Loading...
HomeMy WebLinkAboutBid documentsEXPERIENCE 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. 1. Project Title Michigan Park Improvements Contract Amount $705,281.28 Type of Work Client Park Improvements City of Whittier Agency Project Manager Date Completed_. 6/7/2024 Lee Swain Phone 310-569-6885 % Subcontracted 15.1 % 2. Project Title La Puente Community Park Contract Amount $734,132.89 Type of Work Park Improvements Client City of La Puente Agency Project Manager Rey Alfonso Phone 626-855-1540 Date Completed 6/30/2022 % Subcontracted 1 % 3. Project Title Morelia Ave & Juanita Cooke Trail Improvements Contract Amount $658,924.73 Type of Work Trail Improvements Client City of Fullerton Agency Project Manager Nick Esposito Phone 714-738-6851 Date Completed 9/22/2023 % Subcontracted 40% NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature 8 1293492.1 BIDDER'S PROPOSAL CITY OF DIAMOND BAR PANTERA PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23503 Date February 27, 20 25 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: Towo Enterprise, Inc. / Yu Su Chung, President (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co -partnership, give the name, under which the co -partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. (f) That, if this bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g) That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of 12 1293492.1 Bidder's Bond 10% of Amount Bid DOLLARS ($ ) 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. 2536 Fender Ave., Ste D Address of Bidder Fullerton City 92831 Zip Code 13 1293492.1 714-770-0379 Telephone of Bidder Signature f Bidder BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS PANTERA PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23503 -:9 ITEM NO. ESTIMATED QUANTITY UNIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT 1 LS 1 MOBILIZATION $28,500.00 $117,220.00 $28,500.00 $117,220.00 2 LS 1 SPORT COURT IMPROVEMENTS 3 LS 1 DRINKING FOUNTAIN $16,000.00 $16,000.00 4 LS 1 LIGHTING IMPROVEMENTS $140,980.00 $140,980.00 ALTERNATE BID ITEM I ESTIMATED I DESCRIPTION NO. QUANTITY UNIT WRITTEN IN WORDS Al LS 1 � FLAGPOLE 1 UNIT j PRICE AMOUNT $16,000.00 1 $16,000.00 The BASIS OF AWARD shall be the sum of the BASE BID and the ALTERNATE BID. The City reserves the right to delete the ALTERNATE BID from the Award of Contract. TOTAL AMOUNT BID (IN FIGURES)-+ $318,700.00 TOTAL AMOUNT BID, (WRITTEN IN WORDS): Three Hundred Eighteen Thousand Seven Hundred Dollars and Zero Cents Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. 14 1293492.1 Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is Bidder's Bond (Insert "$ 10% of Amount Bid 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. Towo Enterprise, Inc. NAME OF BIDDER (PRINT) 2536 Fender Ave., Ste D ADDRESS Fullerton CITY 986567 / A, B, C 10 02/27/2025 SI ATURE DATE 92831 714-770-0379 ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Sedtion 7028.15. CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER i 15 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE 2/27/2025 PROJECT_ Pantera Park Improvements PROJECT NO. FP23503 LOCATION Pantera Park CLIENT City of Diamond Bar CONTRACTOR Towo Enterprise, Inc. Name Under Which Subcontractor is Licensed License No. & DIR No. Address of Place of Business Percent of Total Contract Specific Description of Subcontract Trueline Construction & surfacing, Inc 662625 1000006579 P.O. Box 70269 29% Sport Court Improvements Riverside, CA 92513 N J P Sports, Inc 284844 1000007418 P.O. Box 1469 5% Fabricate and Install Glendale, CA 91209 Windscreens and Tennis Nets 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 16 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. 17 1293492.1 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: The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. 18 1293492.1 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 February 27 , 20X at Fullerton, CA (place of execution). 5 Signature Name: Yun Su Chung Title: President Name of Contractor: Towo Enterprise, Inc. 19 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? YES NO X If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the sicinatureportion 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. 20 1293492.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification FP23503 Pantera Park Improvements Bid Date 2/27/2025 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 FCURRENT PRIOR TO CURRENT YEAR YEAR 2020 2021 2022 2023 2024 TOTAL No. of Contracts 5 6 14 12 12 49 3 Total dollar amount of 1,120,000 $1,881,877 $7,275,591 $7,128,992 $7,826,524 $25,232,984 $3,690,580 contracts in 1,000's I No. of lost workday cases 0 0 0 0 0 0 0 0 0 0 0 0 0 0 No. of lost work day cases involving permanent transfer to another job or termination of employment 0 0 0:::::J No. of lost workdays 10 10 10 10 _ *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. Towo Enterprise, Inc. Name of Bidder (Print Signature 2536 Fender Ave., Ste D_ 986567 / A, B, C10 Address State Contractor's Lic. No. & Class Fullerton 92831 714-770-0379 City Zip Code Telephone 21 1293492.1 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA # C)IZANHS COUNTY OF L NGE E Yun Su Ch That he is President of, Towo Enterprise, Inc. )SS being first duly sworn, deposes and says: 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. Subscribed and sworn to before me this a--7 day of fib• 20-15 Signature 19& YOUNG WAN CHOt COMM.1i2358532 ----- NQfARY PUBLIC • CALIfORN1A ORANGE COUNTY - �%�t� Canm. F� fires 5, 2025 Signature of Officer Administering Oath (Notary Public) 23 1293492.1 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: PANTERA PARK IMPROVEMENTS PROJECT Project No. FP23503 WHEREAS Towo Enterprise, Inc - 2536 Fender Avenue, Suite D, Fullerton, CA 92831 (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 Developers Surety and Indemnity Company - 800 Superior Avenue E., 21st Floor, Cleveland, OH 44114 (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 total amount bid ----- Dollars($ 10% of bid --- ], being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 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. 30 1293492.1 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. Dated: Februacy 6. 2025 "Principal" Towo Enterprise, Inc "Surety" Developers Surety and Indemnity Company By: By: Its Yuh 44 Chwj, f resi4estt Its Rebecca Haas -Bates, Attorney -in -Fact Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney -in -fact must be attached. (Seal) 1293492.1 31 (Seal) 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 Orange On Feb. 27, 2025 before me, Young Wan Choi, Notary Public (Here insert name and title of the officer) personally appeared YUN SU CHUNG who proved to me on the basis of satisfactory evidence to be the person(o whose name I are subscribed to the within instrument and acknowledged to me thay�e she/they executed the same in is er/their authorized capacity(i�s), and that b is er/their signature(pj on e instrument the person(;6, 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. YOUNG WAN CHOI WITNESS my hand and official seal. COW #2358= ; NOTARY PUBLIC • C WFdRNIA p ORANGE COUNTY Rm ireb I Rey 5. 2025 Signature ofNota blic ilticrtary ca ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT �iI1 (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment.form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In .such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State 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 signer(s) 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 /afe ) 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 different 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 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com 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 Orange ) On 02/06/2025 _ before me, Alma Karen Hernandez, Notary Public Date personally appeared Rebecca Haas -Bates Here Insert Name and Title of the Officer NameKof Signer(* who proved to me on the basis of satisfactory evidence to be the person(* whose name(s* isfte subscribed to the within instrument and acknowledged to me that #e/she/they executed the same in }ifs/her/their authorized capacity(ies), and that by hWher/Omir signature�4on the instrument the person(* or the entity upon behalf of which the persons) acted, executed the instrument. AURA KAREN NERNANDEZ Notary Public - California z Orange County Commission ; 2390908 oR My Comm. Expires Jan 16, 2026 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Z_ Signature Signature of Notary Public 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: Bid Bond Document Date: _02/06/2025 Number of Pages: Two 2 Signer{s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates _ ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited M General ❑ Individual WAttorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Developers Surety and Indemnity Company Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator El Other: Signer Is Representing: :w✓4v4{:'''4�:4t.'✓�4\�/:\':4\�.4\��+`/4�4Lr/.4\✓:\'�4\.'✓�4�=��!\'!:�✓4�:6+.�'4`i�!4\'.:\�'!4�.4K.✓:�_✓..�:'•✓:',v�•✓i•✓i'✓i•./ -✓•-✓4�✓ POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURKI'Y AND INDEMNITY COMPANY 59 Maiden Lane, 43rd Floor, New York, NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS that, except as expressly limited herein, COREPONTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, do hereby make, constitute and appoint: William S rkin, Richard Adiar, and Rebecca Haas -Bates , of Irvine CA as its true and lawful Attomey-in-Fact, to make, execute, deliver and acknowledge, for and on behalfof said companies, as sureties, bonds, undertaking's and contracts of suretyship giving and granting unto said Attomey-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said company could do, but reserving to each of said company full power of substitution and revocation, and all ofthe acts of said Attorney -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is effective FebMa 6, 2025 and shall expire. on December 31, 2025. -- - -- — This Power of Attorney is granted and is signed under and by authority of the following resolutions adopted by the Board of Directors ofCOREPOINTF INSIRANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (collectively, "Company") on February 10, 2023. RESOLVED, that S_tm 7_aza PresidenfSurety Undertivritii�, .lames Bell. Vice President, Surety Underwritina, and Cram Dawson. Executive Undem iter, Sure . each an employee of AmTrust North America, Inc.. an affiliate ofthe Company (the "Authorized Signors"), are hereby authorized to execute a Power of .Attorney, qualifying attorncy(s)-in-fact named in the Power of Attorney to execute, on behalf of the Company, bonds, undertaking's and contracts of suretyship, or other suretyship obligations, and that the Secretary or any Assistant Secretary ofthe Company be, and each of them hereby is- authorized to attest the execution of any such Power of Attorney. RESOLVED, that. the signature of any one ofthe Authorized Signors and the Secretary or any Assistant Secretary ofthe Company, and the seal ofthe Company most be affixed to any such Power of Attorney, and any such signature or seal may be affixed by facsimile, and such Power of Attorney shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. iN WITNESS WHEREOF, COREPOINTF. INSURANCE COMPANY mid DEVEI..OPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signet by the Authorized Signor and attested by their Secretary or Assistant Secretary this March 27 2023 / F r ,,14416#160,e u� .•� 4SUR,4 Y PAD� By: �� r • �( Q RPO J�.•'�RPOIq'•. Printed Na c: 5SamZa7Aa_ -� •GO �TC@.• : O ; •`�a� rF4•Z 'title: President, Surely Underwriti S E� _ z1936 r OJ AMA. ACKNOWLEDGEMENT: 0 V?•'*c'4ClFOR��p`�0 AW•`: ACKNOWLEDGEMENT: % ' ••...,••• `��: ;��J .,.. •'� A notary public or other officer completing this certificate verifies only the 1 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 Orange On this 27 day of March , 20 23 , before me. Hoana- tie en Phu Pham , personally appeared Sam Zaza _ who proved to me on the basis ofsatisfactory evidence to be the person whose name is subscribed to within the instrument and acknowledged to me that they executed the same in their authorized capacity, and that by the signature on [he instrument the entities upon behalf which the person acted, executed this instnmhent. I certify, under penalty of perjury, under the laws ofthe State of California that the tbregoing paragraph is true and correct. WITNESS my_ hand and official seal. °f NOANG-QUYEN P. PNAM Notary Public - California z Signature Er - _ Commission N 24Orange 32970 " My Comm. Expires Dec 31, 202i .r���r• w•w war Doc 31, 202 ■ CORPORATE CERTIFICATION The undersigned, the Secretary or Assistant Secretary of COREP()INTTi INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the provisions of the resolutions ofthe respective Boards of Directors of said corpoiutions set forth in this Power of Attorney are. in force as ofthe date ofthis Certification. This Certification is executed in the City of Cleveland, Ohio, this March 19, 2023. DocuSigned`by: By: �4N $G$—.... _ Barry W. Moses, Assistant Secretary POA No. N/A 6B6415E7ADE548C... DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C1 E455E653OF Ed. 0323 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. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM Towo Enterprise, Inc. TITLE OF OFFICER SIGNING AYun Su Chung, President SIGNATURE DATE 2/27/2025 Please include any additional information available regarding equal opportunity employment programs now in effect within your company: CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder X , proposed subcontractor , hereby certifies that he has , has not X , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has _, has not X , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Towo Enterprise, Inc. (COMPANY) BY: 1 -- Yun Su Chung, President (TITLE) DATE: February 27 , 2025. NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 33 1293492.1 NON -COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) c�pN )SS COUNTY OF '_eS " EL-E& ) Yun Su Chung , being first duly sworn, deposes and says that he or she is President of Towo Enterprise, 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 any member or agent thereof to effectuate a collusive or sham bid. l Signature of I dder STATE OF CALIFORNIA ) QR OC-,7-- )SS COUNTY OF L S ) Subscribed and sworn to before me this)-7 day of Feb. ,20a5 Notary PublifrTn and for the County of om7'1G}2 , State of California 34 1293492.1 YOUNG WAN CHOI COW T'653' 40TARY PUWC ■ WFORrMA aRMW COUNTY RT!! rv� 5,20QS