Loading...
HomeMy WebLinkAboutMAPLEEXPERIENCE STATEMENI To be responsive,the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past five years.Only projects in excess of $500,000 each qualify as similar for this projec. 1.Project Tite CJUHSD District Wide Pool Scoreboard Phase 2 Contract Amount $595,405.00 Type of Work Client Renovate and Installation Chaffey Joint UnionHigh School District Agency Project Manager DougHavens Date Completed 0221/2024 Project Titte Contract Amount Type of Work Client Phone626-455-0050 %Subcontracted 20% Site Clearing of Existing Resicential Properties at 11916,11918 and 11926169th Street,And Handball Court at AJ Padelford Park,Artesia,CA 90701 $542,083.40 SiteClearing of ExistingResidentialProperties City ofArtesia Agency Project Manager Leslie Nacionales-Tafoya Date Completed 10O/16/2023 Project Tite Contract Amount Type of VWork Client Phone (562)865-6262 %Subcontracted20% Ph 1 ESSER Shade Structures -Group 1 Various Sites S689,370.03 Provideconstructionservices for theinstallation of (8)totalDSA-approved 30'x40'fabric Shade Structure. Long BeachUnified School Distict Agency Project Manager Date Completed 10/2712023 Adam Lafreniere Phone 562-997-7550 %Subcontracted 20% NOTE:If requested by the City,the bidder shall furnish a certified financial statement,references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature 2 3. 8 1293492.1 Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted.The class of license shall be applicable to the work specified in the contract.Each bidder shall also have no less than five (5)years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include,but are not necessarily limited to: 1.The Contractor shall have been in business under the same name and California Contractors License for a minimum of five (5)continuous years prior to the bid opening date for this Project.The license used to satisfy this requirement shall be of same type required by the contract. 2 License classification shall be as required by the contract specifications. 3 The Contractor shall perform at least 50%of contract with its own forces. LISTING SUBCONTRACTORS:Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following).Forms for this purpose are funished 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:"l am aware of the provisions of Section 3700 of the Labor Code which require compensation or to undertake self-insurance in accordance with the provisions of that code,and I will comply with such provisions before commencing the performance of the work of this contract."The fom of such certificate is included as part of the contract documents. 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. EXECUTION OF CONTRACTI: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 16. 17. 18. 19. 1293492.1 notice of the award.Failure or refusal to enter into a contract as herein provided,or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract,the City may award the Contract to the next lowest responsible bidder or re-advertise.On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract,such bidder's guarantees shall be likewise forfeited to the City. "OR EQUAL":Pursuant to Division 5,Chapter 4,Article 4 (commencing at #4380) Govenment 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. EMPLOYMENT OF APPRENTICES:The Contractor,and all subcontractors,shall comply wth the provisions in Sections 1777.5,(Chapter 1411,Statutes of 1968),and 1777.6 of the California Labor Code concerning the employment of apprentices.The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices;however,the Contractor shall have full responsitbility for compliance with said Labor Code section,for all apprenticeable ocCupations,regardless of any other contractual or employment relationships alleged to exist.In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees,the Contractor and all subcontractors shall comply with Section 5 a.3,Title 29 of the Code of Federal Regulations (29CFR). EVIDENCE OF RESPONSIBILITY:Upon the request of the City,a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources,his construction experience,and his organization and plant facilities available for the performance of the contract. 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. PERMITS.FEES AND LICENSES:The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract.Any work required within Caltrans right-of-way will require a separate permit to be obtained by the Contractor.The Contractor shall obtain a nofee Encroachment Pemit from the City of Diamond Bar prior to the start of any work. 10 20. 21. 22. 23. 24. 1293492.1 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 ONE HUNDRED FIFTY (150)working days thereafter.Bidder must agree also to pay as liquidated damages,the sum of five hundred dollars ($500.00)for each calendar day thereafter. CLAIMS FILING AND PROCESSING:_The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter,"Claim")that falls within the definition of Public Contract Code section 9204 (hereafter,"Section 9204"). If these efforts are unsuccessful,the City and Bidder shall process the Claim in accordance with Section 9204.In summary,if the Bidder decides to submit a Claim to the City,it shall be sent by registered or certified mail,return receipt requested, together with reasonable documentation to support the Claim.A Claim may include a Claim by a subcontractor or a lower tier subcontractor meeting the requiremets 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. CONFLICT OF INTEREST:In the procurement of supplies,equipment,construction and services by sub-recipients,the conflict-of-interest provisions in (State LCA-24 CFR 85.36 and Non-Profit Organizations –24 CFR 84.4),OMB Circular A-110,and 24 CFR 570.611,respectively,shall apply.No employee,officer or agent of the sub- recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest,real or apparent,would be involved. 11 26. 27. 1293492.1 BIDDER's PROPOSAL CITY OF DIAMOND BAR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO.FP23506D 20 24DateJULY04 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: MAN DY (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 c0-partners. If an individual,state the name under which the contract is to be drawn.) That this proposal is made without collusion with any person,firm or corporation. That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions,and makes this bid solely upon his Own knowledge. That by submitting this Bidder's Proposal.,he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. That he has carefully examined the specifications,both general and detail,and the drawings attached hereto,and communications sent to him as aforesaid,and makes this proposal in accordance therewith. That,if this bid is accepted,he will enter into a writtern contract for the performance of the proposed work with the City of Diamond Bar. That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule.It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. 12 (b) (c) () (e) () (9) 1293492.1 Accompanying this proposal is a certified or cashier's check or(oidder's bond)payable to the order of the City of Diamond Bar in the sum of 10%OF BID AMOUNT DOLLARS ($10%OFBIDAMOUNT 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 fumished,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. 440 NBARRANCAAVE#5210 Address of Bidder COMINA City 91723 Zip Code (844)252-2677 Telephone of Bigder Signature of Bidder 13 1293492.1 BIDSCHEDULE CITY OF DIAMOND BAR GONTRACT DOCUMENTS AND SPECIFICATIONSS MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO.FP23506D 14 1293492.1 Estimated Quantity 1 Item No. 1 Description Mobilization/Overhead &Profit Unit Allow Unit Price Sis,0o0.00 226,000.00 75,O00.Co 4t60 00 00 IS000.00 lo-00 e-00 O0-00 (000 l,000-0D 4-00 uo00.0O 180.00 276.00 3\300 4,3750D 4,3750o0 |783.00 1,000O Amount 2 Site &Building Demolition LS 22,c00 7SOCO.O0 lo4,04o00768so.0 %1,G0O.0 Z4,050 oD 1S,oo-0D440.0032K7G.co 43,400.00 O4OO0 21,000 o0 G,oo0.o0 (3,l40.O0SGOOOO0 B8,44400 ,750.0o I7 &|3OO I&SO.0028,200-O0de,oco.00 I8,o000o24,000.0 3 Cut and Fill/Over Excavation Allow 4 5 6 7 8 Concrete Walkway (Broom Finish) Concrete Walkway (Retarded Finish) Retaining Wall at Handicap Ramp Ramp at Tot-Lot ADA Ramp In To Tot-Lot 8"x 18"Play Area Curb 18"Deep Play Area Mulch 12"Concrete Banding 18"Concrete Banding at Tot-Lot Concrete Handicap Ramp atHandicap Parking Stalls w/Tact Tile Strip 3'Rock Cobble Banding 6"Concrete Curb at Ramp 6"Concrete Mow Curb Galvanized Steel Guard Rail at Parking Lot GalvanizedSteelGuard Rail/Handrailat Tot-Lot Ramp Galvanized Steel Handrail at Tot-Lot Existing Stairs Galvanized Steel Handrail at basketball Steps GalvanizedSteelGuardRail /Handrailat basketball Ramp Handicap Parking Striping Ramp at Basketball Court Concrete Stairs at Basketball Court Resurface Basketball Court 2,312 1,537 102 370 1 54 4,072 434 42 1 607 1 73 200 123 2 2 1 SF SF LF SF EA LF SF LF LF LS SF LS LF LF LF EA EA LF LS SF LF LS 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 286 24 26 27 28 29 Prefabricated Restroom Building Drinking Fountain Concrete Park Bench Concrete Trash Receptacle PlayEquipment EA EA EA EA LS 6 3 S S,00O.0 1S,o00.00 BAs 00.o0SSOO00 L40,000.00 45.0O 220.00 4-00 3,100 0O 3.400.o0I0.00 235:00 B00-00 ,200.00480-0qoo.o0 30 Ho,oO0.0 2.810.00 4,250oD 3,O80.o le228.o0 7,400-00 7,800-0O 4,480-co 4L,1003t400-0DG,o00.O S,700-od 3 32 33 34 35 36 37 6 HDPEPipe 6"HDPE Perforated Pipe w/Sock 3/4"Drainage Rock at Sump Filter Fabric Under VWood Mulch 6"Round Drain Inlet 18"Square Drain lnlet 18"Concrete "V"Gutter Domestic VWaterLine Irrigation Water line Electrical Sewer Line Sewer Cleanout 206 42 14 4,072 2 2 79 LF LF CY SF EA EA LF 38 39 40 41 42 LF LF LF LF EA 175 118 5 32 3 43 44 45 46 47 48 New Backflow Preventer w/Cage Electrical Meter Electrical Pannel Walkway Light Pannel Tennis Court Light Pannel New Domestic Water Meter Landscape &irrigatlon System Irrigation System Irrigation Controller -Calescence CS3000 Fine Grading Soil Amendments Sod -Marathon I| 1 Gallon Shrubs 5 Gallon Shrubs 24"Box Trees 2"Wood Mulch 2 EA EA LS LS LS LS SF EA SF SF SF EA EA EA SF 4,000.00O 32000.00 4ro00-00ISO00.00 1S000O048,00000 1O-00 7l00-0O 4-00S-0D30.c0 lo00.oo /8,000-00 32oo0o04¢,o00co (s,o00.00 IS,Ooo.00 42.000.0 4KOO.00 7100.009.I500O4.Ko:od30,o42.00 2,4i0.007,000-O4,09r.O0 49 50 51 52 53 54 55 56 57 9,150 1 9,150 9,150 7,512 183 97 7 1,638 MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)> TOTALAMOUNTBID,SCHEDULE(WRITTENINWORDS):Two MIAO GuVe4U9PRED TWETY EAGHTTHOUSAEDDFUE AUNDREDoFOSR 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 al 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 10%OF BID AMOUNT (Insert "$10%OF BID AMOUNT "bidder's bond"as the case may be)in the amount equal to at least ten percent cash","cashier's check","certified check',or (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. CORNER KEYSTONE CONSTRUCTION CORPORATION NAME OF BIDDER (PRINT) 440 N BARRANCA AVE #5210 ADDRESS COVINA CITY 07/04/2024 DATESIGNATURE CA91723 ZIP CODE 17 (844)252-2677 TELEPHONE 2728,64400 1293492.1 CSLB992459/CLASSB&C-33 STATE CONTRACTOR LICENSE NO.AND CLASSIFICATION I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 702815. CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER 18 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE PROJECT NO. 07/11/2024 PF23506DPROJECTMapleHillParkImprovementProject LOCATION 1355 Maple HillRdDianmondBar,CA91765 CLIENT City of Diamond Bar CONTRACTOR Comer Keystone ConstructionCorporation Name Under Which Subcontractor is Licensed RouTBC IPe License No. DIR No. S4424CSits Address of Place of Business (246 Percent of Total Contract Specific Description of Subcontract 14630 Firestine Blvd., La Mirada,CA 90638 1G76.SA&F oCA AE,CA 370 7 w GACPE GOYE OCAGE CA Asphalt paving st co pesCenturyPavingInc.CSLB 311456 DIR1000002297 244 csurs 4429V2 1000074At9SCART LADSeAfB *In compliance with the provisions of the Public Contract Code Section 4104,the undersigned bidder herewith sets forth the name,location of the place of business,and California contractor license of each Subcontractor -who will perform work or labor or 19 1293492.1 Abigail Electric CSLB1091626 DIR 1000898406 Alhambra, CA 3% Electric render service to the Prime Contractor,specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications,in an amount in excess of one-half (1/2)of one percent (1%)of the General Contractor's total base bid amount or,in the case of bids or offers for the construction of streets or highways,including bridges in excess of one-half of 1 percent (0.5%)of the Prime Contractor's total base bid or ten thousand ($10,000.00),whichever is greater,and the portion of the work which will be done by each Subcontractor. DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1;Public Contract Code Section 6109] The undersigned,a duly authorized representative of the contractor,certifies and declares that: 1 The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code,from bidding on,being awarded,or perfoming work as a subcontractor on a public works project for specified periods of time. The contractor is not ineligible to bid on,be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. The contractor is aware of California Public Contract Code Secion 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 peforming work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b)Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law.A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract,and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works project,and detemined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the 20 2 3. 4. 1293492.I 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 Califomia that the foregoing is true and correct.Executed this day of_ (place of execution). JULY 08 2024,at COVINA,CA Signature, Name:MAN DY Title:VP-OPERATIONS Name of Contractor: CORNER KEYSTONE CONSTRUCTION CORPORATION 21 1293492.1 BIDDER'S VIOLATION OF LAWISAFETY QUESTIONNAIRE In accordance with Govemment Code Section 14310.5 and in conformance with Public Contract Code Secion 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 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 aboveStatementandQuestionnaireare part of theProposal,Signing this Proposalon thesianatureportion thereof shall also constitute signature of this StatementandQuestionnaire. Bidders arecautionedthat making a falsecertificationmay subiect the certifier tocriminalprosecution. NO X 22 1293492.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project ldentification Bid Date JULY 11,2024 This information must include all construction work undertaken in the State of California by the bidder and any partnership,joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal.Separate infomation shall be submitted for each particular partnership,joint venture,corporation or individual bidder.The bidder may atach any additional information or explanation of data,which he would like,taken into consideration in evaluating the safety record.An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 5 CALENDAR YEARS PRIOR TO CURRENT YEAR 2021 19 1,541,211 0 2022 18 2,595,074 0 2023 20 CURRENT YEAR 2019 26 741.43 2020 8 255.88 |TOTAL 91 5,151,0087,004,318 0 No.of Contracts Total dollar amount of contracts(in 1,000's) No.of lost workday cases No.of lost work day cases involving permanent transfer to another job or termination of employment No.of lostworkdays "The information required for this item is the same as required for columns 3 to 6,Code 10, Occupational Injuries,Summary -Occupational Injuries and lIlnesses,OSHA No.102. The above information was compiled from the records that are available to me at this time and declare under penalty of perjury that the information is true and accurate within the limitations of these records. CORNER KEYSTONE CONSTRUCTION CORPORATION Name of Bidder (Print 440 NBARRANCAAVE#5210 Address COVINA City 1293492.1 CA 91723 Zip Code Signature CSLB 992459/CLASS B&C-33 State Contractor's Lic.No.&Class (844)252-2677 Telephone 0 0 0 0 0 0 0 0 0 0 PF23506D 23 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES) MAN DY )SS ) being first duly sworn,deposes and says: That he is of, VP-OPERATIONS CORNER KEYSTONE CONSTRUCTION CORPORATION 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. Signatúre Subscribed and swom to before me this day of 20 SEE ATTACHED NOTARY CERTIFIÇATE Signature of Officer Administering Oath (Notary Public) 25 1293492.1I JURAT A notary public or other officer completing this cetificate 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 LOS ANGELES Subscribed and sworn to (or affirmed)before me on TH dayof TUlthis by MAN DY proved to me on the basis of satisfactory evidence to be the person(s)who appeared before me. Signature s.FLO COMM.#2480407 NOTARY PUBLIC .CALIFORNIA LOS ANGELES COUNTY MY COMM.EXPIRES:JAN.28,2023 (Seal) 20 4 Bond No.CSBA-27722 A24-109 BID BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (City'),has issued an invitation for bids for the work described as follows: Maple Hill ParkImprovement Project Project No,NIA WHEREAS CornerKeystone Construction Corp. 440 N.Barranca Ave.,Ste.5210,Covina,CA91723 (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 The OhioCasualtyInsuranceCompany 790 The City Drive South,Suite 200,Orange,CA92868 (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 Percentof the AmountBid ),being not less than ten percent (10%)of the total bid price,in lawfulDollars($10% money of the United States of America,for the payment of which sum well and truly to be made, we bind ourselves,our heirs,executors,administrators,successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT,if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications,entered into the written form of contract included with bidding specifications,furnishes the required bonds,one to guarantee faithful performance and the other to guarantee payment for labor and materials,and furnishes the required insurance coverages, then this obligation shall become null and void;otherwise,it shall be and remain in full force and effect. In case suit is brought upon this bond,Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys'fees in an amount fixed by the court.Surety hereby waives the provisions of California Civil Code $2845. 32 1293492.1 A24-109 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:July 8th,2024 "Principal" Corner Keystone Construction Corp. 440 N.Barranca Ave.,Ste.5210,Covina,CA 91723 "Surety" The Ohio CasualtyInsurance Company 790 The CityDriveSouth,Suite 200,Orange,CA 92868 By: By: By: Frank Morones'lts Attorney-in-Fact By. Its Man Dybongco,President Its Its Note:This bond must be dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal)(Seal) 1293492 I 33 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 07/08/2024 before me,MelissaAnn Vaccaro,Notary Public (insert name and title of the officer) 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 helshelthey 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. Frank Moronespersonalyappeared 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.MELISSA ANN VACCARO COMM.#2401942 Notary PublicCalifornia ORANGE COUNTY My Comm.ExpiresMay12,2026% Signaturel (Seal) Melissa Ann Vaccaro Bond No.CSBA-27722 LibertyMutuál. SURETY This Power of Attomey limits the acts of those named herein,and thoy have no authority to bind the Company oxcopt in the manner and to the extent herein stated. Liberty Mulual Insurance Company The Ohio Casualty Insurance Company West American Insurance Conpany POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of Ihe State of New Hamostire,that Lberty Mutusl Insurance Company is a corporation duly organized under the laws of the State cf Massachusetts.and West American Insurance Company is a corpordicn duy organizes under the laws of the State of indana (herein colectively caled the Companies'),putsuant to and by authonty herein sel forth,does herety name,constute and appot,Arturo Ayala,Daniel Huckabay,Adrian Langrell,ChelseaL.iberatore,Frank Morones,R.Nappi,Dwight Reilly,ShaurinaRozelle Ostrom,Ben Stong,Michaei D Stong. Benamin Wolfe al oftheoty execute,seal,acknowiedgeand delver,lo and on its behalfassuretyandas its acl anddeed,any and alundertakings,bonds,recognizarcesand otter suraty cbigatons,inpursuance of these presents and shal be as binding upon the Companies as it they have been duy signed by the president and atesled by the secretary of the Comganies in their own procer Orange stateeo CA each individually it there be more than one nared,ts true ənd latul attomey-r-fact to make persons IN WITNESS WHEREOF,his Power of Atomey has been subscrbed by an authorized officer or oftcial of the Compánies and the corporate ssds of the Companies have been aficed theretothis 21st_đay of November 2023 NSUD 1912 Liberty Mutual Insurance Company The Ohio Casualty Insurarce Compary West Anerican Insurance Company Davd M Caey.AsstantSecrelary YMSU 1919 IN UR 1991 Carticate No:8209029-969561 By: Sate ofPENNSYLVANIA 5County of MONTGOMERY S$ lOn this 2lst_dayof November 2023 belre me personaly appeared David M Carey,who ackrowiedged himsel to be the Assistant Secretary of Literty Mutua Insurarcel Congpany.The Chio Casualy Company.and West American Insurance Company.and that he,as such being authoized so to do,execute the faregoing ingtrument tor the purpcses theren contained by signing on behat of the coporaions by himset as a duly authorized officer. 3INWITNESS WHEREOF,I have hereunto subscribed my name and affixed my notanal seal at Pymouth Meeting.Pennsytvania,on the day and year frst above writen Canmanwtait od Ponnsyhara-Nocury Sea Teresa Patlela Noary Putle Nortgomery Coutty Commoson nte 126044 lember Parnsjana AstOCehonol NoLres By TeresaPastela,Nolay Puoic y o Ths Power of Attorney is made and exeuted pursuant to and by authority cf the tolawing By-laws and Authonzations of The Chio Casuaty Insurance Company.Lberty Mutual Snsurance Company.and West American Insurance Company which resolutions are now in full force and effect read.ng as folows ARTICLE N-OFFICERS:Section 12 Power of Atlrney. Any officer or other official of the Corporation authorized for that purpose in witing by the Chaiman or the President,and subject to such limitaian as the Chaiman or the President may prescrbe,shal appont such atomeys-in-tact.as may be necessary to act in behalf of the Corporation to make.execute.seal.acknowiedge and defrver as surety| any and all undertakngs.bonds,recognzances and other surety oblgalions.Such attorneysHn-fact.subject to the lmiations set forth in their respective powers of atomey.shall have fuil pONer to bing the Corporaton by ther sgnature and execution of any such instruments and to attach thereto the seal of the Corporaton.When so erecuted.such Instruments shall be as binding as if sgned by the Presdent and attested to by the Secretary.Any power or authority granted to any representative or atomey-in-tact under the provisions of this articie may be revoked at any time by the Board,the Charman,the Presdent or by the officer or offoers graning such power or authonity. ARTICLE XII -Execution of Contracts:Section 5 Suety Bonds and Undertakings Any officer of the Conpany authorized for that purpose in wntng by the chairman or the president.and subject to such imitatians as the chaiman or the president may prescnibe. shall appoint such atorneys-in-fact as may be necessary lo act in behalf of the Company to make,execute,seal,cknowledçe and deiver as surety any and all undertakings. bonds.recognizances and other surety obligatons Such attorneys-in-lact subject to the imitations set forth in their respecive powers of attorney,.shal have ful power to bind the Cormpany tby ther signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shal be as bindng as if signed by the president and atested by the secretary Certificate of Designation -The President of the Company.acting pursuant to the Byiaws of the Company.authorizes David M Carey,Assistant Secretary to appoint such attomeys-in- be necessary to act on benaf of the Ccmpany to make,execute,seal,ackngwedge and deliver as surety any and al undertakings bonds,recognizances and other suretyfactasnay Oblgations Authorization -By unaniTOUSConsent of the Company's Board of Directors,the Company consents that tacsimle or mechanicaly reproduced sgnaure of any assistant secretary of the Company,wherever app3aring upon a certified copy of any power of attomey issued by the Company in connection with surety bonds,shail be vaid and bindng upon the Company with the same force and eflect as though manualy atixed. ,Renee C lewelln.the undersgned.Assistant Secretary.The Chio Casualty Insurance Company.,Lberty Mutual Insurance Company,and West American Insurance Company do herety certty that te original power of attorney of which the foegoing is a ful,true and corect copy of the Power of Attorney execuled by sad Companies,is in tull force and efect and has not beEn revoked. IN TESTINONY WHEREOF,I have hereunto set my hand and atfed the sea's of sad Companes this 8th NSUA 1912 Y INS 1919 NSUP day of July 2024 1991 By Renee C Llewelyn,AssistantSecrelary LMS-12873 LIAÇ CIC WANCM Co 02/21 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar,the firm listed below certifies that it does not discriminate in its employment with regards to race,religion,sex,or national origin; that it is in compliance with all federal,state,and local directives and executive orders regarding non-discrimination in employment;and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 1. 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. To take affirmative steps to hire minority employees with in the company. CORNER KEYSTONE CONSTRUCTION CORPORATION VP-OPERATIONS DATE 07/08/2024 3. FIRM TITLE OF OFFICER SIGNING SIGNATURE Please include any additional inforghation available regarding equal opportunity employment programs now in effect within your company: NONE 1293492.1 34 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS ,hereby oertifies that he hasThebidder in a previous contract or subcontract subject to the Equal Opportunity Clause,as required by Executive Orders 10925,11114,or 11246,and that he has Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency,or the former President's Committee on Equal proposed subcontractor ,has not .participated has not filed with the Joint Employment Opportunity,all reports due under the applicable filing requirements. CORNER KEYSTONE CONSTRUCTION CORPORATION (COMPANY) BY:MAN DY VP-OPERATIONS (TITLE) DATE:JULY 08 2024. 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). Curently,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. 35 1293492.1 A24-109 NON-COLLUSION AFFIDAVIT THE CITY OF DIAMOND BAR:TO: STATE OF CALIFORNIA COUNTY OF LOS ANGELES MAN DY ) )SS ) being first duly swom,deposes and says that he or sheISVP-OPERATIONSof CORNER KEYSTONE CONSTRUCTIONCORPORATION,the party making the foregoing bid,that the bid is not made in the interest of or on behalf of,any undisclosed person,partnership,company association, organization,or corporation;that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited another bidder to put in a false or sham bid,and has not directly or indirectly colluded,conspired,connived,or agreed with any bidder or anyone else to put in a sham bid,or that anyone shall refrain from bidding;that the bidder has not in any manner,directly or indirectly,sought by agreement,communication,or conference with anyone to fix the bid price of the bidder or any other bidder,or to fix any overhead,profit,or cost element of the bid price,or of that of any other bidder,or to secure any advantage against the public body awarding the contact or anyone interested in the proposed contract,that all statements contained in the bid are true;and further,that the bidder has not,directly or indirectly,submitted his or her bid price or any breakdown thereof,or the contents thereof,or divulged information or data relative thereto,or paid,and will not pay,any fee to any corporation,partnership,company association,organization,bid depository,or to any member or agent thereof to effectuate a collusive or sham bid. Signatureof Bidder / day of STATE OF CALIFORNIA COUNTY OF LOS ANGELES )SS ) Subscribed and swom to before me this Notary Public in and for the County of State of California ,20 SEE ATTACHED NOTARY CERTIFICATE 36 1293492.1 JURAT |Anotarypublicorotherofficercompletingthiscertificate 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_LOS ANGELES Subscribed and sworn to (or affirmed)before me on this by dayof MAn Dų- 20 proved to me on the basis of satisfactory evidence to be the persongs appeared before me. who S.FILO COMM.#2480407 NOTARYPUBLIC.CALIFORNIA LOS ANGELES COUNTYMYCOMM.EXPIRES:JAN.28,2028 (Seal) Signature Corngr Keystone Construction Corporation 340 S Lemon Ave,Ste 5210,Walnut,CA 91789|Tel/Fox#:1-844-(KC-CORPI-844-252-267) CA Controctor's license#:992459 |Website:www.cornerkeystone.com |Email:ceo @rornerkeystone.com Resolution to Authorize Contract RESOLVED,that the Corporation enter into a contract with any private,commercial,or government entity for the general purposes of conducting construction works,or any other business related thereto and all upon such terms and conditions as are set forth in an agreement between the parties. The undersigned hereby certifies that he/she is the duly elected and qualified Secretary and the custodian of the books and records and seal of Corner Keystone Construction Corporation,a corporation duly formed pursuant to the laws of the state of California and that the foregoing is a true record of a resolution duly adopted at a meeting of the January 5,2016 and that said meeting was held in accordance with state law and the Bylaws of the above-named Corporation on March 13, 2014 and that said resolution is now in full force and effect without modification or rescission. RESOLVED,that the Corporation renew its appointment for Man Dy,its Vice President for Operations to review,approve,enter,sign,and execute any and all contracts relating to a bid,award,procure,or terminate a project or contract of any and all residential,commercial,and government projects in the best interest of the Corporation.In addition,he is authorized to fill,sign,execute,or close any and all city,county,or state permits or paper works in relation to the execution of the contract/project. IN WITNESS WHEREOF,I have executed my name as Secretary and have hereunto affixed the corporate seal of the above-named Corporation this January 5,2016,in the County of Los Angeles, CA. Melie Lincbt Secretary