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