Loading...
HomeMy WebLinkAboutBID DOCUMENTSCITY OF DIAMOND BAR CALIFORNIA DEPARTMENT OF PUBLIC WORKS OFFICIAL NOTICE Request for Bids AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMPS IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. S1254 ADDENDUM NO. 1 The following changes to the Request for Bids (RFB) for the above project shall be incorporated into the RFB. The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1 and attach it to the bid. 2/25/2025 David G. Liu, P.E. Date Director of Public Works/City Engineer Contractor's Authorized Signature ADDENDUM NO. 1 CITY OF DIAMOND BAR The Contractors shall note the following update: 1. New replacement Wage Decision Document uploaded to PlanetBids: a. Wage Decision Document (File Formats: PDF) Please review the updated document on PlanetBids to ensure compliance with the lates requirements. END 2/2 EXPERIENCE STATELMNT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past three years. Only projects in excess of $250,000 each qualify as similar for this project. 1 . Project Title CONCRETE FACILITIES REMOVAL AND REPLACEMENT CITYWIDE PHASE 10 Contract Amount $1,272,029.19 Type of Work REMOVE & REPLACE SIDEWALK, CURB & GUTTER, DRIVEWAY, ADA RAMP, PAVING Client CITY OF ANAHEIM Agency Project Manager LORENZO REA Date Completed06/27/2024 Phone 714-765-6893 Subcontracted 0 2. Project Title CONCRETE REPAIR SERVICES SM 2223-1 Contract Amount $1,267,950.00 Type of Work REMOVE & REPLACE SIDEWALK, CURB & GUTTER, DRIVEWAY, ADA RAMP, PAVING Client CITY OF ONTARIO Agency Project Manager TIM MASOT Date Completed08/29/2024 Phone 909-395-2624 % Subcontracted 0 3. Project Title ADA CURB RAMPS AND PATH OF TRAVEL - CITYWIDE Contract Amount $712,300.59 Type of Work REMOVE & REPLACE SIDEWALK, CURB & GUTTER, DRIVEWAY, ADA RAMP, PAVING Client CITY OF POMONA Agency Project Manager STEVE ENNA Date Completed01/06/2023 Phone 909-620-2261 % Subcontracted 0 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 c rrent financial condition. Bidder's Signature YUN SU CH G / PRESIDENT 10 16. 17. 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 three (3) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1. The Contractor shall have been in business under the same name and California Contractors License for a minimum of three (3) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2. License classification shall be as required by the contract specifications. 3. The Contractor shall have three (3) years of experience in the construction of ADA compliant curb ramps and CDBG work. 4. The Contractor shall perform at least 50% of contract with its own forces. 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. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require 11 compensation or to undertake self insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The form of such certificate is included as part of the contract documents. 18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 19. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re -advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. 20. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications.. 21. EMPLOYMENT OF APPRENTICES: Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative Code, Section 200 seq. to ensure compliance and complete understanding of the law regarding apprentices. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and 12 all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). 22. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 23. WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file with the Department of Industrial Relations, Division of Labor Statistics and Research. 24. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. Any work required within Caltrans right-of-way will require a separate permit to be obtained by the Contractor. 25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete the project within thirty (30) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of seven hundred fifty dollars ($750.00) for each calendar day thereafter. 26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or 13 a lower tier subcontractor meeting the requirements of Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Bidder, the 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. If the Bidder disputes the City's written statement or if the Claim is deemed rejected, the Bidder may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Bidder with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with Section 9204 (c) (2) (B) , unless the Bidder and City waive the mediation upon mutual written agreement. 27. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction and services by sub -recipients, the conflict of interest provision including, but not limited to, 2 CFR part 200, Subpart B, 200.112, 24 CFR Part 570.611 and 24 CFR part 85, Section 85.36 (b), respectively, shall apply. No employee, officer or agent of the sub -recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 14 BIDDER'S PROPOSAL CITY OF DIAMOND BAR AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. SI254 Date MARCH 3RD , 2025 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: TOWO ENTERPRISE INC / YUN SU CHUNG / PRESIDENT TOWO ENTERPRISE INC / YUN SU CHUNG / SECRETARY TOWO ENTERPRISE INC / YUN SU CHUNG / TREASURER TOWO ENTERPRISE INC / YUN SU CHUNG / MANAGER (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. 15 (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 BIDDER'S BOND DOLLARS ($ 10% OF THEIR G.A.B.) . 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, CA 92831 City Zip Code 16 714-770-0379 Telephone of Bidder YUN SU CHUNG / PRESIDENT Si, nature of Bidder BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. SI254 BID SCHEDULE ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT CONSTRUCTION STAKING AND 1 1 LS MONUMENT PRESERVATION $15,000.00 $15,000.00 REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT 2 6 CURB RAMP PER SPPWC STD. EA $7,500.00 $45,000.00 PLAN 111-5, INCLUDING MOBILIZATION, TRAFFIC CONTROL, AND PUBLIC SAFETY REMOVE EXISTING CURB AND 3 179 LF GUTTER AND CONSTRUCT CURB AND GUTTER PER SPPWC STD. $75.00 $13,425.00 PLAN 120-3 REMOVE EXISTING SIDEWALK 4 318 SF AND CONSTRUCT CONCRETE $15.00 $4,770.00 SIDEWALK PER SPPWC STD PLAN 113-2 REMOVE PAVEMENT SURFACE, 5 818 SF BASE, AND SUBGRADE, AND $12.00 $9,816.00 INSTALL 4-FT WIDE HMA PLUG REMOVE EXISTING CONFLICTING YELLOW 6 1 LS CROSSWALK PAINT AND $6,000.00 $6,000.00 RESTORE STRIPING AND RED CURB PAINT BID SCHEDULE ITEMS: TOTAL AMOUNT (IN FIGURES)-4 17 $94,011.00 BID SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS) : NINETY-FOUR THOUSAND ELEVEN DOLLARS AND ZERO CENTS Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award of the project shall be determined based on the lowest responsible bidder. Therefore, the Contractor shall completely fill out the Bid Schedule. Accompanying this proposal is BIDDER'S BOND (Insert "$ 10% OF THEIR G.A.B. 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 YUN SU CHUNG / PRESIDENT 03/03/2025 SIGNATURE DATE 18 FULLERTON, CA 92831 CITY ZIP CODE 986567 / CLASS A, B, & C 10 STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION 714-770-0379 TELEPHONE 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 Section 7028.15. CONTRACTOR SI OR AUTHORIZED OFFICER 19 YUN SU CHUNG / PRESIDENT LIST OF SUBCONTRACTORS * AREA 5 RESIDENTIAL NEIGHBORHOOD PROJECT ADA CURB RAMP IMPROVEMENT PROJECT LOCATION AREA 5, DIAMOND BAR, CA CLIENT CITY OF DIAMOND BAR CONTRACTOR TOWO ENTERPRISE INC BID OPENING DATE 03/04/2025 CDBG PROJECT NO. 602671-24 PROJECT NO. CIP PROJECT NO. SI254 Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract ON POINT LAND SURVEYING, INC LS 8133 1906 ORANGE TREE LN 15% MONUMENT PERPETUATION SUITE 240 REDLANDS, CA 92374 * In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor 20 license of each Subcontractor - who will perform work or labor or render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor's total bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5%)of the Prime Contractor's total bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 21 DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 61091 The undersigned, a duly authorized representative of the contractor, certifies and declares that: 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. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 22 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of MARCH3RD , 2025, at FULLERTON,CA (place of execution) . Signature Name: YUN SU CHUNG Title: PRESIDENT Name of Contractor: TOWO ENTERPRISE INC 23 BIDDER'S VIOLATION OF LAN/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 If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 24 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT 03/04/2025 Bid 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 three 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 anv and all fatalities - ITEM 3 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2022 2023 2024 TOTAL 2025 No. of Contracts 14 12 12 38 3 Total dollar amount of contracts in 1,000's) $7,275,591 $7,128,992 $7,826,524 $22,231,107 $3,690,580 No. of lost workday cases 0 0 0 0 0 No. of lost work day cases involving permanent transfer to 0 0 0 0 0 another job or termination of employment No. of lost workdays 10 10 10 0 0 *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled to me at this time and I declare information is true and accurate records. TOWO ENTERPRISE INC Name of Bidder (Print 2536 FENDER AVE STE D Address FULLERTON, CA 92831 from the records that are available under penalty of perjury that the within the limitations of these -L-1- YUN SU CHUNG / PRESIDENT Sig ture 986561 CLASS A, B, & C10 State Contractor's Lic. No. & Class 714-770-0379 City Zip Code Telephone 25 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF 1399 ANGET=M) ©CZAN6& YUN SU CHUNG being first duly sworn, deposes and says: That he is PRESIDENT of, TOWO ENTERPRISE INC 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 03 day of t /A1ZcH ----------------- ---------- YOUNG WAN CHOI cow. �2 NOTARY FiIRl3C ■ CAUFOWA ova NGE �arrrrr Camrn. N8e 5.2025 Signature of 27 J"4x�--- YUN SU CHUNG / PRESIDENT S ature 20 ->,5' ��� cer Administering Oath (Notary Public) "4am-I•)�111IBE, KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has issued an invitation for bids for the work described as follows: AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. SI254 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. 34 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. 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: February, 20, 2025 "Principal" Towo Enterprise, Inc By: Its Yu GNUNG , PRECI�ENT M Its "Surety" Developers Surety and Indemnity Company By: I t s Rebecca Haas -Bates, Attorney -in -Fact By: 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) (Seal) 35 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 March 03, 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 evideQhe to be the person($) whose name I are subscribed to the within instrument and cknowledged to me tha she/they executed the same in h' /her/their authorized capacity(i 6s), and that by is her/their signature($) oe instrument the person(s), or the entity upon behalf of which the person(/) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. -------------- WITNESS my hand and official seal. YOUNG WAN CHOI COMM. #2358532 NO PU9UC • GWFDRH4A p ORANGE COUNTY (Notary5 Comm �"'a• "� S• 2O26 Signature of Notary P c _ ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT BID BOND (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 carefidly 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 fornr. • 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.NotaryC]asscs.com CALIFORNIAALL-PURPOSE• •CIVIL• C: �<�Ca, t tom: �. �< :r.�:�t.ae{:�qT<�'re..�c t•�c�eG-�Cr:�e.•a..•T.�.�.�e.e•C:Sc�2�:�. s� Ca�S. G�.:cC. �.�Cae�.��•f-.�.. 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 02/20/2025 before me, Alma Karen Hernandez, Notary Public Date personally appeared Rebecca Haas -Bates Here Insert Name and Title of the Officer Name(*of Signerrl who proved to me on the basis of satisfactory evidence to be the person(* whose name(. is/am subscribed to the within instrument and acknowledged to me that se/she/thw executed the same in Y is/her/tlteir authorized capacity(ibs), and that by hWher/ftieir signature�*on the instrument the person(* or the entity upon behalf of which the personK acted, executed the instrument. ALMA KAREN HERNANDEZ Notary Public • California z Orange County > Commission ; 2390908 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. 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: _02/20/2025 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 ❑ General ❑ Individual W Attorney 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 ❑ Other: _ Signer Is Representing: Get/,G\✓�G�G�✓i�_✓,G\L�,G�%,G`�1, .\✓i\�G\:i\✓.\:.G�✓;`,G\�G\�G\_,%C✓'i\✓G\✓.'i\✓i\✓G\�:\✓G\✓.G�✓:`�✓.G�•i�:\;�G�✓G�'/G�✓5�b, G\✓,�.�✓G�✓:�G`.'�/<'••/G\✓, \�.\2„�:\1 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item#5907 POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY 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, COREPOINTE 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 Attorney -in -Fact, to make, execute, deliver and acknowledge, for and on behalfof said companies, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey-in-Pact till 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 February 20, 2025 and shall expire on December 31, 2025. This Power of Attorney is granted and is signed under and by authority ofthe following resolutions adopted by the Board of Directors ofCOREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (collectively, "Company") on February 10, 2023. RESOLVED, that Sam Zaza President, Surety Underwriting, James Bell Vice President Surety Underwriting, and Craig Dawson Exe •utive Underwriter 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 attorneys) -in -fact named in the Power of Attorney to execute, on behalf of the Company, bonds, undertakings and contracts of suretyship, or other suretyship obligations, and that the Secretary or any Assistant Secretary of the 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 must 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, COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this March 27 2023 ,,�4N�4t+�44r4i ,��Nsru�eirs B �.•' ��1SlJiZgNC•. .•'� �Y AND I&Q'' �': � ��J o Rq Printed Naitc: Samlaza �0��:'ej F•.t7� _ G}:�aG repo-,�2% Title: President, Surety Underwriting ACKNOWLEDGEMENT: • 0 'UjSEAL� AWN..*• Y: /lsILN 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 1936 ad 0140610% On this 27 day of March , 20 23 , before me. Hoan uyen Phu Pham , personally appeared Sam Zaza who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to within die instrument and acknowledged to me that they executed the same in their authorized capacity, and that by the signature on the instrument the entities upon behalfwhich the person acted, executed this instrument. I certify, under penalty of perjury, under the laws ofthe State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. r °� HOAN&QUYEN P. PHAM J Notary Public - California = w Orange County > Signature Commission # 2432970 K My Comm. Expires Dec 31, 2026 CORPORATE CERTIFICATION The undersigned, the Secretary or Assistant Secretary of CORLPOiNfE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the provisions ofthe resolutions ofthe respective Boards of Directors of said corporations set forth in this Power of Attorney are in force as ofthe date of this Certification. This Certification is executed in the City of Cleveland, Ohio, this March 19, 2023. DocuSigned by: By: S — Barry W. Moses, Assistant Secretary POA No. N/A 6BWIUADE548C... DocuSignEnvelope ID:3352BFD6-5E9D-4796-837E-C1 E455E6530F 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: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM TOWO ENTERPRISE INC TITLE OF OFFICER SIGNING YUN SU CHUNG/PRESIDENT SIGNATURE DATE 03/03/2025 Please include any additional information available regarding equal opportunity employment programs now in effect within your company: N/A 36 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 , 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 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: MARCH 3RD , 2025 NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 37 NON —COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) The undersigned declares: I am the PRESIDENT the foregoing bid. of TOWO ENTERPRISE INC, the party making The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under California that declaration is FULLERTON TOWO ENTERPRISE INC Business Name penalty of perjury the foregoing is executed on under the laws of the State of true and correct and that this 03/03/2025 [date], at [city] , CA [state] . YUN SU CHUNG / PRESIDENT Signatu of Bidder (must be notarized) 2536 FENDER AVE STE D, FULLERTON, CA 92831 Business Address Attach Notary Acknowledgement Form to this form when submitting 38 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 March 03, 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 persono whose nam Fare subscribed to the within instrument and knowledged tome that she/they executed the same i hi /her/their authorized capacity(iets), and that by i her/their signature(s) one instrument the person(o, 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. COMM ■rssesM : NOTARY PUBUC • CAUFO►RNu 2 ORANGE COUNTY �� _ �`� Camm. irea Mays, 2625 (Notary Sea I Signature of Notar3tiE51blic ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT NON -COLLUSION DECLARATION (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) p 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 mqy be printed on such a document so long as the verbiage does not require the notary to do something that is illegal far a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document caref rlly 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 nanrc(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/grey is /are ) 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 vl2.10.07 800-873-9865 www.NotaryClasses.com COUNTY LOBBYIST CODE CHAPTER 2.160 COUNTY ORDINANCE NO. 93-0031 CERTIFICATION Name of Firm: TOWO ENTERPRISE INC Address: 2536 FENDER AVE STE D State: CA Zip Code: _ 92831 Telephone Number: ( 714 ) 770-0379 Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the Los Angeles County Development Authority (LACDA). 1) It is understood that each person/entity/firm who applies for a Los Angeles County Development Authority contract, and as part of that process, shall certify that they are familiar with the requirements of the Los Angeles County Code, Chapter 2.160 (Los Angeles County Ordinance 93-0031) and; 2) That all persons/entities/firms acting on behalf of the above named firm have and will comply with the County Code, and; 3) That any person/entity/firm who seeks a contract with the Los Angeles County Development Authority shall be disqualified therefrom and denied the contract and, shall be liable in civil action, if any lobbyist, lobbying firm, lobbyist employer or any other person or entity acting on behalf of the named firm fails to comply with the provisions of the County Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into contract with Los Angeles County and the Los Angeles County Development Authority. Authorized Official: TOWO ENTERPRISE INC (Contractor/Subcontractor) 03/03/2025 (Date) By: I pature) YUN SU CHUNG / PRESIDENT (Title) U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD FORM 4230A REPORT OF ADDITIONAL CLASSIFICATION AND RATE OMB ApprovalNumber2501-0011 (Exp. W1/2022) 1. FROM (name and address of requesting agency) 2. PROJECT NAME AND NUMBER AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 TOWO ENTERPRISE INC CIP PROJECT NO. SI254 2536 FENDER AVE STE D, FULLERTON, CA 92831 3. LOCATION OF PROJECT (City, County and State) DIAMOND BAR, LOS ANGELES COUNTY, CA 4. BRIEF DESCRIPTION OF PROJECT 5. CHARACTER OF CONSTRUCTION ❑ Building [Vf Residential REMOVE & REPLACE SIDEWALK, CURB & GUTTER, ❑ Heavy ❑ Other (specify) CURB RAMPS, HMA PLUG ❑ Highway 6. WAGE DECISION NO. (include modification number, if any) DATE of WAGE DECISION: 7. WAGE DECISION EFFECTIVE CA20250022 02/21 /2025 DATE (LOCK -IN): ❑ COPY ATTACHED 02/21/2025 8. WORK CLASSIFICATION(S) HOURLY WAGE RATES BASIC WAGE FRINGE BENEFIT(S) (if any) CEMENT MASON $45.50 $28.02 LABORER GROUP 1 $43.88 $27.81 OPERATOR GROUP 8 $61.29 $34.33 9. PRIME CONTRACTOR (name, address) 9a. 10. SUBCONTRACTORIEMPLOYER, IF APPLICABLE TOWO ENTERPRISE INC (name, address) 2536 FENDER AYE STE D, FULLERTON, CA 92831 Agree 9b. SIGNATURE DATE ❑ Disagree 03/03/2025 j Check All Th t App ❑ The work to be performed by the additional classification(s) is not performed by a classification in the applicable wage decision. ❑ The proposed classification is utilized in the area by the construction industry. ❑ The proposed wage rate(s), including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage decision. ❑ The interested parties, including the employees or their authorized representatives, agree on the classification(s) and wage rate(s). ❑ Supporting documentation attached, including applicable wage decision. Check One: ❑ Approved, meets all criteria. DOL confirmation requested. ❑ One or more classifications fail to meet all criteria. DOL decision requested. FOR HUD USE ONLY LR2000: Agency Representative Date Log in: (Typed name and signature) Log out: Phone Number HUU-4230A (8-19) PREVIOUS EDITION IS OBSOLETE CONTRACTOR LIST OF PROPOSED SUBCONTRACTORS Bidder must list all subcontracts, regardless of dollar amount or Pp _rcentage of bid. AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT PROJECT NAME location: DIAMOND BAR, CA CITY OF DIAMOND BAR AWARDING AGENCY Project Number. CDBG PROJECT NO. 602671-24 CIP PROJECT NO. S1254 SUBCONTRACTORS: Name, Address, and Telephone Number Employer Identification Number Contractor License Number Contract Amount Estimated Start Date Estimated Completion pate TRADES TO BE USED ON POINT LAND SURVEYING, INC 1906 ORANGE TREE LANE STE 240 REDLANDS, CA 92374 RED 909-792-2221 273321310 LS 8133 $2,200.00 05/19/2025 05/19/2025 SURVEYING SUPERIOR PAVEMENT MARKINGS CYPRESS ST CYP CYPRESS, CA 90630 714-995-9100 204518251 776306 $4268.00 06/16/2025 06/16/2025 STRIPING Signature 03/03/2025 Date YUN SU CHUNG / PRESIDENT Name and Tide TOWO ENTERPRISE INC _ Company Name WORKER'S COMPENSATION CERTIFICATION I certify, by my signature below, that I am aware of the provisions of Section 3700 of the California Labor Code. §3700 requires every employer be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code. I further certify that I will comply with such provisions before commencing the performance of the work of this contract. Date: 03/03/2025 Project Number: CDBG PROJECT NO. 602671-24 CIP PROJECT NO. SI254 Project Name: AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT Company Name: TOWO ENTERPRISE INC Address: 2536 FENDER AVE STE D, FULLERTON, CA 92831 Print Name: YUN SU CHUNG Title: PRESIDENT Signature: NON -SEGREGATED FACILITIES CERTIFICATION Federally Assisted Construction Projects The federally assisted construction contractor certifies that he/she DOES NOT and WILL NOT: Maintain or provide, for his/her employees, any segregated facilities at any of his/her establishments. 2. Permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally assisted contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term segregated facilities means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally -assisted contractor agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he/she will retain such certifications in his/her files. NOTE: The penalty for making false statements in offers are prescribed in 18 U.S.C. 1001. Date: 03/03/2025 Company: TOWO ENTERPRISE INC CDBG PROJECT NO. 602671-24 Project Number: CIP PROJECT NO. SI254 Address: 2536 SENDER AVE STE D. FULLERTON, CA 92831 M Title: YUN SU CHUNG / PRESIDENT PAST PERFORMANCE CERTIFICATION With regard to performance of previous contracts or subcontracts subject to the Equal Opportunity Clause and filing of required reports The Kidder, ❑proposed sub -contractor, hereby certifies that he/she ❑has, bias not, participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he/she ❑has, as not, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance (OFCCP), a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: Project Number: Awarding Agency: Contractor Name: Affiliate Comp ny: By: _ Title: YUN SU JHUNG / PRESIDENT ContractAward: $ Total Number of Employees NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5 (Generally only contracts or subcontracts of $10,000 or under are exempt). Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF-100 EEO-1 must be filed b ; (A) All private employers who are: (1) Subject to Title VI of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2) Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) All federal contractors (private employers), who: (1) Are not exempt as provided for by 41 CFR 60-1.5 (2) Have 50 or more employees, and a. Are prime contractors or first -tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b. Serve as a depository of Government funds in any amount, or c. Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes. EQUAL EMPLOYMENT OPPORTUNITY COMMITMENT TO: CEMENT MASON LOCAL 500 (Name of Labor Union, Workers Representative, etc. 331 CORPORATE TERRACE CIR, CORONA, CA 92879 (Address) Name of Business (Contractor): TOWO ENTERPRISE INC AREA 5 RESIDENTIAL NEIGHBORHOOD CDBG PROJECT NO.602671-24 Project Name: ADA CURB RAMP IMPROVEMENT PROJECT Project Number: CIP PROJECT NO. SI254 The Undersigned currently holds a contract with CEMENT MASON LOCAL 500 , involving funds of the U. S. Government, or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract, and in accordance with Executive Order 11246, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. This obligation not to discriminate in employment includes, but is not limited to the follow: 1. Hiring, placement, upgrading, transfer or demotion; 2. Recruitment, advertising or solicitation for employment; 3. Treatment during employment; 4. Rates of pay or other forms of compensation; 5. Selection for training, including apprenticeship; and 6. Layoff or termination. This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. YUN SU CHUNG (Print Name) 03/03/2025 (Date) By: (Itafore) PRESIDENT (Tide) EQUAL EMPLOYMENT OPPORTUNITY COMMITMENT TO- LABORERS LOCAL 1184 (Name of Labor Union, Workers Representative, etc. 1128 E LA CADENA DR, RIVERSIDE, CA 92507 (Address) Name of Business (Contractor): TOWO ENTERPRISE INC AREA 5 RESIDENTIAL NEIGHBORHOOD Project Name: ADA CURB RAMP IMPROVEMENT PROJECT Project Number: CDBG PROJECT NO. 602671-24 CIP PROJECT NO. SI254 The Undersigned currently holds a contract with LABORERS LOCAL 1184 , involving funds of the U. S. Government, or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract, and in accordance with Executive Order 11246, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. This obligation not to discriminate in employment includes, but is not limited to the follow: 1. Hiring, placement, upgrading, transfer or demotion; 2. Recruitment, advertising or solicitation for employment; 3. Treatment during employment; 4. Rates of pay or other forms of compensation; 5. Selection for training, including apprenticeship; and 6. Layoff or termination. This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. YUN SU CHUNG (Print Name) 03/03/2025 (Date) i By: (Si f ature) PRESIDENT (Title) California Public Contract Code requires every bid on every public works contract of a public to include a declaration under penalty of perjury under the laws of the State of California, in the following form: NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: PRESIDENT TOWO ENTERPRISE INC I am the ____ of the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ___[date], at ___[city], ___[state]." 03/03/2025 FULLERTON, CA FEDERAL LOBBYIST CERTIFICATION Name of Firm: TOWO ENTERPRISE INC Address: 2536 FENDER AVE STE D, FULLERTON State: CA Zip Code: 92831 Telephone Number: ( 714 ) 770-0379 Acting on behalf of the above named firm as its Authorized Official, I make the following Certification to the U. S. Department of Housing and Urban Development and the Los Angeles County Development Authority (LACDA). 1) No Federal appropriated funds have been paid by or on behalf of the above named firm to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee or any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the above named firm shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions, and; 3) The above name firm shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreement) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into the transaction imposed by Section 1352 Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Authorized Official: TOWO ENTERPRISE INC (Contractor/Subcontractor) 03/03/2025 (Date) By: 7-ture) YUN SU CHUNG / PRESIDENT (Title) Certification of Understanding and Authorization This certification is required when a Payroll Officer is not listed on the business license (03r30117) Contractor Name: TOWO ENTERPRISE INC AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB Project Name: RAMP IMPROVEMENT PROJECT GDBGPrgectNumber: 602671-24 Project Location: DIAMOND BAR, CA Local Contracting Agency (LCA) Labor Standards Officer (LSO): CITY OF DIAMOND BAR JESSICA RHIE Telephone: 714 770-0379 The contractor certifies, by signature below, that the designated payroll officer has received a copy of the federal wage decision assigned to this project as identified below; i CA CA20250022 Modification Number 3 Dated 02/21 /2025 The payroll officer acknowledges, by signature below, that she/he have also received, read, and understands the following provision and publication; ■ Federal Labor Standards Provisions (HUD-4010 form), and ■ Contractor's Guide to Prevailing Wage Requirements for Federally Assisted Construction Projects. Further, the person designated as the Payroll Officer understands the labor standards reporting requirements applicable to the above listed project, and she/he is hereby authorized to sign the Statement of Compliance form that will accompany each weekly payroll report for this project on behalf of the contractor. TOWO ENTERPRISE INC Contractor's Business Name YUN SU CHUNG Print Name of Owner or Principal listed on the business license PRESIDENT EUNJIN YU Print Name of Payroll Officer 986567 / CLASS A, B, & C10 License Number Signature of Owner or Prin ipal listed on the business license 03/03/2025 Date Signature of Payroll Officer