Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Copy of Bid 4.8.2025
DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA 'MA . DIAMOND BAR C A L I F 0 R N I A CONTRACT DOCUMENTS AND SPECIFICATIONS FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. S1251 & S1254. All Questions Regarding This Project Are to Be Directed To: Mr. Christian Malpica Associate Engineer City of Diamond Bar (909) 839-7038 Chia Yu Teng, Mayor Steve Tye, Mayor Pro Tem Andrew Chou, Council Member Stan Liu, Council Member Ruth M. Lou, Council Member Daniel Fox, City Manager February 2025 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past three years. Only projects in excess of $2,500,000 each qualify as similar for this project. 1 . Project Title Dillon Road Resurfacing and Bubbling Wells Resurfacing Contract Amount $33,200 222 Type of work Street Resurfacing Client County of Riverside Agency Project Manager Joel Jimenez Phone 951-955-1537 Date Completed September2024 % Subcontracted 13% 2. Proj ect Title Annual Pavement Maintenance at Various Locations FY 2023-2024 Contract Amount $3,850,000 Type of Work Pavement Maintenance Client City of Orange Agency Project Manager Salvador Munoz Phone 714-744-5547 Date Completed August2024 % Subcontracted 22% 3. Project Title Cycle 2 Street Resurfacing Project Contract Amount $3110 000 Type of Work Street Resurfacing Client City of Manhattan Beach Agency Project Manager GilbertRamos Phone 310-802-5353 Date Completed September2023 % Subcontracted 36% 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 current financial condition. Bidder's Signature Michael Amundson, Vice President 10 uardv & Hamer- Inc. Past Proiect References OWNER/AGENCY CONTACT PROJECT NAME, AMOUNT, & COMPLETION DATE City of Grand Terrace Kamran Dadbeh Pavement Rehabilitation on Mount Vernon Avenue 22795 Barton Road (909) 824-6621 Contract Amount: $693,000.00 Grand Terrace, CA 92313 kdadbeh andterrace-ca. ov Completion Date: December 2024 City of Fullerton Melissa Rendon Las Palmas Area Street Rehabilitation 303 West Commonwealth Avenue (714) 738.6886 Contract Amount: $2,585,000.00 Fullerton, CA 92832 melissa.rendon cit offullerton.or Completion Date: October 2024 County of Riverside Joel Jimenez Dillon Road Resurfacing and Bubbling Wells Resurfacing 3525 14th Street (951) 955-1537 Contract Amount: $3,200,000.00 Riverside, CA 92501 jr imenez rivco.or Completion Date: September 2024 City of Orange Salvador Munoz Annual Pavement Maintenance at Various Locations FY 23-24 300 E. Chapman Avenue (714) 744-5547 Contract Amount $3,850,000.00 Orange, CA 92866 smmozpcityoforange.org Completion Date: August 2024 City of Cathedral City Armando Baldizzone Panorama Neighborhood Pavement Reconstruction 68-700 Avenida Late Guerrero (760) 770-0340 Contract Amount: $636,000.00 Cathedral City, CA 92234 abaldizzone cathedralci ov Completion Date: July 2024 City of Ontario Yesenia Lopez 2024 Spring Pavement Rehabilitation Project 303 East " B° Street (909) 395.2103 Contract Amount: $2,041,000.00 Ontario, CA 91764 ylopezPontarioca.gov Completion Date: June 2024 City of Los Alamitos Chris Kelley Bloomfield Street Improvement Project 3191 Katella Avenue (562) 431-3 53 8 Contract Amount:$207,000.00 Los Alamitos, CA 90720 ckelle eit otlosalamitos.or Completion Date: April 2024 City of Rancho Santa Margarita Tri Nguyen Fy 23-24 Annual Residential Overlay 22112 El Pasco (949) 635-1813 Contract Amount: $829,425.00 Rancho Santa Margarita, CA 92688 m u en ci otrsm.or Completion Date: March 2024 City of Vernon Lissette Melendez Gifford Ave, 48th, 49th & 50th Street Improvements 4305 Santa Fe Avenue (323) 583-8811 Contract Amount: $792,000.00 Vernon, CA 90058 Imelendez(a)cityofvemon.org Completion Date: March 2024 City of Signal Hill Davina Buenavism Palm Drive Pavement Rehabilitation Project 2175 Cherry Avenue (310) 766-6985 Contract Amount: $774,000.00 Signal Hill, CA 90755 dbuenavistagkoacorp.com Completion Date: October 2023 City of Manhattan Beach Gilbert Ramos Cycle 2 Street Resurfacing Project 14000 Highland Avenue (310) 802-5353 Contract Amount: $3,110,000.00 Manhattan Beach, CA 90266 pramosarmanhattanbeach.gov Completion Date: September 2023 San Bernardino County Larry White Rain Shadow Road and Other Roads 825 East 3rd Street (909) 663-7599 Contract Amount: $930,000.00 San Berardino, CA 92415 (white d w.sbcoun ov Completion Date: September 2023 City of El Segundo Floriza Rivera FY 23/24 Pavement Rehabilitation Project 350 Main Street (310) 524-2361 Contract Amount: $1,635,000.00 El Segundo, CA 90245 frivera else undo.or Completion Date: July 2023 City of La Caflada Flintridge Nasser Shoushtarian 2023 Citywide Street Resurfacing Program I Civic Center Drive (818) 790-8882 Contract Amount: $1,060,000.00 La Caeada Flintrid e, CA 91011 nshoushtarian Icf ca. ov Completion Dat: June 2023 City of Palos Verdes Estates Monica Pango FY 21.22 Street Improvements 340 Palos Verdes Drive West (951) 475-3625 Contract Amount $1,138,000.00 Palos Verdes Estates, CA 90274 m an o hr reen.com Completion Date: May 2023 City of Norwalk Delfmo Consunji Local Streets Rehabiliation CDBG FY 22-23 12700 Norwalk Blvd (714) 686-891 l Contract Amount: $956,000.00 Norwalk, CA 90650 dconsunji oe-en .com Completion Date: April 2023 City of San Gabriel Alain Mai CDBG Street Improvements Project FY 22/23 425 S. Mission Drive (626) 308-2825 Contract Amount: $490,000.00 San Gabriel, CA 91776 amaiasRchurg Completion Date: March 2023 City of Fullerton Rafael Chavez Residential Street Rehabilitation 303 West Commonwealth Avenue (714) 932-7506 Contract Amount: $1,204,780.00 Fullerton, CA 92832 raful.chavez ci offullerton.com Completion Date: February 2023 City of Moreno Valley Quang Nguyen Pavement Rehab. for Various Local Streets CDBG FY 21/22 14177 Frederick Street (951) 413-3159 Contract Amount: $2,444,260.00 Moreno Valley, CA 92552 quatilinnamoval.org Completion Date: December 2022 Hardv & Hamer. Inc. Past Proiect References OWNER/AGENCY CONTACT PROJECT NAME, AMOUNT, & COMPLETION DATE City of Grand Terrace Kamran Dadbeh Pavement Rehab. On Barton Rd, Van Buren St & Vivienda Ave 22795 Barton Road (909) 824-6621 Contract Amount: $570,000.00 Grand Terrace, CA 92313 kdadbeh andterrace-ca. ov Completion Date: September 2022 City of Downey Desi Gutierrez Residential Street Pavement Rehabilitation Project, Area 1 11111 Brookshire Avenue (562) 904-7110 Contract Amount $2,875,000.00 Downey, CA 90241 d utierr down ca.or Completion Date: June 2022 City of Orange Youichi Nakagawa Prospect & Spring Right Turn Lane Modification Project 300 E. Chapman Avenue (714) 744-5572 Contract Amount: $920,000.00 Orange, CA 92866 ynakagawaacityidmange.org Completion Date: June 2022 City of San Fernando Manuel Fabian Pico Street Improvement Project 117 Macneil Street (818) 898.1243 Contract Amount: $465,000.00 San Fernando, CA 91340 mfabian(d,)sfcity.orgCompletion Date: May 2022 City of Downey Desi Gutierrez Residential Street Pavement Rehabilitation Project, Area 10 11111 Brookshire Avenue (562) 904-7110 Contract Amount: $2,355,000.00 Downey, CA 90241 d utiert dowse ca.or Completion Date: April 2022 City of Jumpa Valley Desiree Flores 2021-22 CDBG Old Mira Loma Pavement Rehabilitation Project 8930 Limonite Avenue (951) 332-6464 Contract Amount: $810,000.00 Juru a Valley, CA 92509 dflores 'uru avalle .or Completion Date: April 2022 City of Anaheim Lorenzo Rea Residential Street Improvement Project - Lotus & Tony, Group 13 200 S. Anaheim Blvd (714) 765-6893 Contract Amount: $5,806,000.00 Anaheim, CA 92805 Irea anaheim.net Completion Date: March 2022 County of Riverside Hector Davila Fisher Street Resurfacing Project 3525 14th Street (951) 955-6885 Contract Amount: $785,560.00 Riverside, CA 92501 hedavila@rivco.org Completion Date: February 2022 City of Chino Hills Carl Hassel Village Center Drive Pavement Rehabilitation Project 14000 City Center Drive (909) 364-2817 Contract Amount: $408,000.00 Chino Hills, CA 91709 chassel chinohills.or Completion Date: December 2021 Las Angeles County Peter Sanque Pavement Reconstruction (Sustainable) North LA County 900 S. Fremont Avenue (661) 947-7173 Contract Amount: $1,873,929.57 Alhambra, CA 91803 sanue w.lacoun ov Completion Date: November 2021 City of Loma Linda Jarb Thaipejr Pavement Rehab. on Barton Rd, Bryn Mawr & Orange Grove 25541 Barton Road (909) 799-2800 Contract Amount: $462,590.00 Loma Linda, CA 92354 jthaipejr@lomaIinda-ca.gov Completion Date: November 2021 City of Norco Sam Nelson Sixth Street Widening 2870 Clark Avenue (951) 270-5607 Contract Amount: $785,000.00 Norco, CA 92860 snelson ci.norco.ca.us Completion Date: September 2021 City of Irwindale Luis Pimentel 2020-2021 Resurfacing Project 5050 N. Irwindale Avenue (626) 430-2259 Contract Amount $544,311.93 Irwindale, CA 91706 I imentel irwindaleca. ov Completion Date: May 2021 City of Brea Steve Kooyman Imperial Highway / Berry St. Intersection Improvements 1 Civic Center Circle (530) 318-1066 Contract Amount $579,648.80 Brea, CA 92821 skooymangintemestgrp.com Completion Date: May 2021 City of Colton Jess Sotto FY 20-21 Asphalt Paving Project 650 N. La Cadena Drive (909) 370.5551 Contract Amount $2,695,493.64 Colton, CA 92324 isotto coltonca. ov Completion Date: May 2021 City of Burbank Adam Salehi 2020 Street Improvement Project 301 E. Olive Avenue (818) 238-3946 Contract Amount: $1,253,099.98 Burbank, CA 91502 asalehi bwbankca. ov Completion Date: April 2021 City of Oxnard Renee Hatcher Thin Maintenance Overlay Project Phase II (Rebid 2) 300 West Third Street (805) 385-8280 Contract Amount: $6,550,000.00 Oxnard, CA 93030 rence.hatcher oxnarcaurg Completion Date: November 2020 City of Moreno Valley Michael Wolfe Citywide Pavement Rehabilitation Program FY 19-20 14177 Frederick Street (951) 413-3100 Contract Amount: $4,080,364.90 Moreno Valley, CA 92552 purchasingdivisionAmoval.org Completion Date: November 2020 City of Cypress Alex Bangean Arterial Rehabilitation Project 230 5275 Orange Avenue (714) 229-6740 Contract Amount: $1,042,000.00 Cypress, CA 90630 abangean(&cypressca.org Completion Date: August 2020 City of Banning Art Vela Street Rehabilitation at Various Locations 99 East Ramsey Street (951) 922-3130 Contract Amount: $1,451,000.00 Banning, CA 92220 avela bannin ca. ov Cam letion Date: March 2020 BIDDER'S PROPOSAL FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254 Date March3l , 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: Hardy&Harper, Inc. Dan T. Maas - President Michael Amundson & Tanner Hambright - Vice President Kristen Paulino - Corporate Secretary (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 10% of the total amount bid DOLLARS ($ 10% ) 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. 32 Rancho Circle 714-444-1851 Address of Bidder Telephone of Bidder Lake Forest CA 92630 City Zip Code Signature of Bidder Michael Amundson, Vice President W.. BID SCHEDULE FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. S1251 & S1254 BASE BID "SCHEDULE A" - RESIDENTIAL & COLLECTOR STREETS, PROJECT NO. Si251 ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT A-1 1 LS MOBILIZATION AND DEMOBILIZATION 150,060 ISo,000 A-2 1 LS TRAFFIC CONTROL AND PUBLIC SAFETY 4'10, 88`I ¢70, Vol A-3 1 LS WATER POLLUTION CONTROL Jlo,000 4I0,060 A-4 1 LS CONSTRUCTION STAKING AND MONUMENT PRESERVATION $40,000 440,060 A-5 1 LS PUBLIC NOTIFICATION 10, 000 # 10, 000 A-6 61 EA ADJUST WATER VALVE BOX AND COVER TO GRADE 4185.0o l fJ/, A95 A-7 4 EA ADJUST STORM DRAIN MANHOLE FRAME AND COVER 4700.06 42,960 TO GRADE A-8 46 EA ADJUST SANITARY SEWER MANHOLE FRAME AND COVER J 700.00 ;t52,�L60 TO GRADE A-9 1 EA COORDINATE SANITARY SEWER VAULT FRAME AND COVER 000.60 �100.00 ADJUSTMENT WITH OWNER A-10 2 EA COORDINATE ELECTRICAL MANHOLE FRAME AND COVER 4100.00 200.00 ADJUSTMENT WITH OWNER A-11 2 EA COORDINATE TELECOMM MANHOLE FRAME AND COVER 4100.0o ya oo.Oo ADJUSTMENT WITH OWNER 17 ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT A-12 16 EA REMOVE EXISTING IMPROVEMENTS AND INSTALL NEW ADA COMPLIANT CURB -Ag,000 RAMP PER SPPWC STD. PLAN 111-5 A-13 50 LF REMOVE EXISTING CURB AND GUTTER AND RECONSTRUCT #1yS.00 50 PER SPPWC STD. PLAN 120-3 (A2-6 or A2-8) A-14 6,133 SF REMOVE EXISTING CROSS GUTTER AND RECONSTRUCT # 50.00 jQ3,990 PER SPPWC STD. PLAN 122-3 (8" DEPTH) A-15 13,334 SY APPLICATION OF TYPE II SLURRY SEAL AND CRACK 0-15 4501001•So SEAL A-16 30,074 SY APPLICATION OF CAPE SEAL AND CRACK SEAL L •'75102,994•So A-17 6,266 SY COLD MILL EXISTING AC (1.5" DEPTH) {S.So53,2101 A-18 6,870 SY COLD MILL EXISTING AC (2.0" DEPTH) 45. #3I, 185 A-19 582 TON CONSTRUCT HMA OVERLAY (1.5" DEPTH) 4150.60 �83 300 A-20 850 TON CONSTRUCT HMA OVERLAY (2.0" DEPTH) 4150.00121,506 A-21 10,382 SF BASE REPAIR (6" DEPTH) �Js.00 ¢)s5,�3o A-22 11,456 LF MICRO MILLING AC (1.0 DEPTH AND 4' WIDTH) S.SoL3,Oo$ A-23 1 LS REMOVE TRAFFIC STRIPING AND MARKINGS (SLURRY SEAL 5,000 5,000 AND CAPE SEAL STREETS) A-24 1 LS THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT �20,000 Y%ko,o00 MARKINGS, MARKERS, CURB MARKINGS, AND SIGNPOSTS. A-25 22 EA PAVEMENT CORING PROGRAM �ASo.00 ¢S,SOe 18 TOTAL AMOUNT BASE BID "SCHEDULE "A" ITEMS (IN FIGURES)-> TOTAL AMOUNT BASE BID `SCHEDULE A" (WRITTEN IN WORDS): Ortt r+liI I art +kr« Viuet Y-J .GN Avc Alhoaxan d dol l ar,'. BASE BID "SCHEDULE B" - ARTERIAL STREETS (), PROJECT NO. SI254 ITEM EST. °TI DESCRIPTION UNIT AMOUNT NO. QUANT. WRITTEN IN WORDS PRICE B-1 1 LS MOBILIZATION AND DEMOBILIZATION $50 oao 50 000 B-2 1 LS TRAFFIC CONTROL AND PUBLIC SAFETY 4'10, H 9 10,119 B-3 1 LS WATER POLLUTION CONTROL IO,000 .� 10, ODO B-4 1 LS CONSTRUCTION STAKING AND MONUMENT PRESERVATION �10,000 �IO Ood B-5 1 LS PUBLIC NOTIFICATION B-6 29 EA ADJUST WATER VALVE FRAME AND COVER TO GRADE 118.5.0o 5,3LS B-7 11 EA ADJUST STORM DRAIN MANHOLE FRAME AND COVER TO GRADE 1,400 $15,900 B-8 13 EA ADJUST SANITARY SEWER MANHOLE FRAME AND COVER TO I,400 �)g,A00 GRADE B-9 4 EA ELECTRICAL MANHOLE FRAME AND COVER COORDINATE IOO.00 $ ydo.00 ADJUST TO GRADE B-10 7 EA TELECOM MANHOLE FRAME AND COVER COORDINATE ADJUST TO 4106.00 '700.00 GRADE B-11 1 EA REMOVE EXISTING (I1fL f4A IMPROVEMENTS AND INSTALL , fitr0 NEW ADA COMPLIANT CURB $$,000 4 8)000 19 ITEM EST. °TI DESCRIPTION UNIT AMOUNT NO. QUANT. WRITTEN IN WORDS PRICE RAMP PER SPPWC STD. PLAN 111-5 B-12 130 LF REMOVE EXISTING CURB AND GUTTER AND RECONSTRUCT PER �!$,8 So SPPWC STD. PLAN 120-3 (A2-IyS•o0 8 or A2-10) B-13 37,705 SY COLD MILL EXISTING PAVEMENT (2.5" DEPTH) $156,210 B-14 5,832 TON CONSTRUCT ARHM OVERLAY $729,Ooo (2.5" DEPTH) �I�S.00 B-15 26,169 SF BASE REPAIR (8" DEPTH) 1235,5R1 �q.00 B-16 63 EA INSTALL TRAFFIC LOOP DETECTOR (TYPE E OR TYPE 4yRS.06 fat" -775 F) B-17 1 LS THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT 4 50 000 450,006 MARKINGS, MARKERS, CURB MARKINGS, AND SIGNPOSTS B-18 1 LS COORDINATE VIDEO DETECTION 4166.00 �100.06 ZONE ADJUSTMENTS B-19 8 EA PAVEMENT CORING PROGRAM 250.00 ,r y2,000 150 SF REMOVE EXISTING SIDEWALK r AND RECONSTRUCT PER SPPWC d,�5.o03,'J50 7 STD. PLANS 112-2 AND 113-2 (4" DEPTH) TOTAL AMOUNT BASE BID "SCHEDULE B" ITEMS (IN FIGURES)-) $ �,415,000•00 TOTAL AMOUNT BASE BID "SCHEDULE B" (WRITTEN IN WORDS): 6YLL vniWayl, -Fpur \1K+A8rtA Fifltan4AW= -1�1oK3an� �a11a�S. all TOTAL AMOUNT BASE BID "SCHEDULE A" + "SCHEDULE B" $ '� •'1 �( O� O 00 • O O ITEMS IN FIGURES)—) TOTAL AMOUNT BASE BID "SCHEDULE A" + "SCHEDULE B" ITEMS (WRITTEN IN WORDS): `rwo wio ovy &"*-^ %mare Sven+u -PykoysnncA Ao1karS- Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is Bidder's Bond (Insert "$ 10% of the total 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. 21 Hardy & Harper Inc. March 31, 2025 NAME OF BIDDER (PRINT) SIGNATURE DATE Michael Amundson, Vice President 32 Rancho Circle ADDRESS Lake Forest CA 92630 714-444-1851 CITY ZIP CODE TELEPHONE 215952 A C-8 & C12 STATE CONTRACTOR LICENSE MO. 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 Section 7028.15. Michael Amundson, Vice SIGNATURE OR AUTHORIZED OFFICER 22 LIST OF SUBCONTRACTORS * BID OPENING DATE April 8, 2025 Residential & Collector Streets Rehabilitation PROJECT (Area 4) and Arterial Rehabilitation PROJECT NO. S1251 & S1254 LOCATION Various Locations Diamond Bar, CA CLIENT City of Diamond Bar CONTRACTOR Hardy & Harper Inc. Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract C-c1 gIl1A� j00o011150 i A P S 943'19 � 100000aaol i N1o�e ri o �1�cp Seal MISsiorl Pav;�y to�.y 15"1 160000161'7 wig aaI L. U.('f SeA Sm,�+son 61151 V � oa000 l l.10 �° Oravt t 1LooeS PV-S 5L09351 100000331.3 � y rA a Va11� Cola (Vim II CaS c t,a,nd L5411 1000001533 2 �' 0 myx c- S UtfJ c. �8668 WOO Ldk� forest' 2'/• Craek Seo1 * 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 23 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 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. 24 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 a�s 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. 9. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 25 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 March 31 , 2025, at Lake Forest, CA (place of execution) . Signature Name: Michael Amundson Title: Vice President Name of Contractor: Hardy & Harper, Inc. 26 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 If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractors 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. 27 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Residential&Collector Streets Rehabilitation (Area 4) and Arterial Rehabilitation Bid Date April 8, 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 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 474 488 190 1,167 15 Total dollar amount of contracts in 1,000's 108 429 $128 461 $112,137, $350 866 $1 839 No. of lost workday cases 4 2 2 8 0 No. of lost work day cases involving permanent transfer to another job or termination of employment 1 0 0 0 0 No. of lost workdays 1 144 18 43 205 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 to me at this time and I information is true and records. Hardy & Harper, Inc. compiled from the records that are available declare under penalty of perjury that the accurate within the limitations of these Name of Bidder (Print 32 Rancho Circle Address Lake Forest, CA 92630 City Zip Code Signature Michael Amundson, Vice President 215952 A,C-8 & C12 State Contractor's Lic. No. & Class 714-444-1851 Telephone 28 AFFIDAVIT FOR CO -PARTNERSHIP FIRM STATE %CALIFORNIA)SS COUNTYOS ANGELES ) sworn, deposes That he is a being first duly says: of the co -partnership firm designated as which is the party ma 'ng the foregoing proposal or bid; that such bid is genuine and not coll ive or sham; that said bidder has not colluded, conspired, connived or a reed, directly or indirectly, with any other bidder or person to put i a sham bid or that such other person shall refrain from bidding; and s not in any manner sought by collusion to secure any advantage again the City of Diamond Bar or any person interested in the proposed ontract, for himself or for any other person. That he has been and is duly veXted with authority to make and sign instruments for the co-partnership\by who constitute the other members of the cif partnership. Signature Subscribed and sworn to before me this day of 20 Signature of Officer Administering Oa (Notary Public) 29 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Michael Amundson being first duly sworn, deposes and says: That he is Vice President o f , Hardy & Harper, 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 day of Signatu Michael Amundson, Vice President C Please See Attached Signature of Officer Administering Oath (Notary Public) 30 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 O See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer(s], not Notary) x� Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) 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 / YOR AN E �oCK �l No,ry °� � CaC(ornla i Orange antv y / Commissmi I L 77551 Ky Comm. Ex i res c� 5. c025 Subscribed and sworn to (or affirmed) before me on this 3 day of April 20 25 by Date Month Year (1) Michael Amundson (and (2) ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(a) who appear§q before me. Signature Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: 02014 National Notary Association • www.Nationa[Notary.org • 1-800-US NOTARY (1-800-876-6827) Item #5910 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE \CALIFORNIA ) )SS COUNTY 0 LOS ANGELES ) , being first duly sworn, d)�poses and says: That he is t e party making the foregoing proposal or bid; that such bid is genui e and not collusive or sham; that said bidder has not colluded, conspire , connived or agreed, directly or indirectly, with any other bidder o person to put in a sham bid or that such other person shall refrain rom bidding; and has not in any manner sought by collusion to secure a advantage against the City of Diamond Bar or any person interested i the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature 20 Signature of Officer Admini tering Oath (Notary Pub 'c) 31 AFFIDAVIT FOR JOINT VENTURE STATE %CALIFORNIA ) )SS COUNTY 0 LOS ANGELES ) duly sworn, deposes and says: That he of, being first H one of the parties subknitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on bNkhalf of the parties making said bid who are: G that such bid is genuine and not ollusive or sham; that. said bidder has not colluded, conspired, connive or agreed, directly or indirectly, with any other bidder or person to pu in a sham bid or that such other person shall refrain from bidding; and as not in any manner sought by collusion to secure any advantage agai t the City of Diamond Bar or any person interested in the proposed con ract, for himself or for any other person. Subscribed and sworn to before me this day of Signature , 20 Signature of Officer Administering Oath (Notary Public) BOND No. 32 Bond No. CSBA-30522 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 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254. WHEREAS 32 Rancho Circle, Lake Forest, CA 92630 (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 Fidelity and Deposit Company of Maryland 777 South Figueroa Street, Suite 3900, Los Angeles, CA 90017 (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Ten Percent of the Amount Bid Dollars($10% ), being not less than ten percent (100) 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. 37 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: April 1st, 2025 "Principal" Hardy & Harper, Inc. 32 Rancho Circle. Lake Forest. CA 92630 M 1A "Surety" Fidelity and Deposit Company of Maryland 777 South Figueroa Street, Suite 3900 Las Angeles CA 90017 By: Dwight Reilly Its 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) M] 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 April 3. 2025 before me, Morgan E. Churnock Notary Public Date Here Insert Name and Title of the Officer personally appeared Michael Amundson and Kristen Paulino Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/slice/they executed the same in his/her/their authorized capacity(ies), and that by his/har/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. a�q WITNESS my hand aofficial se I. Signature i N 4nd n ure o tary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Michael Amundson © Corporate Officer — Title(s): v rP Pracfrlent ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Hardy & Harper, Inc. Signer's Name: Kristen Paulino © Corporate Officer — Title(s): corporate Secretary ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Hardy & Harper Inc 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item 85907 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 04/01/2025 before me, Melissa Ann Vaccaro, Notary Public (insert name and title of the officer) personally appeared Dwight Reilly who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shetthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MEUa9A V4N VACCARO � COMM 2 01942 ¢ J Notary Pt 0c-C lifornia ORANGE COUNTY - ht� Comm. Ex ices M1la} 12. 2CF Signature "qLC-0r\:)(SeaI) Melissa Ann Vaccaro Bond No. CSBA-30522 ZURICH AMERICAN INSURANCE COMPANY COLONIAL .AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies'), by Christopher Nolan, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Daniel RUCKABAY, Frank MORONES, Dwight REILLY, Arturo AYALA, Shaunna ROZELLE OSTROM, Benjamin WOLFE, Chelsea LIBERATORE, Ben STUNG, Michael D. STONG, R. NAPPI, Adrian LANGRELL, Magdalena R. WOLFE of Orange, California, its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of Said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 20th day of February, A.D. 2025. It 3 "seu �` srnt"�q-t SEAL g,. } ,� w ,. t'^+...,.. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONLAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Christopher Nolan Dice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 20 th day of February, A.D. 2025, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me personalty known to be the individuals and officers described in and who executed the precedine instrument, and acknowledged the execution of same, and being by me duly swum, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written Genevieve M. Matson Notary Public My Commission Expire January 27, 2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -face with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned. Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attomey is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the I Sth day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 1st day of April , 2025 . ��`OpPC S?% aA�af pq pkRl.. k'4 i y p90� = SEAL E-o SEAL -.§ SFJL ] '77AR (kPcl Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 reportsfe I ai m sC zurich n a.com 800-626.4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 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. FI TITLE OF OFFICER SIGNING Michael Amundson, Vice President SIGNATURE DATE March 31. 2025 Please include any additional information available regarding equal opportunity employment programs now in effect within your company: Please see attached. 39 HARDY & TIARPER, INC. COMPANY POLICIES AND PROCEDURES SECTION 1.0 EQUAL EMPLOYMENT OPPORTUNITY Hardy & Harper, Inc. is an equal opportunity employer and makes employment decisions on the basis of merit. We want to have the best available people in every job. Hardy and Harper, Inc. company policy prohibits unlawful discrimination based on race, color, creed, gender (including gender identity and gender expression), religion (all aspects of religious beliefs, observance or practice, including religious dress or grooming practices) marital status, registered domestic partner status, age, national origin or ancestry, physical or mental disability, medical condition (including cancer or a record or history of cancer, and genetic characteristics), sex (including pregnancy, childbirth, breastfeeding or related medical condition), genetic information, sexual orientation, military and veteran status or any other consideration made unlawful by federal, state, or local laws. It also prohibits unlawful discrimination based on perception that anyone has any of those characteristics, or Is associated with a person who has or is perceived as having any of those characteristics. Discrimination can also include failing to reasonably ;accommodate religious practices or qualified individuals with disabilities where the accommodation does not pose an undue hardship. All such discrimination is unlawful. Hardy and Harper, Inc. is committed to compliance with all applicable laws providing equal employment opportunities. This commitment applies to all people involved in Hardy and Harper, Inc. operations and prohibits unlawful discrimination by any employee of the company, including supervisors and coworkers. If you believe you have been subjected to any form of unlawful discrimination, submit a written complaint to your supervisor or Chris Icamen Hardy and Harper, Inc, EEO officer. Your complaint should be specific and should include the names of the individuals involved and the names of any witnesses. If you need assistance with your complaint, or if you prefer to make a complaint in person, contact Chris Icamen EEO Officer. Hardy and Harper, Inc. will immediately undertake an effective, thorough, and objective investigation and attempt to resolve the situation. If the Hardy and Harper, Inc. determines that unlawful discrimination has occurred, effective remedial action will be taken commensurate with the severity of the offense. Appropriate action also will be taken to deter any future discrimination. Hardy and Harper. Inc. will not retaliate against you for filing a complaint and will not knowingly permit retaliation by management employees or your coworkers. To comply with applicable laws ensuring equal employment opportunities to qualified individuals with disability, Hardy and Harper, Inc. will make reasonable accommodations for the known physical or mental limitations of an otherwise qualified individual with a disability who is an applicant or an employee, unless undue hardship would result. Any applicant or employee who requires an accommodation in order to perform the essential functions of the job should contact Chris Icamen EEO Officer, and discuss the need for an accommodation. Hardy and Harper, Inc. will engage in an interactive process with the employee to identify possible accommodations, if any, that will help the applicant or employee perform the job. An applicant or employee who requires an accommodation of a religious belief or practice (including religious dress and grooming practices, such as religious clothing or hairstyles) job should contact Chris Icamen EEO Officer and discuss the need for an accommodation. If the accommodation is reasonable and will not impose an undue hardship, Hardy and Harper, Inc. will make the accommodation. Hardy and Harper, Inc. EEO Officer Chris Icamen can be reached at 714-444-1851 Ext.128 or C icamenip& hardya ndharper.com Dan Maas, CEO r;,; j 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 X , 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 X , 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. Hardy & Harper. Inc. (COMPANY) BY: i� - Michael Amundson, Vice President (TITLE) DATE: March 31 , 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. X NON -COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) The undersigned declares: I am the Vice President of Hardy & Hamer. Inc, 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 March 11, 2025 [date] , at Lake Forest [city] , CA [state] . Hardy & Harper. Inc. Business Name Signature or Bidder (must be notarized) Michael Amundson, Vice President 32 Rancho Circle, Lake Forest, CA 92630 Business Address Attach Notary Acknowledgement Form to this form when submitting I 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 April 3. 2025 before me, Morgan E. Churnock Notary Public Date Here Insert Name and Title of the Officer personally appeared Michael Amundson Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sKe/they executed the same in his/her/their authorized capacity(i(r), and that by his/har/their signature(g) on the instrument the person(W, or the entity upon behalf of which the person(s) acted, executed the instrument. K i � n C "' P 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. of Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Michael Amundson 7 Corporate Officer — Title(s): V no. Prnsidanr ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Hardy & Harper. Inc. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — 0 Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator r1 Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 i uiiui uiii uu lull iiiu lull lull lull lull iiiii iiiu iuu ilia iiii uii BA20241230236 STATE OF CALIFORNIA Office of the Secretary of State STATEMENT OF INFORMATION CORPORATION California Secretary of State r 1500 11th Street Sacramento, California 95814 (916) 657-544B Endty Details Corporation Name HARDY & HARPER, INC. Entity No. 0443071 Formed In CALIFORNIA Street Address of Principal Office of Corporation Principal Address 32 RANCHO CIRCLE LAKE FOREST, CA 92630 Mailing Address of Corporation Mailing Address 32 RANCHO CIRCLE LAKE FOREST, CA 92630 Attention Street Address of California Office of Corporation Street Address of California Office 32 RANCHO CIRCLE LAKE FOREST, CA 92630 Officers For Office Use Only -FILED - File No.: BA20241230236 Date Filed: 7/1/2024 Officer Name Officer Address Position(s) Kristen S. Paulino 32 RANCHO CIRCLE Secretary, Chief Financial Officer Lake Forest, CA 92630 DANIEL THOMAS MAAS 32 RANCHO CIRCLE Chief Executive Officer LAKE FOREST, CA 92630 Additional Officers Officer Name Officer Address Position Stated Position Michael A Amundson 32 RANCHO CIRCLE LAKE FOREST, CA 92630 Vice President Directors Director Name Director Address Tessa Irene Maas 32 Rancho Circle Lake Forest, CA 92630 Daniel Thomas Maas 32 RANCHO CIRCLE LAKE FOREST, CA 92630 0 Kristen S Paulino 32 RANCHO CIRCLE LAKE FOREST, CA 92630 The number of vacancies on Board of Directors is: 0 Agent for Service of Process Agent Name Agent Address KRISTEN S. PAULINO 32 RANCHO CIRCLE LAKE FOREST. CA 92630 Type of Business Type of Business ASPHALT PAVING CONTRACTOR to (D n H m ft Pi 11 M N r-r P+ rr (D Page 1 of 2 Email Notifications Opt -in Email Notifications Yes, I opt -in to receive entity notifications via email. Labor Judgment No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal therefrom is pending, for the violation of any wage order or provision of the Labor Code. Electronic Signature ® By signing, I affirm that the information herein is true and correct and that I am authorized by California law to sign. Kristen S. Paulino Signature 0710112024 Date b� N co tP I N W 00 N 0 0 N 0 N Page 2 of 2 CONTRACTORS dCB STATE LICENSE BOARD �^^'^^'^w"'•'^" ACTIVE LICENSE .,.m..215952 � CORP .... HARDY & HARPER INC cmr.+w.,A C-8 C+2 hpm .om o. 12/31/2025 www.cslb.ca.cav 5/28/24, 9:15 AM Registrations Contractor Information Registration History Effective Date Expiration Date Legal Entity Name HARDY & HARPER INC. 06/15/18 06/30/19 Legal Entity Type '.. '•. Corporation 05/09/17 06/30/18 Status 06/08/16 06/30/17 Active Registration Number 06/19/15 06/30/16 1000000076 Registration effective date 07/02/14 06/30/15 07/01/24 07/01/19 06/30/20 Registration expiration date 06/30/25 07/01/20 06/30/21 Mailing Address -- -- -- 32 Rancho Circle Lake Forest 92630 CA United State... 07/01/21 06/30/22 Physical Address 32 Rancho Circle Lake Forest 92630 CA United State... 07/01/22 06/30/23 ! Email Address 07/01/23 06/30/24 cicamen@hardyandharper.com -- --- -- - " Trade Name/DBA 07/01/24 06/30/25 License Number(s) CSLB:215952 CSLB:215952 Legal Entity Information Corporation Entity Number: C0443071 President Name: Daniel Maas - Vice President Name: Treasurer Name: ',. Secretary Name: CEO Name: Qyencv for Service: Agent of Service Name: Commercial Surety Bond Agency Agent of Service Mailing Address: 1411 N. Batavia Street, #201 Orange 92867 CA United States of America Worker's Compensation Do you lease employees through Professional Employer Organization (PEO)?: Please provide your current worker's compensation insurance information below: PEO PEO PIED FED lnformationName Phone Email Insured by Carrier Policy Holder Name: Insurance Carrier: Policy Number: Inception date: Expiration Date: No Hardy & Harper, Inc. BITCO General Insurance Corporation CAP3742814 04/15/24 04/15/25 https://cadir.my.salesform-sites.conVContractorSearch/registrationSearchDetails?id=al RBy000001 vmkbEAA 1 /1 11 ON