, Orange, CA 92866 Robert Ambriz, Jr. 714-744-7274 ext. 7283 rambriz@cityoforange.org Park Improvements $1,348,500.00 $1,528,755.28 October 25, 2021 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Page | 4 C □ N STRUCTI O M Building the Foundation for our Future CA License No. 927544 | Classifications: A, B, C-27, C-10 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Lincoln Avenue Median Restoration Lincoln Ave from Bloomfield Ave to Valley View St., Cypress, CA 90630 City of Cypress 5275 Orange Avenue, Cypress, CA 90630 Alexandru Bangean 714-229-6694 Abangean@cypressca.org Landscape / Median Construction $693,837.50 $798,766.89 February 18, 2021 Landscape Improvements East of Sierra Avenue N/E Corner of Sierra Avenue and Tierra Vista Drive, Fontana, CA 92336 City of Fontana 8383 Sierra Avenue, Fontana, CA 92335 Robert Eisenbeisz 909-295-3142 reisenbeisz@interwestgrp.com Landscape Improvements $506,092.00 $617,150.49 April 2, 2021 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Yucaipa Regional Park RV Camping Modular Shower/Restroom 33900 Oak Glen Road, Yucaipa, CA 92399 County of San Bernardino 385 North Arrowhead Avenue, San Bernardino, CA 92415 Vasilis Tsangarides 909-361-8786 Vasilis.Tsangarides@res.sbcounty.gov Park Improvements $318,500.00 $350,300.00 April 8, 2021 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Page|5 COM STRU CXI O N Building the Foundation for our Future CA License No. 927544 | Classifications: A, B, C-27, C-10 Palm & Muscupiabe Drive Medians Landscape Improvement Palm Avenue, San Bernardino, CA 92405 City of San Bernardino 290 North D Street, San Bernardino, CA 92401 Saba Engineer 909-384-5284 engineer_sa@sbcity.org Landscape / Median Construction $668,000.00 $668,000.00 January 25, 2021 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: West Coast Hwy Median Landscaping Phase 2 Pacific Coast Highway from 61st Street to Newport Blvd., Newport Beach, CA City of Newport Beach 100 Civic Center Drive, Newport Beach, CA 92660 Patrick Arciniega 949-644-3347 Parciniega@newportbeachca.gov Landscape / Median Construction $975,350.50 $1,150,095.49 September 8, 2020 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Sierra Crest Park Improvements 4860 Condor Ave., Fontana, CA 92336 City of Fontana 8383 Sierra Avenue, Fontana, CA 92335 Ricardo Garay 909-350-7619 rgaray@fontana.org Park Improvements $1,960,014.00 $1,994,811.42 March 27, 2020 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Page|6 COM STRUCTI O N Building the Foundation for our Future CA License No. 927544 | Classifications: A, B, C-27, C-10 Riverbend Park 11793 Confluence Dr., Jurupa Valley, CA 91752 Lennar Homes of California 980 Montecito Drive, Corona, CA 92879 Brian King 949-428-1400 brian.king@lennar.com Park Improvements $3,713,038.82 $4,775,856.74 March 6, 2020 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Oak Knoll Park Restroom Replacement 5700 Orange Ave., Cypress, CA 90630 City of Cypress 5275 Orange Avenue, Cypress, CA 90630 Nick Mangkalakiri 714-229-6729 nmangkalakiri@cypressca.org Park Improvements $318,500.00 $364,670.14 February 28, 2020 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Water Efficient Medians El Toro Road between Calle Sonora & Moulton Pkwy., Laguna Woods, CA 92637 City of Laguna Woods 24264 El Toro Road, Laguna Woods, CA 92637 April Baumgarten 949-639-0568 abaumgarten@cityoflagunawoods.org Median Improvements $254,747.10 $254,747.10 February 6, 2020 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Page|7 COM STRU CXI O N Building the Foundation for our Future CA License No. 927544 | Classifications: A, B, C-27, C-10 Los Serranos Park 4849 Bird Farm Rd., Chino Hills, CA 91709 City of Chino Hills 14000 City Center Drive, Chino Hills, CA 91709 Mark Raab 909-364-2746 mraab@chinohills.org Park Improvements $3,688,324.92 $3,905,472.24 November 18, 2019 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Trail Connection for Deadmans Curve (Conestoga Trail) Rancho Palos Verdes, CA City of Rancho Palos Verdes 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90278 James O'Neill 310-544-5247 joneill@rpvca.gov Trail Connection / Improvements $346,415.00 $343,356.02 November 2, 2019 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Joe Sampson Park 650 W. Randall Ave., Rialto, CA 92376 City of Rialto 150 South Palm Avenue, Rialto, CA 92376 Ted Rigoni 909-820-2651 trigoni@rialtoca.gov Park Improvements $5,147,000.00 $5,323,556.56 February 26, 2019 Project Name: Project Address: Owner: Owner Address: Owner's Representative: Phone Number: Email: Brief Description of Work: Contract Amount: Final Amount: Date Completed: Page|8 COM SXRU CXI a N Building the Foundation for our Future CA License No. 927544 | Classifications: A, B, C-27, C-10 July 11, 2024 City of Diamond Bar 21810 Copley Drive Diamond Bar, CA 91765 Maple Hill Park Improvement Project (PF23506D) July 11, 2024 2:00 PM PROJECT: BID DATE: BID TIME: Bidder's Statement of Financial Responsibility. Technical Ability & Experience KASA Construction Inc. would like to thank the selection committee for their thorough evaluation and consideration of our proposal in identifying the most qualified Offeror for the subject project. KASA Construction, Inc. carries an A, B, C- 27 and C-10 licenses and employs both certified and licensed QSD's/QSP's and pesticide applicators, respectively in- house. Furthermore, KASA Construction, Inc. has successfully completed a multitude of public works projects ranging from as low as $100,000 and in excess of $5,000,000 for public entities such as Caltrans, San Bernardino Associated Governments, United States Army Corps of Engineers and numerous Cities across southern California as well as real estate developers such as Lewis Community Developers and Stratham Communities. It is with great satisfaction that I proclaim that each and every project taken on by our firm has been completed to the Agency's satisfaction within budget, in compliance with all labor laws and regulations and on schedule, if not sooner. To date, no arbitration has been made necessary nor have we become subjected to liquidated damages on any given project executed by our firm. KASA Construction Inc. is very financially stable and is backed by our term relationships with our Bond Agents, Surety companies, Bankers and a large line of credit provided by KASA's banking institution which has never been used since KASA's existence. How the Scope of Work and Services will be accomplished: Our excellent history in project execution and delivery is attributable to our thorough review of the contract documents, understanding of the full scope of work and establishment of the project's execution approach prior to furnishing any bid coupled with the expedited establishment of project controls, resource planning, procurement strategy and implementation following award of any project. As it pertains to the subject project, the enclosed proposal is based on our thorough review of the contract documents and understanding of the scope of work. KASA's project management staff will request submittals for all materials being incorporated into the work and submit for the Agency's review and approval immediately following the award of contract to ensure that any delays attributable to material procurement are entirely avoided; orders are placed immediately following receipt of approved submittals and scheduled in accordance with the construction schedule which is submitted to the Agency prior to commencement of construction. The project is staffed according to the activities being performed and is supervised by a full-time on-site Superintendent, the off-site General Superintendent and the Project Manager. Prior to mobilization, KASA will take photographs and video record of all existing onsite conditions for the protection of all involved parties. 15148 Sierra Bonita Lane, Chino, California 91710 Phone: (909) 457-8260 Fax: (909) 457-8261 | www.kasaconstruction.com COM STRUCTI O N Building the Foundation for our Future CA License No. 927544 | Classifications: A, B, C-27, C-10 How unanticipated situations will be managed: There are circumstances wherein an unanticipated situation or unforeseen condition may inadvertently and inevitably pose a time and/or cost impact on a given construction project. The proper planning and execution of construction may serve to reduce the potential of being exposed to unanticipated situations, however the prompt notification and proper assessment of, as well as the timely action to any unanticipated situation or unforeseen condition is the necessary to mitigate any time and/or cost impacts posed by any given circumstance. Unanticipated situations and unforeseen conditions are immediately brought to the Agency's attention upon discovery. In attempt to expedite resolution, the conditions are assessed by KASA and discussed with the Agency prior to taking any action. Once resolution is agreed upon or made, it is solidified in writing by and between the Agency and KASA, at which point action is taken as necessary to continue with construction; any resolution that can be made without having a time or cost impact on the project is favorable to both parties and preferred by KASA. We look forward to the successful execution and delivery of the Maple Hill Park Improvement Project to your Agency. Should you have any questions or comments, do not hesitate to contact me at any time. S iVcere IV, Sam KasbBr yipe President lO^SA Construction, Inc. 15148 Sierra Bonita Lane, Chino, California 91710 Phone: (909) 457-8260 Fax: (909) 457-8261 | www.kasaconstruction.com Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than five (5) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1. The Contractor shall have been in business under the same name and California Contractors License for a minimum of five (5) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2 License classification shall be as required by the contract specifications. 3. The Contractor shall perform at least 50% of contract with its own forces. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any subcontractor who will perform work exceeding 1/2 of 1% of the prime contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with the bid. Any other information regarding the foregoing subcontractors that is required by City to be submitted may be submitted with the bid, or may be submitted to City up to 24 hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the initial submission of bid. 16. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require 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." The form of such certificate is included as part of the contract documents. 17. BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 18. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written 19. 9 1293492.1 notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re-advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. 20."OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 21.EMPLOYMENT OF APPRENTICES: The Contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 22. WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file with the Department of Industrial Relations, Division of Labor Statistics and Research. 23. PERMITS. FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. Any work required within Caltrans right-of-way will require a separate permit to be obtained by the Contractor. The Contractor shall obtain a no-fee Encroachment Permit from the City of Diamond Bar prior to the start of any work. 24. 10 1293492.1 TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete the project within ONE HUNDRED FIFTY (150) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of five hundred dollars ($500.00) for each calendar day thereafter. 25. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Bidder, the City will conduct a reasonable review of the Claim and provide the Bidder with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. 26. If the Bidder disputes the City's written statement or if the Claim is deemed rejected, the Bidder may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Bidder with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with Section 9204(c)(2)(B), unless the Bidder and City waive the mediation upon mutual written agreement. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction and services by sub-recipients, the conflict-of-interest provisions in (State LCA-24 CFR 85.36 and Non-Profit Organizations - 24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub­ recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 27. 11 1293492.1 BIDDER'S PROPOSAL CITY OF DIAMOND BAR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D Date July 11 . 2024 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a)That the only persons or parties interested in this proposal as principals are the following: KASA Construction, Inc. - A Corporation Diana Kasbar - President / Treasurer \aZSam Kasbar - Vice President / Secretar (If the bidder is a corporation, give the \narkie of the corporation and the name of its president, secretary, treasurer, and manager. If a co-partnership, give the name, under which the co-partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) That this proposal is made without collusion with any person, firm orcorporation. That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. That, if this bid is accepted, he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. (b) (c) (d) (e) (0 (g) 12 1293492.1 Accompanying this proposal is a certified or cashier's check oi(bjdder's bond)payable to the order of the City of Diamond Bar in the sum of 10% Total Amount Bid DOLLARS ($__*_). *10% Total Amount Bid Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. 15148 Sierra Bonita Lane (909) 457-8260 elephone of BiddAddress of Bidder Chino, CA 91710 "^nature of Bidder Diana Kasbar< President Zip CodeCity 13 1293492.1 CERTIFICATE OF CORPORATE RESOLUTION Of KASA CONSTRUCTION INC. President of KASA CONSTRUCTION INC., organized and existing under the laws of the State of California and having its principal place of business at___ 15148 Sierra Bonita Lane. Chino. CA 91710 DIANA KASBARI, hereby certify that the following is a true copy of a resolution adopted by the Board of Directors of the Corporation at a meeting convened and held on at which a quorum was present and voting throughout and that such resolutionNOVEMBER 09. 2021. is now in full force and effect and is in accordance with the provisions of the charter and by-laws of the Corporation. RESOLVED : That the DIRECTORS are hereby authorized and directed to certify to any interested party that this resolution has been duly adopted, is in full force and effect, and is in accordance with the provisions of the charter and by-laws of the Corporation. FURTHER RESOLVED, none at this time. I further certify that this Corporation is duly organized and existing, and has the power to take the action called for by the foregoing resolution. DIRECTORS 1 /, C<it-'t-11-09-21DIANA KASBA DatePresident\ K 11-09-21SAM KASBA, DateVice President L 11-09-21SAM KASBAR r~ DateSecretary1 11-09-21DIANA KASBfyRs- Treasurer Date qthWitness my hand seal of this Corporation on this day of November .2021 . BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D 14 1293492.1 Estimated Quantity AmountUnitUnit PriceItem No.Description 110,000 110,000Mobilization/Overhead & Profit 1 Allow1 2SSSm__________________________ 2 Site & Building Demolition I <80,000i 80,0001LS Earthwork ___ 55,00055,0003AllowCut and Fill / Over Excavation 1 ________Site Work Wmm I0 23,1X0 %ons U.V70 7 ,°LQO 2,312 SFConcrete Walkway (Broom Finish)4 12-SFConcrete Walkway (Retarded Finish)1,5375 e°iLFRetaining Wall at Handicap Ramp 1026 31SF370Ramp at Tot-Lot7 1,800EAADA Ramp In To Tot-Lot 8" x 18" Play Area Curb 18" Deep Play Area Mulch 12" Concrete Banding 18" Concrete Banding at Tot-Lot Concrete Handicap Ramp at Handicap Parking Stalls w/ Tact Tile Strip 3' Rock Cobble Banding 18 LF549 7SF Z8,50i~ i (ot^aso 4,07210 34LF43411 46 1,8 °\0LF4212 2 0,000LS1 2 0,ooO A JOS l/ZOO 2^2,0 42,000 13 15SF60714 1,300LS6" Concrete Curb at Ramp 6" Concrete Mow Curb 115 73 LF16 LFGalvanized Steel Guard Rail at Parking Lot Galvanized Steel Guard Rail / Handrail at Tot-Lot Ramp 200 2IQ17 210123LF 2S ,83018 3,150 3,000 is, 000 2 EA lctZOO <0,000 Galvanized Steel Handrail at Tot-Lot Existing Stairs Galvanized Steel Handrail at basketball Steps Galvanized Steel Guard Rail / Handrail at basketball Ramp 19 EA220 LS1 18,00021 5,000LSHandicap Parking Striping Ramp at Basketball Court 122 8,288 5,+OO [O, too 286 SF23 24 22.5 10,100 LF24Concrete Stairs at Basketball Court24 LS1Resurface Basketball Court25 ■ _______Site Amenities iaSSii SHI SHO.OOi a, ocx> l, 500 3,000 580,000 J 2,000 8,000 %000 EA1Prefabricated Restroom Building Drinking Fountain Concrete Park Bench Concrete Trash Receptacle 26 ■EA127 6 EA28 EA329 ::Play Equipment ____ frtsrcfU 2,25,000 LS 225,000130 Play Equipment Drainage : :__— 10,200 s.ono LF 502066" HDPE Pipe31 I35LF426" HDPE Perforated Pipe w/ Sock 3/4" Drainage Rock at Sump Filter Fabric UnderWood Mulch 6" Round Drain Inlet 32 CY zoo1433 I ACT7LSF4,07234 1,200 2500 52 EA235 7,000 8)108 EA218" Square Drain Inlet 18" Concrete "V" Gutter 36 LF7937 Utilities 2SO 8,22o 8,000 4-6175LFDomestic Water Line Irrigation Water line Electrical Sewer Line Sewer Cleanout 38 (08LF11839 SOLF540 I3SLF3241 7,0003EA42 8 joo IZ, OOP I Q,OQO [[,000 i LOOO 17,000 New Backflow Preventer w/ Cage \<o,ZOO \Z,OOQ 43 2 EA Electrical Meter 1 EA44 [0,000 11,000 11,000 11,000 LS45Electrical Pannel 1 Walkway Light Pannel LS461 Tennis Court Light Pannel LS147 New Domestic Water Meter 1 LS48 Landscape & Irrigation System YL 10<Kt9GO YLjQQO ^S75 [8,180 5,^0 5,015 3,27k 9,150 SFIrrigation System49 [7^000Irrigation Controller - Calescence CS3000 EA150 SF9,150Fine Grading <2J5£51 onsSF9,15052Soil Amendments SF7,512 Z-SQSod - Marathon II53 3a183EA1 Gallon Shrubs54 3597EA5 Gallon Shrubs55 nsEA724" Box Trees56 1,638 SF2" Wood Mulch57 MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)-* TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): One, cWm y h/isVij 'ThotA^ci^sL; <-~v'uvy Y?alAcj^ astfi f-r&y C&rcfa Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Bidder's BondAccompanying this proposal is (Insert "$cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. 07/11/2024KASA Construction, Inc. 7 iNAT /kast DATEURE asbar, President SIGN Diana NAME OF BIDDER (PRINT) 15148 Sierra Bonita Lane ADDRESS (909) 457-826091710Chino, CA TELEPHONEZIP CODECITY 17 1293492.1 # 927544 STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION Class: A, B, C-10, C-27 I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business Sessional Code Section 7028.15.and -Diana Kasbar, President CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER 18 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE 07/11/2024 Maple Hill Park Improvement Project PROJECT NO. PF23506DPROJECT Maple Hill Park, 1355 Maple Hill Road, Diamond Bar, CA 91765LOCATION City of Diamond Bar KASA Construction, Inc. CLIENT CONTRACTOR Specific DescriptionPercentName Under Which Subcontractor is Licensed License Address ofofofNo. SubcontractPlace of Business Total Contract & DIR No. 2losd<°Hcundy-gi/s°130 OffO-ts's (SLog~e4~ La Urt/bm. (A 106*31 5.2. V.C&Aipusij t djno. 1000004678 msd et Mcri«o sh; CA 4Z335 PJayTed’ Lof Pres,U747S 2 .S% IOOOOO Z37V- (jncrAv (fad PqA/iny, dnc. %<b345 I3VY- 5- ^ % Levy BeeCA 9o8Q\L Co/lGrerh. \00OOO%3ZS IV2W Bank t%&<sdycasyi MVon Kom4ex-y TAc.15.5% (Zeudj Rosebu^y^ OP <?7 woI000002S8Z 74-350?FEC £ie<4wc,760 ggH- S-duasA- Avenue,, (ZhAJq^ZS' C/H237+ E/ec4rVcalz.z%ZEnc. (000004450 (CUrdr404-352.(^Ir^rviCi /4-CI f\)o/-4AAc^og- Qr^cJd. AT 8620/ o.sVo 10000022.50 * In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor license of each Subcontractor - who will perform work or labor or 19 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE 07/11/2024 Maple Hill Park PROJECT Improvement Project PROJECT NO. PF23506D Maple Hill Park, 1355 Maple Hill Road, Diamond Bar, CA 91765LOCATION CLIENT City of Diamond Bar__________ CONTRACTOR KASA Construction, Inc. Name Under Which Subcontractor is Licensed License Address Percent Specific Description of of ofNo. Place of Business Total Contract Subcontract& DIR No. * In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor license of each Subcontractor - who will perform work or labor or 19 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE 07/11/2024 Maple Hill Park PROJECT Improvement Project PROJECT NO. PF23506D Maple Hill Park, 1355 Maple Hill Road, Diamond Bar, CA 91765LOCATION CLIENT City of Diamond Bar CONTRACTOR KASA Construction, Inc. Name Under Which Subcontractor is Licensed License Address Percent Specific Description No.of of of &Place of Business Total Contract Subcontract DIR No. * In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor license of each Subcontractor - who will perform work or labor or 19 1293492.1 render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor’s total base bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5%)of the Prime Contractor’s total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1.The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 2. The contractor is aware of California Public Contract Code Section 6109, which states:3. (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the 4. 20 1293492.1 foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of (place of execution). July 11,2024 , 201 Chino, CA 91710at_) rr 1 Signature Name: Diana Kasbar Title: President KASA Construction, Inc.Name of Contractor: 21 1293492.1 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? XNOYES If the answer is yes, explain the circumstances in the following space:N/A STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire- Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. NOTE: 22 1293492.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD PF23506DProject Identification Maple Hill Park Improvement Project 07/11/2024Bid Date This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 5 CALENDAR YEARS PRIOR TO CURRENT YEAR CURRENT YEAR 2021 TOTAL2019 2020 2022 2023 8 9 7 41 898No. of Contracts Total dollar amount $9 $12.7 Million $16.3 Million $18.5 Million $12.5 Million $7 $57.5 MillionofMillionMillioncontracts (in 1,000’s) No. of lost workday cases 00 0 00 00 No. of lost work day cases involving permanent transfer to another job or termination of employment No. of lost workdays 0 000000 0 000000 *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. 1/1 -Diana Kasbar, PresidentKASA Construction, Inc. Signature / # 927544 Class: A, B, C-10, C-27 State Contractor’s Lie. No. & Class (909) 457-8260 Telephone Name of Bidder (Print 15148 Sierra Bonita Lane Address Chino, CA 91710 Zip CodeCity 23 1293492.1 Not Applicable - KASA Construction, Inc. is a Corporation. AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is a member of the co-partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co­ partnership by who constitute the other members of the co-partnership. Signature Subscribed and sworn to before me this day of , 20. Signature of Officer Administering Oath (Notary Public) 24 1293492.1 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Diana Kasbar being first duly sworn, deposes and says: That he is President KASA Construction, Inc.of, a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature 0ja!Kasbar, President Subscribed and sworn to before me this , 20.day of Please see attached. Signature of Officer Administering Oath (Notary Public) 25 1293492.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) San Bernardino ) On 7/n/?n?4 before me,Hector Zavala, Notary Public Here Insert Name and Title of the OfficerDate Diana Kasbarpersonally appeared Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hani fd official seal.1• ••<*»****^ HECTOR IAVALA Notary Public - California San Bernardino County 1 V'CieTX''/ Commission # 2382862 j My Comn. Expires Nov 12. 2025 J Of \Jm Signaturei Signature of Notary Public Place Notary Seal Above ---------------------------------------------------------------OPTIONAL---------------------------------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:_______ Number of Pages: Capacity(ies) Claimed by Signer(s) Signer’s Name:_________________ □ Corporate Officer — Title(s):____ □ Partner — □ Limited □ General □ Individual □ Trustee □ Other:__ Signer Is Representing: Document Date: Signer(s) Other Than Named Above: Signer’s Name:__________________ □ Corporate Officer — Title(s):____ □ Partner — □ Limited □ General □ Individual □ Trustee □ Other: _ Signer Is Representing: □ Attorney in Fact □ Guardian or Conservator □ Attorney in Fact □ Guardian or Conservator ©2014 National Notary Association • www.NationalNotary.org • 1 -800-US NOTARY (1 -800-876-6827) Item #5907 Not Applicable - KASA Construction, Inc. is a Corporation. AFFIDAVIT FOR INDIVIDUAL BIDDER )STATE OF CALIFORNIA )SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. , Signature Subscribed and sworn to before me this , 20.day of Signature of Officer Administering Oath (Notary Public) 26 1293492.1 Not Applicable - KASA Construction, Inc. is a Corporation. AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this , 20.day of Signature of Officer Administering Oath (Notary Public) BOND No. 27 1293492.1 Not Applicable at this time. FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful performance of the Contract. NOW, THEREFORE, we the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of in lawful), this amount being not less than the total contract price, money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Dollars ($ THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and covenants, conditions and agreements in the Contract and any alteration thereof made as therein provided, on the Principal's part to be kept and performed, all within the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and hold harmless City, its officers, agents, and others as therein provided, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work 28 1293492.1 Not Applicable at this time. to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: Surety'Principal By:By: ItsIts By:By: ItsIts Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal)(Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By: Insurance Administrator BOND No. 29 1293492.1 Not Applicable at this time. PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (City), has awarded to__________________________________________________________ (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of____________________________________ Dollars ($.), this amount being not less than one hundred (100%) of the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors, or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition, or modification to the terms of the Contract or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the 30 1293492.1 Not Applicable at this time. specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated Surety'Principal By:By: ItsIts By:By: ItsIts Notary Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal)(Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By: Insurance Administrator BOND No. 31 1293492.1 CCD N STRU CTI CD l\l 15148 Sierra Bonita Lane, Chino, CA 91710 I P: 909.457.8260 I F: 909 457.8261 LETTER OF TRANSMITTAL City of Diamond Bar 21810 Copley Drive Diamond Bar, CA 91765 Office of the City Clerk TO:PRJCT #:: PF23506DDATE:7/10/2024 CONTRACT NO.: PROJECT:Maple Hill Park Improvement ProjectATTN: WE ARE SUBMITTING THE ENCLOSED: | | SHOP DRAWINGS Q EQUIPMENT DATA | | SAMPLES | | PRINTS SUBMITTALS ] MATERIAL DATA ] CHANGE ORDER ]SUBCONTRACT X Ibidder's BOND | | CERTIFICATES OF COMPLIANCE [ ] INSURANCE CERTIFICATES PLANS FOR YOUR: ] APPROVAL |~X~| INFORMATION COPIES FOR OUR RECORDSPLEASE RETURN 0 CONTRACT REFERENCE SPEC SECTION OR DRAWING SHEET NO. NO. OF COPIES NOTESDESCRIPTION OF ITEMITEM NO. Original Bid Bond 11 REMARKS: __________________________________ NAME/SJ0lOfrURE OF CONTRACTOR John Wilson RECEIPT CONFIRMATION: Signature:Print Name: Date:7/10/2024 BID BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (“City”), has issued an invitation for bids for the work described as follows: MAPLE HILL PARK IMPROVEMENTS PROJECT Project No. FP23506D KASA Construction, Inc.WHEREAS 15148 Sierra Bonita Lane, Chino, CA 91710 (Name and address of Bidder) ("Principal”), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and__ Liberty Mutual Insurance Company 175 Berkeley Street, Boston, MA 02116 (Name and address of Surety) ("Surety”) a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of__________________________ Ten Percent of the Total Amount Bid ), being not less than ten percent (10%) of the total bid price, in lawfulDollars($ money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. 10% THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. 32 \ 293492.1 IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. July 1,2024Dated: 'Surety" Liberty Mutual Insurance Company Principal" KASA Construction, Inc. C2-^ Its lb.' B’ Lisa Sayno, Attorney-In-FactItsfa'Aft By: Its:s y\A Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. * 1912 n 'r\*, fp o Seal No. 5700 (Seal)(Seal) V 331293492.1 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in hie manner and to the extent herein stated. Liberty Mutual. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Certificate No: 8209562-024103 SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS; That The Ohio Casualty Insurance Company is a corporation duly organized under the taws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Jase______ Hamilton, Jeffrey W. Cavignac, Judith Samuel, Lisa Cruz, Lisa Say no, Oliver Craig, James P. Schabarum, II each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons, IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this i 3th day of state of CAall of the city of San Diego March ■ 2023 . Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company i( 1991 kI 1919 Wo S/r Wen) * 1912 Ox* x»/P< v? * Sfi ■AAA2.</>“ £in 0 g 80By: c <♦«- c c o E c David M. Carey, Assistant Secretaryro4-T W =6 Sj 2 05 o <u o-| , <0 «D > ^ CO State of PENNSYLVANIA County of MONTGOMERY On this 13th day of__ Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 3ss gs, 2023 before me personally appeared David M. Carey, who acknowledged himself to be tee Assistant Secretary of Liberty Mutual InsuranceMarch 4j~ JQ cr J2 3 <3IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.OP?-T> C-JX §2 _ k_ Q) O oC ro clO v3 r Commonwealth of Pennsylvania - Notary Seal Teresa Pasteila, Notary Public Montgomery County My commission expires March 28.2025 Commission number 1126044 tf/kuA*) JLtdt+j Teresa Pasteila, Notary Public <52'5 S £ 2 a) to 5°?OCNo.£>s°? 50 ro = •k/ a f By:w jv Member. Pennsylvania Association of Notartes0) ** CD gro £ tSo.£ !!js £ 2 -a >. « c•2 2 o 5Z o This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in foil force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for teat purpose in writing by tee Chairman or tee President, and subject to such limitation as tee Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of tee Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to tee limitations set forth in their respective powers of attorney, shall have full power to bind tee Corporation by their signature and execution of any such instruments and to attach thereto tee seal of tee Corporation. When so executed, such instruments shall be as binding as if signed by tee President and attested to by tee Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, tee Chairman, tee President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of tee Company authorized for teat purpose in writing by the chairman or the president, and subject to such limitations as tee chairman or tee president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of tee Company to make, execute, seal, acknowledge and delivef as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to tee limitations set forth in teeir respective powers of attorney, shall have full power to bind tee Company by teeir signature and execution of any such instruments and to attach thereto tee seal of the Company, When so executed such instruments shall be as binding as if signed by tee president and attested by the secretary. Certificate of Designation - The President of tee Company, acting pursuant to tee Bylaws of tee Company, authorizes David M, Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of tee Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of tee Company's Board of Directors, tee Company consents teat facsimile or mechanically reproduced signature of any assistant secretary of tee Company, wherever appearing upon a certified copy of any power of attorney issued by tee Company in connection with surety bonds, shall be valid and binding upon tee Company with tee same force and affect as though manually affixed. I, Renee C, Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American insurance Company do hereby certify teat tee original power of attorney of which tee foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1st day of of 1919 )o x&z * <0?o o JO ro o JQ U- CL iHli., 2024 . S( 1991A Si y. mst,<e2v *{ 1912>* \* i VA? o o y SI By: Renee C. Llewellyn. Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 Bf Liberty Mutual.Liberty Mutual Surety 1001 4th Ave Ste 3800 Office: 206-473-3533SURETY As part of its business continuity efforts during the pendency of the COVID-19 pandemic, Liberty Mutual Insurance Company (“LMIC”) on behalf of itself and the companies listed below has authorized its Attorneys-in-Fact to affix its corporate seal for surety obligations in a digital format in lieu of its traditional raised seal to any bond issued on its behalf by any such Attorney-in-Fact: Liberty Mutual Insurance Company Liberty Mutual Fire Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Safeco Insurance Company of America American States Insurance Company Please note that the digital seal utilized by our authorized agents will also include their agency specific reference number. LMIC agrees and affirms on behalf of itself and the other companies listed herein, that the digital corporate seal referenced above has the same binding effect when affixed to a bond or a Power of Attorney document as if it were a raised corporate seal. Effective this 23rd day of March, 2020. By: Renee C. Llewellyn, Assistant Secretary CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of San Diego iiiL personally appeared Lisa Sayno__________________________________________, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)(Ts}lare subscribed to the within instrument and acknowledged to me that he/£jr|fthey executed the same in his^ge^their authorized capacity(ies), and that by his(ReT)ftheir signature^) on the instrument the personfe-), or the entity upon behalf of which the person(a) acted, executed the instrument. } 01 2024 before me, Judith Samuel. Notary Public ('Here insert name andf'title"ofthe officer) On I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. I JUDITH SAMUEL Commission No. 2452311 > NOTARY PUBLIC - CALIFORNIA ? SAN OIEGO COUNTY T Commission Expires July 4,2027 f WITNESS my hand and official seal.0 (Notary Public Seal)fotary Public Signature INSTRUCTIONS FOR COMPLETING THIS FORMADDITIONAL OPTIONAL INFORMAT ON This form complins with current California statutes regarding notary wording and, if needed, should be completed and attached to the document, Acknowledgments from other stutes may he completed for documents being sent to that stale so long as the wording does not require the California notary to violate California notary law. • Stale and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signers) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they;- is hum ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. ❖ Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a di fferent document. ❖ Indicate title or type of attached document, number of pages and date. ❖ Indicate the capacity claimed by the signer, if the claimed capacity is a corporate officer, indicate the title (i.e. CEO. CFO, Secretary). • Securely attach this document to the signed document with a staple. DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Document Date.Number of Pages CAPACITY CLAIMED BY THE SIGNER □ Individual (s) □ Corporate Officer -----rntii) □ Partner(s) □ Attorney-in-Fact □ Trustee(s) Other_______□ 2015 Version www.NotaiyClasses.com 800-873-S665 CIVIL CODE §1189CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. )State of California County of San Bernardino ) Hector Zavala, Notary Publicbefore me,On 7/10/20 ?.d. Here Insert Name and Title of the OfficerDate Diana Kasbar and Sam Kasbarpersonally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hamfm official seal.hector Zavala & Notary Public • California p San Bernardino County V Commission # 2382862 Vs My Comm. Expires Nov 12, 2025 Ii \13 Signature mature of Notary Public Place Notary Seal Above --------------------------------------------------------------OPTIONAL--------------------------------------------------------------- Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:_______ Number of Pages: Capacity(ies) Claimed by Signer(s) Signer’s Name:_________________ □ Corporate Officer — Title(s):____ □ Partner — □ Limited □ General □ Individual □ Trustee D Other:__ Signer Is Representing: Document Date: Signers) Other Than Named Above: Signer’s Name:__________________________ □ Corporate Officer — Title(s):_____________ □ Partner — □ Limited □ General □ Attorney in Fact □ Guardian or Conservator U Attorney in Fact □ Guardian or Conservator □ Individual □ Trustee □ Other: _ Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CERTIFICATE OF CORPORATE RESOLUTION Of KASA CONSTRUCTION INC. President of KASA CONSTRUCTION INC., organized and existing under the laws of the State of California and having its principal place of business at___ , hereby certify that the following is a true copy of a resolution adopted by the Board of Directors of the Corporation at a meeting convened and held on at which a quorum was present and voting throughout and that such resolution DIANA KASBARI, 15148 Sierra Bonita Lane. Chino. CA 91710 NOVEMBER 09, 2021, is now in full force and effect and is in accordance with the provisions of the charter and by-laws of the Corporation. RESOLVED : That the DIRECTORS are hereby authorized and directed to certify to any interested party that this resolution has been duly adopted, is in full force and effect, and is in accordance with the provisions of the charter and by-laws of the Corporation. FURTHER RESOLVED, none at this time. I further certify that this Corporation is duly organized and existing, and has the power to take the action called for by the foregoing resolution. DIRECTORS "7 /, 11-09-21DIANA KASBAR DatePresident 11-09-21SAM kasba; Tv DateVice President kx 11-09-21SAM KASBAR r~--7>—\DateSecretary'\ 11-09-21DIANA KASBA-RS- Treasurer Date qth day ofWitness my hand seal of this Corporation on this November .2021 . CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 1. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 2. To take affirmative steps to hire minority employees within the company.3. KASA Construction, Inc.FIRM Dianas Kasfrar, PresidentTITLE OF OFFICER-SIGNING DATE 07/11/2024SIGNATUR Please include any additional information available regarding equal opportunity employment programs now in effect within your company: KASA Construction, Inc, is an equal opportunity employer. 341293492.1 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder , proposed subcontractor , hereby certifies that he has , has not in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has 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 theapplicable filing requirements. participated , filed with the Jointhas not KASA Construction, Inc. (COM BY: Diana Kasbar, President (TITLE) DATE: July 11 . 20 24 NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally, only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous 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 of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 35 1293492.1 NON-COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Diana Kasbar being first duly Presidentsworn, deposes and says that he or she is of KASA Construction, Inc.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 another 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 contact or 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 jany member or agent thereof to effectuate a collusive or sham bid. Signature of Bidd Diana Kasbar, President STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Subscribed and sworn to before me this day of ,20 . Please see attached. Notary Public in and for the County of , State of California 36 1293492.1 CIVIL CODE §1189CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ■cFv>ipy>/rv'*s6vr> A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. )State of California County of San Bernardino ) On before me,Hector Zavala, Notary Public Here Insert Name and Title of the Officer 7/11 /?n?4 Date Diana Kasbarpersonally appeared Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand{SgjgSx hector Zavala I Notary Public • California | ISSmEh San Bernardino County Commission i 2382862 Cornm. Expires Nov 12. 2025 \official seal. i1 Signature Signature of Notary Public Place Notary Seal Above ---------------------------------------------------------------OPTIONAL---------------------------------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:_______ Number of Pages: Capacity(ies) Claimed by Signer(s) Signer’s Name:_________________ □ Corporate Officer — Title(s):____ □ Partner — □ Limited □ General □ Individual □ Trustee □ Other:__ Signer Is Representing: Document Date: Signer(s) Other Than Named Above: Signer’s Name:__________________ □ Corporate Officer — Title(s):____ □ Partner — □ Limited □ General □ Individual □ Trustee □ Other: _ Signer Is Representing: □ Attorney in Fact □ Guardian or Conservator □ Attorney in Fact □ Guardian or Conservator ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CITY OF DIAMOND BAR CAttFORHlA DEPARTMENT OF PUBLIC WORKS OFFICIAL NOTICE Maple Hill Park Improvement Project CIP# FP23506D ADDENDUM NO. 1 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1 and attach it to the bid. 07/03/2024 DateDavid G. Liu, P.E. Director of Public Works/City Engineer ■bntractor's Authorized Signature Diana Kasoar, President ADDENDUM NO. 1 CITY OF DIAMOND BAR The Contractors shall note the following changes that are being made to the RFB Current Plans for Restroom Building (VOID). Revised Plans for Restroom Building (FILE: 2096- MAPLE HILL-B2062, CA -250620) Current Bid Schedule, reads as follows: • ltem#2f Galvanized Steel Guard Rail/Handrail -Unit = “LF” (Linear Feet) 2. Revised Bid Schedule, should read as follows: • ltem#21 Galvanized Steel Guard Rail/Handrail -Unit = "LS" (Lump Sum) 3.Current Specifications, General Provisions, Section 6-9 - Liquidated Damages, reads as follows: • ‘‘The amount of liquidated damages is hereby amended to $2,000 for each consective calendar day." Revised Specifications, General Provisions, Section 6-9 - Liquidated Damages, reads as follows: • ‘‘The amount of liquidated damages is hereby amended to $500 for each consective calendar day.” Current Specifications, Technical Provisions, Section 32 80 00 - IRRIGATION, reads as follows: • 2.2 B.2. - "All plastic pipe fittings shall be standard weight schedule 40...” 4. Revised Specifications, Technical Provisions, Section 32 80 00 - IRRIGATION, reads as follows: • 2.2 B.2. - "All plastic pipe fittings shall be standard weight schedule 80...” Current Plans - Sheet A10, Master Valve Legend, symbol is missing.5. Revised Plans - Sheet A10, Master Valve Legend, symbol is plotted north of the restroom utility chase. Current Plans - Sheet A10, Irrigation Control Note, controller model (VOID).6. Revised Plans - Sheet A10, Irrigation Control Note, new irrigation controller is proposed; see the note for additional details. Current Plans - Sheet A10, RCV 10, size is 3/4" (VOID).7. Revised Plans - Sheet A10, RCV 10, size is 1 ” RCV. 2/3 ADDENDUM NO. 1 The Contractors shall also note the following responses to the pending questions received via PlanetBids: Question: Please confirm if the water source for this job is domestic or reclaimed. Response: Domestic water only. Reclaimed water service is unavailable. 2.Question: Please provide the maintenance period. Response: 90 day. Question: Refer to Detail C on Sheet A-l 2. Please confirm that the controller wire pull box shall be located at the end of all wire sleeves. 3. Response: Yes, the controller wire pull box shall be located at the end of all wire sleeves. END 3/3 CSL&& pmmmm* i » mm I. CONTRACTORS □ £_.c3 STATE LICENSE BOARD ACTIVE LICENSE ?? '*^g5£r 927544 KASA CONSTRUCTION INC CORPe.t*avl«♦«** C'fMttaMtttnt?) ABC27C10 ys I01/31/2025 www csib ca oovg*oir#«ofl 0«» cslb# Contractors State License Boar ©Contractor's License Detail for License # 927544 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure click on link that will appear below for more information. Click here for a definition of disdosable actions. Only construction related civil judgments reported to CSLB are disclosed (B&P 7071 17). ; listed unless the contractor fails to comply with the terms.Arbitrations; Due to workload, there may be relevant information that has not yet been entered into the board's license database. Data current as of 7/10/2024 6:33:05 PM Business Information KASA CONSTRUCTION INC 15148 SIERRA BONITA LANE CHINO, CA 91710 Business Phone Number:(909) 457-8260 Entity Corporation Issue Date 01/15/2009 Expire Date 01/31/2025 License Status This license is current and active. All information below should be reviewed. Classifications A-GENERAL ENGINEERING B -GENERAL BUILDING C27- LANDSCAPING CIO - ELECTRICAL Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: 100060319 Bond Amount: $25,000 Effective Date: 01/01/2023 Contractor’s Bond History Bond of Qualifying Individual The qualifying individual SAMER GABRIEL KASBAR certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. Effective Date: 06/04/2024 BQI's Bond History Workers’ Compensation This license has workers compensation insurance with the TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA Policy Number:UB6K519125 Effective Date: 02/18/2019 Expire Date: 02/18/2025 Workers' Compensation History Conditions of UseBack to Top AccessibilityPrivacy Policy Accessibility Certification KASA Construction Lie https://services.dir. ca.gov/gsp?id=dir_public_form&table=x_cdoi2_cs... 0* DiR State of California Department of Industrial Relations eCPR Public Search Log in EST. 1927 Public Works Support Contractors Projects DXR^ Register Home y Customer Account Lookup ) KASA Construction Inc KASA Construction Inc Customer Account Lookup Name KASA Construction Inc Type Contractor Website (empty)fi Email | samk@kasaconstruction.com Address 1 : 15148 Sierra Bonita Lane Address_2 City Chino State CA Zip 91710 Contractor Status DIR Approved CSLB 927544 Legal Name 7/10/2024, 6:34 PK1 of 2 https://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_cs ...KASA Construction Inc KASACONSTRUCTION INC. Business Structure -None -- Business Phone 9094578260 Registration Number 3044831 President Diana Kasbar PWCR 1000006013 Registration Start Date Registration End Date Doing Business As (DBA) Crafts Legacy Registration Date 2022-07-01 Legacy Registration Expiration 2025-06-30L Terms & Conditions Erixacy Roilsv Disclaimer Copyright 2024 State of California Accessibility dir.ca.gov 7/10/2024, 6:34 PM2 of 2 ■' SSrwLHo OjT~&Leonardo Torres, P.E. City EngineerCITY OF EL MONTEl*\ *1f* PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION T*\iy March 25, 2024 KASA Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Lane Chino, Ca 91710 Subject: Letter of Recommendation Project: Merced Avenue Linear Park and Water Line Improvement Project On behalf of the City of El Monte, I extend our sincere appreciation to KASA Construction, Inc. for their exceptional performance in successfully completing the Merced Avenue Linear Park and Water Line Improvement Project. The Merced Avenue Linear Park and Water Line Improvement Project, with an estimated value of $3.5 million, encompasses the transformation of a residential street in El Monte into a vibrant linear park located in the center median. This comprehensive project includes the installation of naturalized play areas, solar lights, tables, benches, decomposed granite pathways, fencing, and water line replacement, providing residents with a safe and inclusive space for recreation and social interaction. KASA Construction’s field and management staff prioritized safety and quality throughout the project. KASA Construction accomplished the job with excellence, exceeding the City of El Monte’s expectations without sacrificing the quality of work. Their commitment to efficiency, professionalism, and cooperation was evident in every phase of this project, ultimately resulting in the completion of the civil improvements ahead of schedule. It is with great pleasure that I recommend KASA Construction, Inc. to any organization seeking a General Contractor who is efficient, proactive, and dependable in all aspects of the construction process. We will not hesitate to recommend KASA Construction for future projects, and we extend our gratitude for their outstanding work on the Merced Avenue Linear Park and Water Line Improvement Project. Sincerely, Kevin Ko, PE, QSD, PMP Consultant Project Manager City of El Monte 11333 VALLEY BOULEVARD, EL MONTE, CALIFORNIA 91731-3293 / (626) 580-2058 / FAX (626) 454-3143 WEBSITE: www.elmonteca.gov City of WESTMINSTER WWW.WESTMINSTER-CA.GOV 8200 WESTMINSTER BOULEVARD, WESTMINSTER, CA92683 • (714)898-3311 January 11, 2024 KASA Construction 15148 Sierra Bonita Ln Chino, CA 91710 Letter of Recommendation Garden Grove Boulevard Complete Street Project Subject: To Whom It May Concern: KASA Construction was awarded a contract for the construction of Garden Grove Boulevard Complete Street in the City of Westminster, which was completed in Summer 2023. The project amount was $5,606,982. The work consists of improvements on three (3) arterials streets which are Garden Grove Boulevard from the State Route 22 On-ramp at Valley View Boulevard to State Route 22 Off-ramp at Goldenwest Street; Edwards Street from Trask Avenue to Garden Grove Boulevard; and Trask Avenue from Edwards Street to Hoover Street. The scope of work include reducing vehicle travel lanes from 4 to 2 to create a separate paved bike lanes on Garden Grove Boulevard and striped bike lanes on Edwards Street and Trask Avenue, construction of new landscaped median with a bioretention swale on Garden Grove Boulevard, slurry seal, roadway excavation, 2” overlay, pavement crack sealing, irrigation, stamped concrete, traffic control, pavement marking, illuminated pedestrian cross walks, traffic signal modifications, drainage structures, striping and signs. Their dedication to the project was a major factor in the project being completed on schedule. The team was diligent in all communication efforts, attention to detail, providing a safe environment for both KASA’s crew and the public. The site was kept clean both during working hours and at the end of each day to the City’s satisfaction. KASA Construction is highly recommended, as their staff would be an excellent asset to any City or agency. Should you have any questions, please feel free to contact me at (714) 548-3464. Sincerely, ------------- Theresa Tran, P.E. Senior Engineer City of Westminster / Public Works Department Christine Cordon City Manager Kimberly HoCarlos Manzo Council Member District 2 Amy Phan West Cotmcil Member District I Chi Charlie Nguyen Mayor NamQuan Nguyen Vice Mayor District 4 Council Member District S THE CITY OF ‘T"1 san Fernando CITY COUNCIL December 13, 2023 Mayor Celeste T. Rodriguez KASA Construction, Inc. Attention: Sam Kasbar, Owner / VP 15148 Sierra Bonita Lane Chino, CA 91710 Vice Mayor Mary Mendoza Counci lm lm her Joel Faiardo Project: Layne Park Revitalization Project, Job No. 7616, Plant No. P-737 Owner: City of San Fernando Subject: Letter of RecommendationCOUNCI LMEMBER Mary Solorio Dear Mr. Kasbar, On behalf of the City of San Fernando, I would like to thank you and your Team at KASA Construction for your firm's efforts in completing the Layne Park Revitalization Project. This project consisted of the renovation of an existing park, including but not limited to a new playground, rubber surfacing, new soccer field, and half basketball court, in addition to various other site furnishings. It also included concrete and DG walking areas, bio-retention creeks, and landscaping & irrigation. At time of bid, the project exceeded the projected cost but KASA, with their knowledge and expertise, along with the Landscape Architect and City officials were able to help guide a path forward with savings to the City so the project could proceed. KASA demonstrated respect, professionalism, honesty, and diligence while working closely with the City Staff which resulted in a successful project. KASA provided products and services with consideration of safety and quality completing the required work. When issues arose, solutions were developed and ultimately resolved with the desire to maintain its business relationship with the City of San Fernando. Your firm's efforts and willingness to work together as a team was sincerely appreciated. RECREATION & COMMUNITY SERVICES DEPARTMENT We are excited that the work is now completed and we have a viable space for the citizens of San Fernando to continue to convene and play. We appreciate the collaboration working with KASA Construction Inc. Recreation Park 208 Park Avenue San Fernando Cam form ia 91340 (818)898-1290 Sincerely, Las Palmas Park 505 S. Huntington St. San F ernan do California 91340 (818)898-7340 Julian Venegas/ Director of Recreation and Community Servicesy WWW.SFCITY.ORG PENTA The PENTA Building Group September 28, 2023 KASA Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Ln. Chino, CA 91710 Re:Letter of Recommendation PENTA Building Group - Secure Perimeter Fence Project To Whom It May Concern, On behalf of PENTA Building Group, I extend our sincere appreciation to the exceptional team at KASA Construction Inc. for their outstanding performance in successfully completing the Secure Perimeter Fence project. Your unwavering commitment to excellence and your remarkable ability to adapt to challenges have been truly impressive. The Secure Perimeter Fence project was not your typical fence installation; it represented a complex undertaking with specific project components and qualities that demanded the utmost dedication and expertise. Your team executed the project with exceptional professionalism and unwavering attention to detail, ensuring that every aspect of the project met the rigorous standards set by the Owner, San Manuel Band of Mission Indians. Initially a $7.3 million contract with a 12-month duration, this project expanded with the addition of $1.2 million in Extra Work. Furthermore, once under construction and at the Owner's request, the project schedule was accelerated by several months. Through your exceptional adaptability and commitment to excellence, KASA not only completed the project on time but also seamlessly incorporated the additional scope. Speaking to the scale and complexity of the project, it involved the construction of over a mile of custom fence to secure Tribal lands from public access and trespass. This fence spanned a diverse range of landscapes, including culturally and biologically sensitive areas, steep elevations, drainages, and retaining walls, covering both public and Tribal-owned properties. KASA demonstrated exceptional prowess in managing global material sourcing to procure the fence components from South Africa, a considerable distance away. This effort underscored your commitment to meeting project specifications and your willingness to go above and beyond to deliver quality results. Given the nature of the project, which required a construction presence along the entire Tribal perimeter, it was inherently sensitive, involving the security and well-being of residents. This demanded a high level of professionalism and discretion, qualities that your team exhibited commendably and that provided reassurance to our community. 15148 Sierra Bonita Lane, Chino, California 91710 Phone: (909) 457-8260 Fax: (909) 457-8261 | www.kasaconstruction.com RENTA The PENTA Building Group Throughout the duration of the Secure Perimeter Fence Project, KASA demonstrated unwavering dedication to safety, quality, and timeliness. Any issues that arose were promptly and effectively addressed, ensuring a seamless project execution. Your team's coordination and collaboration with our PENTA team were exemplary, fostering a productive and respectful working relationship. In conclusion, it is with great pleasure that I wholeheartedly recommend KASA Construction Inc. to any organization seeking a proficient, determined contractor that upholds the highest possible standards and executes projects in a timely and organized fashion. Your company's proven track record of excellence and your unwavering commitment to delivering exceptional results truly set you apart in the construction industry. Once again, we extend our deepest appreciation for your outstanding work on the Secure Perimeter Fence Project. We eagerly anticipate the opportunity to collaborate with KASA on future projects and to continue building upon our successful partnership. Sincerely, Amr Elhelbawi - Project Manager PENTA Building Group City of Gabriel Reyes Mayor Daniel Ramos Mayor Pro Tern Joy Jeannette Council MemberSeptember 21, 2023 Angelo Meza Council Member KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA91710 Amanda Uptergrove Council Member Jessie Flores City Manager Subject: KASA Construction, Inc. Work Performance Commendation KASA Construction, Inc. (KASA) has performed the construction of Marconi Park Improvement in the city of Adelanto, California. This was funded through State Grant from the Department of Park and Recreation. Project was successfully completed to the grant requirements and was accepted by the city and State Department of Park and Recreation. KASA has been a true partner throughout the process and the City greatly appreciates the efforts. KASA maintained the highest level of safety and quality, paying close attention to the specifics of construction and completing the required work within the necessary time frames. When issues ever arose, solutions bwere always implemented immediately. KASA incredible adaptability and coordination with the City, helped bring this project to a polished close and great success. City of Adelanto is looking forward to work with KASA in future and would highly recommend the company to other agencirs. Sincerely, OmI Saba Engineer, P.E. City Engineer Adelanto City Hall - 11600 Air Expressway, Adelanto, CA 92301 - (760) 246-2300 - Fax (442) 249-1121 City of MONROVIA 1887 fccfiBdl All-America City June 22, 2023 KASA Construction, Inc. Attention: Sam Kasbar, Owner / VP 15148 Sierra Bonita Lane Chino, CA 91710 Project: Lucinda Garcia Park Improvement Project Owner: City of Monrovia Letter of Recommendation Dear Mr. Kasbar, On behalf of the City of Monrovia, I would like to thank you and your Team at KASA Construction for your efforts in completing the Lucinda Garcia Park Improvement Project. This project consisted of the renovation of an existing park which includes the installation of two new playgrounds, rubberized surfacing, exercise equipment, in addition to various other site furnishings such as block walls, concrete walking trails with lights, landscape and irrigation. KASA completed the project without any safety related issues and completed the project within the specified project time frame. When issues arose, solutions were provided and ultimately resolved. The City of Monrovia recently filed the Notice of Completion on this project and the quality of the improvements made during the project have been well received by the community. The KASA team completed the project with the intent to maintain a great business relationship with the City of Monrovia. City staff appreciate the willingness to complete the project in a diligent and professional manner which resulted in a completed project that the community is thankful for. I would like to thank and congratulate you and your team on the project completion of the Lucinda Garcia Park Improvement Project. I would recommend KASA Construction Inc., to future agencies or owners based on the quality of work. Sincerely, AlexTachiki Director of Public Works City of Monrovia Monrovia Corporate Yard • 600 South Mountain Avenue, Monrovia, California 91016-3611 • (626) 932-5575 iii*. ■ s i m 'it*/ .A> LANDSCAPE ARCHITECTS KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 Project: Laguna Woods - Water Efficient Median Improvement Project Subject: Letter of Recommendation To Whom It May Concern, Van Dyke Landscape Architects would like to acknowledge KASA Construction Inc for their diligent performance in completing the City of Laguna Woods Water Efficient Median Improvement Project for which VDLA prepared construction documents. The scope of work consisted of the removal of landscaping and concrete, installation and modification of irrigation systems, and installation of landscaping within medians located on El Toro Road, and Moulton Parkway. KASA Construction executed this project with vigor and commitment, maintaining the highest level of professionalism, attention to detail and work ethic. The project field and management staff displayed excellent coordination with our firm and carried out our interests in a compliant and organized fashion. KASA Construction Inc went beyond the firm’s expectations in order to assure that the project was delivered with exceptional standards. Our firm could not be more pleased with the final project result. It has been a pleasure working with KASA Construction Inc and we would not hesitate to recommend their outstanding services. We look forward to working with KASA in the future. Sincerely, Brett Allen, Associate Van Dyke Landscape Architects ASLA SD Chapter President Landscape Architect CA #6595 ballen@vdla.us 462 Stevens Avenue, Suite 107, Solana Beach, CA 92075-2042 Tel: 619.294.8484 • Fax: 619.574.0626 • Web: www.vdla.us Landscape Architecture Planning Water Management Mitch Phillippe, ASLA, CA LLA #3781 • Yale Hooper, CIO, CLIAPrincipals: Associates: Ling Chan, ASLA, CA LLA #5435, LEED AP • Denise Armijo, ASLAGraphic Communications Brett Allen, ASLA, CA LLA #6595, CID, CLIA, RWSS LENIMAR May 4, 2023 KASA Construction, Inc. Attention: Sam Kasbar, Owner/VP 15148 Sierra Bonita Lane Chino, CA 91710 Projects: Highland Park, Shadow Rock Park, Discovery Park, Adventure Park Project Location: Jurupa Valley, CA Owner: Lennar Homes of California Letter of Recommendation Dear Mr. Kasbar, On behalf of Lennar Homes, I would like to thank you and your Team at KASA Construction for your continued partnership in yet another project successfully completed. This project consisted of simultaneously constructing 3 new Parks in the Shadow Rock community at a cost of nearly $7,000,000. The project included but was not limited to grading, earthwork, storm drains, 2 lighted baseball fields, basketball court, 2 large playgrounds with rubber and mulch, a dog park, pre­ fabricated restroom building, parking lot walking trails, fencing, several other park furnishings with new irrigation systems and beautiful landscaping. Your Team worked closely with my staff, consultants, JARPD and the City of Jurupa Valley to assist in value-engineering to bring this project to fruition for this wonderful community. KASA's staff was responsive, honest, and diligent in completing the project on time with quality workmanship. It was a pleasure working with you and your Team and I look forward to more projects in the future. I would not hesitate to recommend KASA Construction Inc. to any other Owner or Agency. Sincerely, 0 N A-A ...r"' C Ryan Combe Director of Forward Planning Lennar Homes of California 980 Mont.ec.ito Drive, Suite 302, Corona, C.A 92879 Phone: {951/ 827 3500 LENNAR.COM 0 /city oiN NORWALK A Connected Community October 13, 2022 KASA Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Lane Chino, CA 91710 Reference: Letter of Recommendation Project: Environmental Enhancement & Mitigation Project Dear Mr. Kasbar, On behalf of the City of Norwalk, I would like to thank you and your team at KASA Construction Inc., for great work completed on the Environmental Enhancement & Mitigation Program project. This project encompassed the rehabilitation of seven sections of center medians, including installation of drip irrigation systems and drought tolerant plant materials along Firestone Boulevard, Imperial Highway, and Rosecrans Avenue. Due to the project being funded through a grant from the State of California Natural Resources Agency, the City was on a very limited timeline for completion and your team did an excellent job of completing all work prior to our deadline. City staff were impressed with the work of KASA, as well as appreciative of good communication throughout the duration of the project. All project expectations were met or exceeded and any issues that arose were quickly addressed. I appreciate your efforts and would not hesitate to recommend KASA Construction, Inc. to other agencies. The City of Norwalk looks forward to working with KASA again in the future. Sincerely, YTaaCc;. ?vj. LC Christine Roberto Public Services Manager Public Services Department -12650 imperial Hwy., 2no Floor, Norwalk, CA 90650 (562) 929-5511 www.norwalkca.gov CITY OF NEWPORT BEACH 100 Civic Center Drive, Bay 2D Newport Beach, California 92660 949 644-3330 | 949 644-3308 FAX newportbeachca.gov ^P°> <c $o I > i H*________\. n October 27, 2020 KASA Construction, Inc. Attention: Sam Kasbar, Owner / VP 15148 Sierra Bonita Lane Chino, CA 91710 Project: West Coast Highway Median Landscaping - Phase 2 Subject: Letter of Recommendation Dear Mr. Kasbar, On behalf of the City of Newport Beach, I would like to thank you and your Team at KASA Construction for the exemplary efforts in completing the West Coast Highway Median Landscaping - Phase 2 Project. This project consisted of demolishing the existing stamped concrete in the center median, grading, installing new irrigation systems and landscaping in both the medians and parkways along Pacific Coast Highway, west of Newport Blvd. From inception, you worked closely with the City Staff with respect, professionalism, honesty, and diligence, which resulted in a successful project. KASA maintained the highest level of safety and quality, paying close attention to the specifics of construction and completing the required work within the necessary time frames. When issues ever arose, solutions were always implemented immediately. Even amid a viral pandemic, you, as the committed leader, took the extra steps in establishing safety precautions to secure and protect the welfare of your dedicated staff and the public. KASA's incredible adaptability and coordination with the City, helped bring this project to a polished close. I'd like to extend my appreciation to you and your devoted team on a job well done. It has been a pleasure working with you and I would not hesitate to recommend KASA Construction Inc. to any Owner or Agency. Sincerely, 'Tfb&Aajd CJ-. Michael J. Sinacori Assistant City Engineer Public Works Department LENNAR July 6, 2020 Kasa Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Lane Chino, CA 91710 Letter of Recommendation Kasa Construction Riverbend Community Park, Jurupa Valley, CA Re: To Whom It May Concern: On behalf of the Lennar Homes, we would like to cordially thank KASA Construction Inc for their exemplary efforts in completing the Riverbend Community Park Project for the best interests of the Jurupa Area Recreation (JARPD) and Park District and Lennar Homes. This nearly $4.8 million, 12-acre park project consisted of, but not limited to, grading, underground wet and dry utilities, landscaping, irrigation, electrical, decomposed granite paths, pedestrian and horse trails, parking lots, masonry walls, fencing and pedestrian bridges. Additionally, the project site also included shade shelters, playground equipment, rubber surfacing, disc golf, decorative concrete, walkway and parking lot lights, basketball courts, a complete athletic field, and a prefabricated restroom building by The Public Restroom Company. From the start, KASA took on a very proactive approach, paying close attention to the specifics of construction and completing the required work efficiently and within the completion schedule. KASA's adaptability and coordination with Lennar and JARPD contributed to bringing this project to a to a successful completion. Construction issues were quickly solved by KASA's attentive team. We could not be more satisfied with the work completed by KASA. The experience and professionalism guided by Kasa's founder, Sam Kasbar, was impressive. It has been a sincere pleasure working with Mr. Kasbar and his team and we would not hesitate to recommend their services to anyone seeking a proficient, determined contractor that upholds the highest possible standards and executes in a timely and organized fashion. Sincerely, Brian King Project Manager Lennar Homes - Inland Empire brian.king@lennar.com LENNAR.COM KJ-fovnanian * Homes June 10, 2020 KASA Construction, inc. Attn; Sam Kasbar 15148 Sierra Bonita Lane Chino, CA 91710 Project: Owner: Subject: Sierra Crest Park & Dog Park Improvements - Fontana, CA K Hovnanian Homes Letter of Recommendation To Whom It May Concern: On behalf of K Hovnanian Homes, we would like to thank KASA Construction for their efforts in completing the Sierra Crest Park Improvements Project. The project consisted of a Public City Park with a CXI Prefabricated Restroom Building, Playground Equipment, Rubber Surfacing, Basketball Court, Picnic areas with Benches, Tables, and Barbeques, green space, as well as Dog Park. KASA completed this project in a conscientious manner, maintaining the highest level of professionalism and keeping the client's best interests in mind. Throughout the duration of the project, KASA cooperated accordingly with K. Hovnanian and the City to overcome many obstacles faced during construction. Although, there were some trying times and design issues, KASA always maintained professionalism, and worked diligently with K. Hovnanian to achieve the most feasible solution for all. Without a doubt, KASA fulfilled their duties as a General Contractor to the satisfactions of all parties. They also always honor any warranty request and stand behind their installation, which is a true testament for a quality general contractor. It has been a sincere pleasure working with Sam Kasbar and his team. We would not hesitate to refer them to any organization seeking a diligent, professional general contractor that upholds the highest possible standards and executes exemplary work. Sincerely, 4ason Mock Senior Land Development Manager K. Hovnanian Southern California Division, LLC 400 Exchange, Suite 200 Irvine, CA 90602 CITY OF RANCHO PALOS VERDES PUBLIC WORKS DEPARTMENT May 5, 2020 KASA Construction 15148 Sierra Bonita Lane Chino, CA 91710 Project: Conestoga Trail Connection (Deadman’s Curve) To whom it may concern: The City of Rancho Palos Verdes would like to thank KASA Construction for their commendable performance in completing the Conestoga Trail Connection Project. KASA Construction completed this project with diligence and commitment, maintaining the highest level of professionalism, attention to detail and work ethic. KASA Construction’s scheduling and coordination was smooth. They maintained an excellent relationship with the City project management and inspection team and kept the job running in a compliant and organized manner. It has been a pleasure working with KASA and we would not hesitate to recommend their services to others. Sincerely, Nasser Razepoor Associate Engineer 30940 HAWTHORNE BOULEVARD / RANCHO PALOS VERDES. CA B02T5-S391 / (310) 544-5252 I FAX (310) 544-5292 / WWWPALOSVERDES.COMIRPV PRINTED ON RECYCLED PAPER ira ii City of Rialto %*California April 16, 2019 KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 SUBJECT: JOE SAMPSON PARK - CITY OF RIALTO PROJECT NO. 150303 To Whom It May Concern: On behalf of the City of Rialto, we would like to thank KASA Construction for their exemplary performance in completing the $5,323,556.56 construction of Joe Sampson Park. KASA completed this project with diligence, maintaining the highest level of professionalism and attention to detail. The project management team consistently kept the City's best interest in mind and cooperated transparently with the City to overcome any challenges which were faced during construction. KASA fulfilled their duties as a general contractor to the satisfaction of all parties. The Project was completed within the schedule set forth in the agreement with the City. We would be pleased to refer KASA Construction Inc. to any other organization seeking a diligent, professional general contractor eager to cooperate with their customer to ensure that the work is completed effectively and with the highest standards. Sincerely, Robert G. Eisenbeisz, P.E. Public Works Director/City Engineer Project Filecc: Office of the Public Works Director/City Engineer 335 West Rialto Avenue • Rialto, California 92376 ► warm JUSICH GROUP LANDSCAPE ARCHITECTURE March 25, 2019 Mr. Sam Kasbar, Vice President KASA CONSTRUCTION, INC. 15148 Sierra Bonita Lane Chino, CA 91710 4649 Brockton Avenue CONSTRUCTION OF JOE SAMPSON PARK CITY OF RIALTO, CALIFORNIA RE: Dear Sam:Riverside, CA 92506 I wanted to reach out and thank KASA Construction on the outstanding execution of the construction of Joe Sampson Park for the City of Rialto, a new 8 acre with a construction cost of $5,323,557. This project was completed well within the rigorous timeline set forth by the City of Rialto. (951) 369-0700 KASA Construction has brought numerous park projects designed by our firm to life over the past several years. We are consistently pleased with the high level of craftsmanship and professionalism demonstrated by your company. Joe Sampson Park was no exception. Your team was diligent in all communication efforts, attention to detail, and in providing quick, cost effective solutions to unforeseen conditions as they arose. Fax (951) 369-4039 We would be pleased to provide recommendations and positive references about KASA Construction to public agencies and developers for upcoming park, landscape, and similar projects. Sincerely, hitp//www.comworksdg.com COMMUNITY WORKS DESIGN GROUP irp Scott Rice\ASLA, LEED AP, CASp Vice Landscape Architect CA #5111 | NY #2645 Certified Access Specialist CASp-709 scottfd/cwdg.fun 1 CA License #2110 resident NV License #389 y v. \m March 21, 2019 Letter of Recommendation Freeway Frontage Landscaping Project Contract Value: $512,251.57 Subject: To Whom It May Concern: We, the City of Westlake Village, would like to praise KASA Construction, Inc. for their outstanding work on the Freeway Frontage Landscaping Project in the City of Westlake Village off of the 101 Freeway and Lindero Canyon Road. The scope of work for this project included installing new irrigation and landscaping along the freeway onramp at Lindero Canyon Road. All work was completed in an efficient and timely manner. KASA completed this project with diligence, maintaining the highest level of professionalism and attention to detail. The project management team consistently kept the City's best interest in mind and cooperated transparently with the City to overcome any challenges which were faced during construction. KASA's team was easy to work with and made certain that best practices for safety, security and cleanliness were enforced and adhered to at all times. KASA's professional managerial skills, alongside their unyielding "get it done" attitude and approach in the administration and implementation of construction truly made the difference in the successful and timely completion. We would absolutely not hesitate to refer KASA's excellent services to others. We look forward to completing more projects alongside the KASA Construction team in the future. -1 Sincerely, / // Tucker GrSczyk, Construction Manager 31200 OAK CREST DRIVE • WESTLAKE VILLAGE • CA • 91361 • (818) 706-1613 • FAX (818) 706-1391 • www.wlv.org -r 14000 City Center Drive Chino Hills, CA 91709 (909) 364-2600 KASA Construction, Inc. Attn: Sam Kasbar 15148 Sierra Bonita Lane Chino, CA 91710 WWW. Project: Los Serranos Neighborhood Park Owner: City of Chino Hills Subject: Letter of Recommendation Dear Mr. Kasbar, On behalf of the City of Chino Hills, I would like to thank you and your team at KASA Construction Inc., for your noteworthy efforts in completing the Los Serranos Neighborhood Park. The project consisted of a nearly 4 million dollar budget, including a 6-acre park with landscape grading, drainage, irrigation, landscaping, site furnishings, sports courts, restrooms, picnic shelters, lighting, playground and fitness equipment, hardscape, and other amenities. In September of 2018, KASA commenced their work and through the duration of the project, KASA maintained the highest level of safety and quality, paying close attention to the specifics of construction and completing the required work within the necessary time frames. If issues ever arose, solutions were always implemented immediately. KASA’s incredible adaptability, diligence and close-out for the City’s final acceptance and completion, allowed for a successful Grand Opening of the park on November 16, 2019. I have attached our Grand Opening flyer. KASA’s admirable coordination with City Staff, while upholding the utmost respect, professionalism, integrity and diligence, resulted in a favorable project acceptance. In addition, I would like to also thank KASA's generous contributions of tools, material, and a tool shed which was donated to the adjacent Chaparral Elementary School for their after-school garden club. I’d like to extend my sincere appreciation to you and your devoted team on a job well done and congratulate you on an outstanding project. It was an honor to introduce the 44th park to the City of Chino Hills. I would not hesitate to recommend KASA Construction Inc., to any other owner or agency. Sincerely, t Cynthia Moran Council Member Art Bennett ■ Brian Johsz ■ Ray Marquez ■ Cynthia Moran * Peter J. Rogers f 14075 Frederick street P.O. BOX 88005 MORENO Valley, CA 92552-0805 Tel: 951.4133280 FAX: 951,413.3719 WVVW.MOVAL.ORG MORENO ■ VALLEY W H ERE DREAMS SOAR July 24, 2018 Subject:Letter of Recommendation John F. Kennedy Veterans Memorial Park Restroom Improvements Project Project No. PCS HSG GR - JFK RENO To whom it may concern: it has been a pleasant experience working with Sam Kasbar and his staff with KASA Construction on the JFK Park project. This project included a prefabricated restroom, plumbing, electrical, sewer, picnic shelter, irrigation, turf installation, shrub installation, colored concrete walkways, and site amenities. The final project turned out absolutely beautiful. KASA was proactive throughout the project, notifying me of problem areas of plan elevations to material delays. KASA took these issues in stride and worked on other projects while waiting for plan revisions and materials. KASA kept a clean and safe work site. What was really commendable was that KASA still made the project schedule. It would be a pleasure to work with Sam and KASA Construction again. Sincerely, , V Tony Hetherman Parks Projects Coordinator TH Enclosure: Letter of Recommendation Project Filec: V:\Development & SpecsUFK restroom\KASA\Recommendatk>n.docx Parks and Community Services E PA RIM ENT Department of Public Works Douglas S. Stack, P.E. Director # October 31, 2017 KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 Subject: KASA Construction, Inc. Work Performance Commendation KASA Construction, Inc. has performed the construction of the Detention Basin Landscaping and Water Quality Installation and Tustin Legacy Linear Park Improvements project successfully to the satisfaction of the City. KASA Construction, Inc. has been a true partner throughout the process and the City greatly appreciates the efforts. We look forward to working with KASA Construction, Inc. in the future and would highly recommend your company to other agencies. Very^ruly yours, Ken Nishikawa Deputy Director of Public Works/Engineering 300 Centennial Way, Tustin, CA 92780 • P; (714) 573-3150 • F-. (714) 734-8991 •www.tustinca.org City of Westminster 8200 Westminster Boulevard, Westminster, CA 92683 714.898.3311 www.westminster-ca.govw®TRITA Mayor SERGIO CONTRERAS Mayor ProTem DIANA LEE CAREY Council MemberDecember 12, 2016 TYLER DIEP Council Member KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 MARGIE L. RICE Council Member EDDIE MANFRO City MonogerSubject:Letter of Recommendation Hoover Street Pedestrian and Bike Trail Improvements To Whom It May Concern: The City of Westminster would like to thank KASA Construction for their commendable performance in completing the Hoover Street and Bike Trail Improvements project. The scope of work consisted of removing and replacing an existing AC pavement trail, damaged curb, gutter, and sidewalk and installing new concrete walking trail, curb ramps, a two-wire controller/irrigation system, landscaping, lighted bollards, stabilized DG, decorative fencing, decorative boulders, striping and pavement markings. KASA Construction’s field and management staff executed the work professionally and with diligence while upholding the highest work standards with emphasis on on-time deliverables, presentation and quality of the finished product. A safe work environment was provided for both KASA’s crew and the public at all times; the site was kept clean both during the working hours and at the end of each day to the City’s satisfaction. Should you have any further questions, please feel free to contact me at 714-548-3459. Sincerely, Jake Ngo, P.E. Principal Civil Engineer City of Westminster/Public Works Department r X ite Q CITY OF ORANGE51 COMMUNITY SERVICES DEPARTMENT www.cityoforan9e.org (714) 744-7272 FAX: (714) 744-7251 December 6, 2016 KASA Construction, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 TURF REPLACEMENT AND LANDSCAPE RENOVATION AT THE SANTIAGO HILLSPROJECT: ASSESSMENT DISTRICT To Whom It May Concern: On behalf of the City of Orange, I would like to recognize KASA Construction for their outstanding work on the Turf Replacement and Landscape Renovation Project at the Santiago Hills Assessment District. All work was completed professionally and in a timely manner. Working with KASA was a pleasure. Their professional managerial skills, from the top down, alongside their relentless "get the job done" attitude and approach in the administration and implementation of construction truly made the difference in the successful and accelerated completion. Based on the experience I've had, I would not hesitate to refer the professional services of KASA Construction Inc. to others. If you have any questions, you may contact me at (714) 532-6491 Sincerely, Nathan Bluhm, Landscape Project Coordinator 230 EAST CHAPMAN AVENUE • ORANGE, CALIFORNIA 92866-1506 'tJ:.; {■i/,a CITY OF SOUTH PASADENA Community Services Department 1102 Oxley Street, South Pasadena, CA 91030 Tel: 626.403.7360 ■ Fax: 626.403.7361 WWW.CI.30UTH-PA3ADENA.CA.US October 25, 2016 To Whom It May Concern: KASA Construction was awarded a contract for the construction of the dog park project in the City of South Pasadena, which was completed in Fall 2016. Their dedication to the project was a major factor in the project being completed in a successful and timely manner. Through this process, their staff wfas cooperative, flexible, and diligently worked with city staff. The project was constructed in a professional and workmanlike manner. Documentation and communication were timely and professional, and they were receptive to our requests. KASA Construction is highly recommended, as their staff would be an excellent asset to any city or agency. Feel free to contact me at Spautsch@southpasadenaca.aov or (626) 403-7362 if you need additional information. Sincerely, Community Services Director Ot» WaURiNO TfJCfeftW £m CITY OF ORANGE? community services department www.cityoforange.org PHONE: (714) 744-7274 . FAX (714) 744-7251 July 14, 2015 KASA Construction 15148 Sierra Bonita Lane Chino, Ca. 91710 Grijalva Park Exercise Circuit LandscapeSubject: To Whom It May Concern: It is my privilege to offer this letter of recommendation on behalf of the City of Orange to KASA Construction for their superb work at our landscape renovation at Grijalva Park. KASA Construction completed the work in a timely fashion, showing up on the job each day until it was complete. KASA Construction displayed a professional attitude and work ethic from their management, superintendent, foreman to laborer staffing. Customer service and satisfaction was reflected throughout this project... I would not hesitate in providing a positive referral and I hope that the City of Orange has the good fortune to work alongside them in the future, Respectfully Submitted, Don Equitz Sr. Landscape Project Coordinator COMMUNITY SERVICES DEPARTMENT • 230 E. CHAPMAN AVENUE . ORANGE, CA 92866 #1 * % 1156 N. Mountain Avenue (91786) / Post Office Box 670 Upland, CA 91785-0670 Office - (909) 949-6789 / Facsimile (909) 931-5595 i ! January 21, 2015 RE: Letter of Recommendation for KASA Construction To Whom It May Concern: In September of 2014, KASA Construction was selected and began construction of certain CFD improvements in our Park Place master planned community in Ontario, CA (a joint venture project by Lewis Community Developers and Stratham Communities). Park Place showcases homes by industry leading homebuilders, KB Home, TRI Pointe Homes, Ryland Homes and Woodside Homes. The CFD improvements completed by KASA Construction included Celebration Park (a 6 acre public park) and Merrill Avenue landscape improvements with total costs in excess of $5,000,000. KASA Construction was aggressive in their bidding for Celebration Park and were approximately 14% lower than the second place bid. The Park Place Grand Opening took place on November 8, 2014 and over 4,000 people attended the opening celebration which included the viewing of 18 beautifully appointed model homes and a tour of the Parkhouse (a spectacular 14,500SF recreation center). The Grand Opening also included live entertainment and food service in Celebration Park. The date of the Grand Opening; however, was not confirmed until after KASA Construction had commenced its work. KASA Construction rose to the challenge and completed over $5,000,000 of construction in half the time granted by our agreement. A significant portion of the work had to be completed within a mere 20 working days from commencement of construction. Six months of construction were accelerated and successfully completed within a total of 60 working days - all while coordinating construction activities with various contractors of other trades concurrently performing work within Park Place. i KASA’s exemplary performance exceeded our expectations. It is with great pleasure that we have been afforded the opportunity to collaborate with KASA’s experienced, dedicated and driven staff. KASA’s professional managerial skills, from the top down, alongside their relentless “get the job done” attitude and approach in the administration and implementation of construction truly made the difference in the successful and accelerated completion of Celebration Park which allowed us to meet our November 8th Grand Opening date.i I look forward to working with the KASA Construction team on many more projects in the future. Sincerely, Randall Lewis Executive Vice President !