Loading...
HomeMy Public PortalAbout07) 7E Award of Contract for Demolition Activities at 5922 and 5934 Primrose AveMANAGEMENT SERVICES DEPARTMENT MEMORANDUM DATE: October 2 , 2018 TO: The Honorable City Council . FROM: Bryan Cook, City Manager Q Via: Brian Haworth, Assistant to the City ~~ager~ By: Tinny Chan, Management Analyst )Q{V AGENDA ITEM 7.E. SUBJECT: AWARD OF CONTRACT FOR DEMOLITION ACTIVITIES AT 5922 AND 5934 PRIMROSE AVE. RECOMMENDATION: The City Council is requested to: 1. Accept a bid for demolition activities at 5922 and 5934 Primrose Ave. (APN 8587- 014-904 , -905) from American Wrecking , Inc. in the amount of $120 ,200; 2. Authorize the City Manager to award and execute the associated demolition contract provided hereto as Attachment "A"; and 3. Authorize the City Manager to approve change orders in an amount not-to-exceed $18,.030 for unforeseen costs beyond the demolition project. BACKGROUND: 1. On Aug. 7, 2018, Council authorized bid advertisement for demolition activities at the subject properties . 2. On Aug. 8, 2018, the City Engineer advertised the solicitation of bids via local newspapers, eight online "bid rooms" and bid packet distribution to 39 demolition trade contractors. 3. On Aug . 21, 2018, the City Engineer held a non-mandatory pre-bid meeting with prospective bidders to discuss the project scope and other specifics . Twenty contractor representatives were in attendance. City Council October 2 , 2018 Page 2 of 3 4 . On Sept. 7, 2018, the Deputy City Clerk publicly opened 10 sealed and received bids, and recorded proposal prices ranging from $120,200 to $24 2 ,000. American Wrecking , Inc. was declared the apparent low bidder. ANALYSIS: Below is a summary of received bids , in order of bid open in g : Bidder Total Base Bid Amount Bid Amount Ranking 5M Contracting , Inc . $123,000 2 Cinbad Industry, Inc. $166 ,6 66 6 ABNY General $242,000 10 Engineering Interior Demolition , Inc. $133,444 4 MTM Construction, Inc. $220,000 9 Asbestos Instant $180 ,000 7 Response, Inc. Resource Environmental, $153,000 5 Inc. American W reck i ng, Inc. $120,200 1 Danny Ryan Precision $190 ,000 8 Contracting, Inc. National Demolition $131 ,370 3 Contractors Provided as Attachment "B", the bid analysis concludes American Wrecking Company, Inc. as the lowest, responsive and responsible bidder. The co mpany's bid was $54,800 lower than t he City Engineer's estimate of $175,000 (Attachment "C "). Pending award of contract, demolition activities are expected to begin later this month and completed no later than year's end. Work will occur during the weekday hou rs of 7 a.m. to 4 p.m ., employing mitigation measures to limit on-site dust and noise ; as well as to keep the area and adjacent pub lic right-of-ways clean, neat an d safe . All activities will result i n th e d emolition and site razing of all improvements located at 5922 and 5934 Primros e Ave . (Attachment "D"). CITY STRATEGIC GOAL: Actions contained in this report align with the City's strategic goals of economic development and pub lic safety . City Cou ncil October 2, 2 01 8 Page 3 of 3 FISCAL IMPACT: None . Project funds in the amount of $175 ,000 have been formally appropriated under the City's Cap ital Improvement Program , Account Numbe r 60-9 80-82-6010 (Proj ect 19- 13). As the successful bid and requested project contingency total is lower than the project's budgeted cost, at minimUm $36 ,770 will be returned to the Genera l Fund unassigned balance. ATTACHMENTS: A Proposed Contract with American Wrecking , Inc . B. Bid Analysis of Received Demolition Bids C. Submitted Bid by American Wrecking , Inc. D. Items Identified for Demolition ATTACHMENT A CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT PROJECT: ABATEMENT AND DEMOLITION OF CITY-OWNED PRIMROSE PROPERTY THIS AGREEMENT ("Agreement") is made and entered into th is 3rd day of October, by and between the CITY OF TEMPLE CITY, a Muni cipal Corporation located in the County of Los Angeles, State of California ("CITY"), and American Wreck ing , Inc., [a corporation/partnership/limited liability company corporation, located at 2459 Lee Ave., South El Monte, CA 91733 ("CONTRACTOR"), collectively referred to as the Parties. RECITALS A. CITY, by its Notice Inviting Bids, duly advertised for written bids to be submitted on or before September 7, 2018 at 2:00 p.m ., for the follow ing: . ABATEMENT AND DEMOLITION OF CITY-OWNED PRIMROSE PROPERTY in the City of Temple City, California ("Project"). B. At 2:00 p.m. on said date, in the Temple City City Hall , the bids submitted for the Projec~ were opened. C. At its regular meeting held on October 2, 2018 , the City Counc il of CITY accepted the bid of CONTRACTOR for the Proje ct as being the lowest responsive bid received and directed that a written contract be entered into with CONTRACTOR. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises and of the mutual covenants and agreements herein contained, the parties do hereby agree as follows: 1. CONTRACT DOCUMENTS. This Agreement consists of the following documents ("Contract Documents"), all of which are made a part of this Agreement: (a) Notice Inviting Bids (b) Instructions to Bidders (c) Bid Form (d) Bid Proposal and/or Contract Proposal, as accepted, includ ing the Certificate of Bidders' Experience and Qualifications and the List of Subcontractors (e) Information Required by Bidder LA #481 2 -6556-4 99 7 v i -1 - (f) Notice of Award (g) Notice to Proceed (h) This Agreement (i) Verification of California Contractor's License U) Contractor's Certificate Regarding Workers' Compensation (k) Security for payment (labor and materials) (I) Security for performance (m) Certificate(s) of Insurance (n) General Conditions/Specifications ( o) Special Provisions (p) Plans and Standard Drawings (q) Prevailing Wage Scales (r) Standard Specifications for Public Works Construction , including subsequent addenda and supplements (s) Change orders issued by the City and signed by the Contractor pertaining to the Contract after the Contract is awarded to Contractor (t) All addenda issued by the City with respect to the forego ing prior to the opening of bids, including, Addenda Nos. __ _ (u) Other documents (list here or delete) In the event there is a conflict between the terms of the Contract Documents, the more specific or stringent provision shall govern. LA #48 12 -6 556-4997 v l -2- 2. SCOPE OF WORK. CONTRACTOR agrees to perform al l work requ ired for the Project and to fulfill all other obligations as set forth in the Contract Documents ("Work"). Except as specifically provided in the Contract Do cuments, CONTRACTOR must furnish all of the labor, materials , tools, equipment, services and tran sportation necessary to perform all of the Work. CONTRACTOR must perform all of the Work in strict accordance with the Contract Documents. 3. COMPENSATION & PAYMENT. CONTRACTOR hereby agrees to receive and accept the total amount of One Hundred Twenty Thousand and Two Hundred Dollars ($120,200), based upon those certain unit prices set forth in CONTRACTOR's Bid Schedule, a copy of which is attached hereto as Exhibit "A" and incorporated herein by this reference, as full compensation for the Work. Said compensation shall cover all expenses , losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance, including those for well and faithfully completing the Work in the manner and time specified in the Contract Documents , and also including those arising form actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension or discontinuance of the Work, and all other unknowns or risks of any description connected with the Work . CITY shall retain five percent (5 %) of the compensation until the provisions of Section 14 herein have been met. CITY hereby agrees to pay CONTRACTOR at the time, in the manner, and upon the conditions set forth in the CONTRACT DOCUMENTS. 4. UNAUTHORIZED ALIENS. CONTRACTOR promises and agrees to comply with all of the provisions of State and Federal law with respect to the employment of unauthorized aliens, including without limitation the Federal Imm igration and National ity Act (8 USCA 1101, et seq.), as amended. Should CONTRACTOR employ one or more unauthorized aliens for the performance of the Work, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens , CONTRACTOR hereby agrees to, and shall, reimburse CITY for the cost of all sanctions imposed, together with any and all costs, includ ing attorney's fees , in c urred by the CITY in connection therewith. 5. REPRESENTATIONS AND WARRANTIES. CONTRACTOR hereby represents and warrants that: (a) It is not currently, and has not at any time within the past five (5) calendar years been, suspended, debarred, or excluded from participating in, b idding on , contracting for, or completing any project funded in whole or in part by program, grant or loan funded by the federal government or the State of California; and (b) CONTRACTOR currently has, and for the past f iv e (5 ) calendar years has maintained in good standing , a valid Cal ifornia contractor's license ; and (c) CONTRACTOR is registered with the Depa rtment of Industrial Relations to perform services on public works projects as required by Labor Code section 1725.5. LA #48 12-6556-4997 vi -3 - CONTRACTOR agrees to complete and exe cute any statement or certificate to this effect as may be required by the City or by any federal or State of California program, loan or grant utilized on this Project. 6. TIME TO PERFORM THE WORK. CONTRACTOR shall commen ce th e Work on the date specified in the Notice to Proceed to be issued to CONTRACTOR by the Director of Public Works of CITY, and shall complete work on the Project within forty (40) days after commencement. 7. NONDISCRIMINATION. CONTRACTOR shall not discriminate in its recruit ing , hiring, promotion, demotion or termination practices on the basis of race , rel ig ious creed, color, national origin , ancestry, physical disability, mental disability, medical condition, martial status, sex, age, or sexual orientation in the performance of this Agreement, and shall comply with the provisions of the Ca lifornia Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Publi c Law 88-352 , and all amendments thereto; Executive Order 11246 ; and all administrative ru le s a nd regulations issued pursuant to such acts and order . 8. LABOR CODE REQUIREMENTS. (a) CONTRACTOR is aware of and agrees to abide by the provisions of California Labor Code Sections 1720, et seq., as well as Sect ions 177 1, 1773 , 1773 .1, 1773.6, 1773.7 ,· 1774, 1775, 1776 and 1777 , pertaining to the obligation to pay prevailing wages with respect to the performance of work ("Prevail ing Wage Laws "). Copies of the prevailing rate of per diem wages and the general prevail ing rate for holiday and overtime work for each craft are available upon request from the City . A copy of the prevailing rate of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the CONTRACTOR. (b) CONTRACTOR acknowledges that under Cal iforn ia Labor Code sect ions 1810 and following, eight hours of labor constitutes a legal day's work . CONTRACTOR will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Agreement by CONTRACTOR or any subcontracto r for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violat ion of the provis ions of Labor Code section 1810. (Labor Code§ 1813.) (c) CONTRACTOR must comply with Labor Code section 1771.1 (a), which provides that CONTRACTOR is only eligible to perform the Work if CONTRACTOR is registered with the Department of Industrial Relations as required by La bor Code Section 1725.5, and that CONTRACTOR may award subcontracts for work that qualifies as a "public work" only to subcontractors which are at the time of award registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR must obtain proof of such registration from all such subcontractors. LA #481 2-6556-4997 v i -4 - (d) CONTRACTOR, and any subcontractor engaged by CONTRACTOR, must pay not less than the specifi ed prevailing rate of per diem wages to all workers emp loyed in the execution of this Agreement. (Labor Code§ 1774.) CONTRACTOR is responsible for comp liance with Labor Code section 1776 relative to the retention and inspection of payroll records . (e) CONTRACTOR must comply with all provisions of Labor Code sect ion 1775. Under Section 1775, Contractor may forfeit as a pena lty to City up to $50.00 fo r each worker employed in the execu tion of the Agreement by CONTRACTOR o r any subcontractor for each calendar day, or portion thereof, in wh ich the worker is paid less than the prevai ling rates. Contractor may also be liable to pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof, for which each worker was paid l ess than the prevail ing wage rate. (f) Nothing in this Agreement prevents CONTRACTOR or any subcontractor from employing properly registered apprentices in the execution of the Agreement. CON T RACTOR is responsible for comp li ance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award information to the applicab le joint apprenticeship committee, must employ apprentices in apprenticeable occupations in a rat io of not less than one hour of apprentice's work for every f ive hours of labor performed by a journeyman (unless an exception is granted under §1777.5), must con tri bute to the fund or funds in each craft or trade or a li ke amount to the Cal ifornia Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices so le ly on the ground of sex, race, religion, creed, national origin , ancestry or color. Only apprent ices defined in Labor Code section 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be emp loyed on public works in apprenticeable occupations. (g) CONTRACTOR shall defend, in demnify and hold the CITY, its elected officia ls, officers, emp loyees and age nts free and harmless from any claim or l iability ar is in g out of any failure or alleged failure to comply w ith the Prevailing Wage Laws. 9. PROJECT SITE CONDITIONS. (a) CONTRACTOR shall, without disturbing the condition, notify CITY in writing as soon as CONTRACTOR, or any of CONTRACTOR's subcontractors, agents or employees have knowledge and reporting is possib le, of the discovery of any of the following conditions: (i) The presence of any material that the CONTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code; (ii) Subsurface or latent physical condit ions at the s ite differing from those indicated in th e specifications; or, LA 11481 2-6556 -4997 v I -5 - (iii) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of this character provided for in this Agreement. (b) Pending a determination by CITY of appropriate action to be taken, CONTRACTOR shall provide security measures (e.g., fences) adequate to prevent the hazardous waste or physical conditions from causing bodily injury to any person. (c) CITY shall promptly investigate the reported conditions. If CITY, through its Director of Public Works, or his or her designee , and in the exercise of its sole discretion, determines that the conditions do materially differ, or do involve hazardous waste, and will cause a decrease or increase in the CONTRACTOR's cost of, or time required for, performance of any part of the Work, then CITY shall issue a change order. (d) In the event of a dispute between CITY and CONTRACTOR as to whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the CONTRACTOR's cost of, or time required for, performance of any part of the Work, CONTRACTOR shall not be excused from any scheduled completion date, and shall proceed with all work to be performed under the Agreement. CONTRACTOR shall retain any and all rights which pertain to the resolution of disputes and protests between the parties. 10. INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and hold harmless the CITY, its elective and appointive boards, officers, agents and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising form the performance of the Work, regardless of responsibility of negligence; and from any and all claims, loss, damage, injury and liability, resulting directly or indirectly from the nature of the Work covered by this Agreement, regardless of responsibility of negligence. (a) CITY does not, and shall not, waive any rights against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the insurance policies hereinafter described in this Agreement. (b) The indemnity provided by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the Work by CONTRACTOR, or any subcontractor, regardless of whether insurance policies are applicable to any of the damages or claims for damages. (c) The provisions of this section do not apply to claims occurring as a result of the City's sole negligence or willful acts or omissions. (d) The provisions of this section will survive the expiration or earlier termination of this Agreement. LA #481 2-6556-4 997 v i - 6 - 11. BONDS. CONTRACTOR, before commencing the Work , shall furnish and file with CITY a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (1 00%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the faithful performance of this Agreement and a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100 %) of the compensation amount stated in Section 3 of this Agreement conditioned upon the payment of all labor and materials furnished in connection with th is Agreement. 12. INSURANCE. CONTRACTOR shall not commence the Work until CONTRACTOR has obtained all insurance required by the Contract Documents and such insurance has been approved by CITY as to form , amount and carrier. CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until all similar insurance required of the subcontractor have been obtained and approved. (a) Workers' Compensation. CONTRACTOR shall take out and maintain, during the life of this Agreement, Worker's Compensation Insurance (Statutory Lim its) with Employers Liability Insurance (with limits of at least $1 ,000,000) for all of CONTRACTOR's employees employed at the Project site; and , if any work is sublet, CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees, unless such employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in Work under this Agreement at the Project site is not protected under any Workers' Compensation law, CONTRACTOR shall provide and shall cause each subcontractor to provide adequate insurance for the protection of employees not otherwise protected. CONTRACTOR shall indemnify CITY for any damage resulting from failure of either CONTRACTOR or any subcontractor to take out or maintain such insurance. CONTRACTOR shall submit to Agency, along with the certif icate of Insurance, a Waiver of Subrogation endorsement in favor of the Agency, its officers, agents, employees and volunteers. (b) Comprehensive General Liability, Products/Completed Operations Hazard, and Contractual General Liability Insurance. CONTRACTOR shall take out and maintain during the life of this Agreement such comprehensive general liab ility, products/completed operations hazard, comprehensive automobile liability and contractual general liability insurance as shall protect CITY, its elective and appointive boards , officers , agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR's or any subcontractor's operat ions under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: (i) General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) per occurrence; LA #481 2 -6556-4 997 v I -7 - (ii) Products/Completed Operations Hazard Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) per occurrence; and (iii) Contractual General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) per occurrence. General aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the required min imum limits set forth hereinabove. (c) Comprehensive Automobile Liability . CONTRACTOR shall take out and maintain during the life of this Agreement, comprehensive automobile liabi lity insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor perform ing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR's or any subcontractor's operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: (i) Comprehensive Automobile Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) combined single limit per accident. (d) Proof of Insurance. The insurance required by this Agreement shall be with insurers which are California Admitted and Best A rated or better. CITY shall be named as "additional insured" on the general liability and automobile liability requ ired hereunder, and CONTRACTOR shall furnish CITY, concurrently w ith the ex ecution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give CITY at least thirty (30) days' prior notice of the cancellation of any policy during the effective period of this Agreement. (e) Umbrella or excess liability insurance . [Optional dep e nding on limits requiredj. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above , including commercial general liability and employer's liability. Such policy or po li cies shall inc lude the following terms an~ conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement ; • Concurrency of effective dates with primary policies; and • Policies shall "follow form " to the underlying primary polici es. LA 11 481 2-6556-499 7 v I -8- " Insureds under primary policies shall also be insureds under the umbrella or excess policies. (f) Requirements not limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage , limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the CONTRACTOR maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the CONTRACTOR. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. (g) Primary/contributing. Coverage provided by the CONTRACTOR shall be primary and any insurance or self-insurance or maintained by Agency shall not be required to contribute to it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of Agency before the Agency's own insurance or self-insurance shall be called upon to protect is as a named insured. (h) Notice to Proceed. The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence the Work under this Agreement until CONTRACTOR has provided to the CITY the proof of insurance as required by this Section 12. 13. LIQUIDATED DAMAGES. The parties agree that it would be impractical and extremely difficult to fix the actual damages to the CITY in the event the Project is not commenced and/or completed on or before the dates specified for commencement and completion of the Project in the Contract Documents. The parties have considered the facts of a breach of this Agreement and have agreed that the liqu idated damages sum hereinafter set forth is reasonable as liquidated damages in the event of a breach, and that said sum shall be presumed to be the amount of the damages sustained by the CITY in the event such work is not begun and/or completed and accepted by the times so specified in the Contract Documents . The sum of ONE THOUSAND DOLLARS ($1,000 .00) shall be presumed to be the amount of damages suffered by the CITY for each day's delay in the starting and/or completion and acceptance of the Project after the dates specified in the Contract Documents for the start and/or completion thereof, and CONTRACTOR hereby agrees to pay said sum of ONE THOUSAND DOLLARS ($1,000.00) as liquidated damages for each day of delay in the starting and /or completing and acceptance of said Project beyond the dates specified in the CONTRACT DOCUMENTS. Any and all such liquidated damages assessed shall be done in accordance with that certain edition of the Standard Specification for Public Works Construction currently in effect on the execution date of this Agreement. LA #481 2-6556-4 99 7 v I -9 - CONTRACTOR CITY OF TEMPLE CITY By ______________________ ___ By ______________________ __ Date: Date: ------------------------------------------- 14. NOTICE OF COMPLETION. Upon completion of PROJECT and acceptance of same by the City Council of the CITY, the City Manager of the CITY shall cause to be recorded a Notice of Completion with the office of the Los Angeles County Recorder; and, after thirty-five (35) days from the date said Notice of Completion is recorded, the Director of Finance of CITY shall release the funds retained pursuant to Section 3 hereof; provided there have been no mechanics' liens or stop notices filed aga i nst the Work which have not been paid, withdrawn or eliminated as liens against said work. 15. COMPLIANCE WITH LAWS. In performing the Work, CONTRACTOR must comply with all applicable statutes, laws and regulations, includ i ng, but not limited to, OSHA requirements and the Temple City Municipal Code. Contractor must, at Contractor's sole expense, obtain all necessary permits and licenses required for the Work, and give all necessary notices and pay all fees and taxes required by law, including, without limitation, any business license tax imposed by C ity. 16. INDEPENDENT CONTRACTOR. CONTRACTOR is and will at all t imes rema in as to CITY a wholly independent contractor. Neither the CITY nor any of its officers , employees, or agents will have control over the conduct of CONTRACTOR or any of CONTRACTOR's officers, employees , agents or subcontractors , except as expressly set forth in the Contract Documents. CONTRACTOR may not at any t ime or i n any manner represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers, employees, agents or subcontractors of CITY. 17. GENERAL PROVISIONS. (a) Authority to Execute. Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute this Agreement and to bind it to the performance of its obligations. (b) Assignment. CONTRACTOR may not assign this Agreement without the prior written consent of CITY, which consent may be withhe ld in the CITY's sole discretion since the experience and qualifications of CONTRACTOR were material considerations for this Agreement. (c) Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the Parties . (d) Integrated Agreement. This Agreement, including the Contract Documents, is the entire, complete, final and exclusive expression of the Parties w ith respect to the Work to be performed under this Agreement and supersedes all other LA #4 81 2-6556-4 997 v i -10- agreements or understandings, whether oral or written, between CONTRACTOR and CITY prior to the execution of this Agreement. (e) Modification of Agreement. No amendment to or modification of this Agreement will be valid unless made in writing and approved by CONTRACTOR and by the City Council or City Manager of CITY, as applicable. The Parties agree tha t th is requirement for written modifications cannot be waived and that any attempted waiver will be void. (f) Counterparts and Facsimile Signatures. This Agreement may be executed in several counterparts , each of which will be deemed an original , and all of which, when taken together, constitute one and the same instrument. Amendments to this Agreement will be considered executed when the signature of a party is delivered by facsimile transmission . Such facsimile signature will have the same effect as an original signature. · (g) Waiver. Waiver by any Party of any term, condition, or covenant of this Agreement will not constitute a waiver of any other term , condition, or covenant. Waiver by any Party of any breach of the provisions of this Agreemen t will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by CONTRACTOR will not constitute a waiver of any of the provisions of this Agreement. (h) Interpretation. This Agreement will be interp reted , construed and governed according to the laws of the State of California. Each party has had the opportunity to review this Agreement with legal counsel. The Agreement will be construed simply, as a whole, and in accordance with its fai r mean ing. It will not be interpreted strictly for or against either party. · (i) Severability. If any term, condition or co venant of this Agreement is declared or determined by any court of competent jurisdictio n to be in v al id , void or unenforceable, the remaining provisions of this Agreement will not be affected and the Agreement will be read and construed without the inval id , vo id or unenforceable provision. U) Attorneys' Fees . The prevailing party in any action to resolve a dispute concerning this Agreement shall be entitled to have and recover from the losing party the reasonable attorneys ' fees and costs of such action. (k) Venue. In the event of litigation between the parties , venue in state trial courts will be in the County of Los Angeles. In the event of litigation in a U.S. D istrict Court, venue will be in the Central District of California, in Los Angeles . (I) Notices. All written notices required or permitted to be given under this Agreement will be deemed made when received by the other Party at its respe ctive address as follows: To CITY: City of Temple City LA #4 81 2-6556-4 997 v i -11 - To Contractor : 9701 Las Tunas Drive Temple City, California 91780 Attention: ----- (Tel.) (Fax) _____ _ Attention: _____ _ (Tel.) (Fax) Notice will be deemed effective on the date personally delivered or transmitted by facsimile. If the notice is mailed, notice will be deemed given three days after deposit of the same in the custody of the Un ited States Postal Service, postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities . Any Party may change its notice information by giving notice to the other Party in compliance with this section. IN WITNESS WHEREOF , the parties hereto ha ve caused this contract to be executed on the day of , 20_, by their respect ive officers duly authorized in that behalf. ATTEST: Peggy Kuo, City Clerk LA #48 12-6556-4997 v I -12- CITY OF TEMPLE CITY, a municipal corporation By ____________ __ _________________ ,Mayor APPROVED AS TO FORM: Eric S. Vai l, City Attorney CONTRACTOR: By: (Authorized Officer) By: (Authorized Officer) Nam e : __________ _ Na me: __________ _ Title : Titl e : (2"d signature required if Corporation, Incorporation or Limited Liability Corporation) NOTE: SERVICE PROVIDER'S SIGNATURES SHALL BE DULY NOTARIZ ED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO SERVICE PROVIDER'S BUSINESS ENTITY. LA #4 8 12-6556-4997 v i -13- A notary publi c o r other offiCer comp leting this certificate verifies o nlv the i dentity of t he individual who sig ned t he document, to which this certificate i s attached, and n ot t he truthfulness, accuracy, or va lidity of that document. State of ca lifornia 1 Countv of Los A'ngeles . On ____________ befor e me,----------------------, person ally appeared -----------------------:--------- PlaCfl Notmy MDI .4bovlr who p roved to me on the !b asis of sat isfactorv evi dence to be the person(s) w hose nam e(s ) is/are subscribed to the w ithin i nstrument and acknowledged to me that he/she/lhey execute d the same in lh isjher/thei r authorized . capacity(ies}, an d that by hisjher/their signature(s} on the i nstrument the per son (s}, or the entitv upon behalf of which the person (s) acted, executed the 1instrument. I certifv under PENALTY OF PERJURY un der the 'laws of the State of ca lifornia that the f or egoi ng paragraph is true and correct. WITNESS my ha nd an d official seal. Signatu re ________________ _ (,Sigii'Gtwv af N otwy PubJk) --------------------------OPnONA L--------------------------Though the information is not required by law, ;r may prove va luable to persons relying on t h e document and rouJd prevent fraudulent removal and reattachment of this form to another document. Description of Attached l}ocument T~it1 e o f Type of Document :------------------------------- Document Date:-------------------Number o f Pa ges: -------- Sign er(s) Other Tha n Named Above :---------------------------"- Capacity{ies) Cl a imed by Signer(s) Sig ner's Na me:------------- 0 Indiv idual D Corporate Officer Tide(s)· -. D Pa rtner D Umited D 1Genera1 I :L.:::JI D Attorney in Fact D Tr ustee D Gu ardian or Co nservator D Other: Sig ner is Rep rese nting: Signer"s Name ~-------------- 0 Indivi dua l D Corporate Officer -Tiitle (s ): ------- 0 Pa rtner D Limited 0 Genera) -=l====- D ·Attorney in Fact D Trustee 0 Gu a rdia n o r Conservator D Other:---------- S ig ner is Re presenti n g: ____ _ 1. BID TABULATION PROJECT NAME: CITY OF TEMPLE CITY· ABATEMENT AND DEMOLITION OF CITY OWNED "PRIMROSE PROPERTY " BID TABULATION En;Jneer'e&tjmato Bld lttmandOetcrlpdon 1 010 THE BIOOERSTAY WITMIH THEMAX AU.OWABLESUB CONTRACTOR'!'. PER lME SPECJFlCATIONS RS:IUIRBENT? ,.. Appar~nt L.ow Bidder SM Contractlnglnc:. A;JparentLow Blddu Nellonal0.mo111fon Connc:tor• Apparent low Bidder Interior Demolition, Inc:. App~rentLcw Bldd:et Apparent low Bidder Cll\bld lndustry,lnc. $10,000 Appuentlow Bidder Asbesto. In~ !ant Reaponn, In~ Apparent low Bidder Canny Ryan Predllon Conv.cdng.lr~e. $10,000.00 BIDS OP ENED : AppuentLcw Bidder IITIICol\ltruet!ort.ln:. $10,000 9/7/18 Apparent Low Bidder 10 ASHY Genenl Englneetln; )> ..., :r; 0 I s: lof ~ ..., OJ 2. REVIEW OF APPARENT LOW BID Apparent Low Bid Submitted By: American Wrecking, Inc. Apparent Low Bid Amount: $120 ,2 00.00 American Wrecl<i1g. Inc. SUB-CONTRACTOR2 Enter Name Enter Name Enter Name Enter Name 2 of 3 REFERENCE PROJECT I PIIAR_C:I>QI.l MOB #18065.001 GOODMAN INDUSTRIAL PARK, BUILDING 1 3. REFERENCE CHECK OF APPARENT LOW BIDDER REFERENCE DATA FOR LOW BIDDER I OWNER AND REFERENCE N.AME I I I.:IU11L/III'VWI'\-PROJECT OL TMANS CONSTRUCTION COMPANY. JOSE BORRAYO- PROJECT MANAGER u:J >- 562-799-5235 562-948-4242 I American Wrecking , Inc. 1= ~ :::> 0 0 0 LJ.J 0 >- I tl:i et: z !'[ 0>.:: ~ >-et: :::;;: 0 ';tO u et:~ LU >- !;( z 0 0 u LU :r: >- 0 i5 $235 ,700 Nov-17 YES $821 Jun-1 8 YES REFERENCE CHECK FOR LOW BIDDER Answer "YES" if satis fied or "NO" if not satis fi ed z CCC/) ~ cc 0 Offi <a: 0 _, >-~ u.o u '<t En ~gs LU cc _, >- CCLU CCLU u::::> z f:?-' oc..? gs~ 0 >-::ii: u u=> ~~ >-t;; w z ADDITIONAL COMMENTS BY ~@ :r:<a: ~z >-(.!) ,_:r: >->-LJ.J<( REFERENC E 5~ 8~ ,_<a: et: z~ 'J: u 0 LU LJ.J LU u ~ :r: :r:u LU >-f-LU :r: 0 oz >-_, i5 -z 0 _, 0:::> i5 ~ YES NO NO YES WORK YES NO NO YES YES ~ 0 ~ f:rl I LU !;( 0 :r: u 9/17/1 9/1 3of3 ~. CONTRACTORS STATE LICE NSE BOARD • Contractor's License Detail for License# 685192 ~ISCLAIM.r:rt: A llc:.e nn 5tatu :;: che~;k ptovfdu lnformallon t"lccn from tha OSLO llc:ensc datab.aso. ooroto nHylno on lhla lntotmanon, you •hould (Ia a ware of tho rollo'Hing llmltnllons. c._es ('Oitlpb't'~ d WttiJitll ''"&!tti ~ h w (6111• 71l4 6J lfWt trUy 11 ~ttl to ~v•l'cOI:I~,r#JlM c'1dtt\lft, • ,n\ Jwcort.rhW d.KJ.wre ~~ 1ppu 1 tlt~N. CWI:ttl tht J~~ollo1 bo.a~l~ebtl'll COI!lf•li ard'u t.gllltaJon h.'cwmilOn.. P(l OJ,P 7071.17 ,Mt oo•olrudlorl uiAl td cMi t-.f~uhnpo:'l•d ~VIe CaUJ .,.. ,:~,tf. ~b.ua!'.c:tlllttenot'llutiM.Iul:a(Jol nS!IdOi tlh •~lwV'Ilhtlumt tdN tolthWn. Dvt t.l'IOI'\Iolrl Vlttt .,., bot Wtnntlat.u"tlon Vul htl "'llld hlntnlf otdtr.I~N Blnnfs It t liM i1klt11t. his llconso Is current and activo. H ln fotma llon b olow ti houtd .,. ••vlf<wed, C2 1 -OUILOING MOVING. OEMO l.1TION B ·GENERAL BUII.OING CONTRACTOR C22 -ASOESTOS ABATEMENT (Check OOSH A1bestos Regtslr.Jllon) E~ ASBESTOS iC~eck DOSH Asbeslos Roolslrallon J HOMASHAI.lcetV I thathlllhtcwmc \Optlc;tnlolmole INSURANCE FUND I O!JJ09f2015 . OOSH REGSSTRATION VERIFIED FOR C22 Pu t oonol lls l td on Ulls; '-te(lse (c:.Ut rt nl or dls auodiried) 111 lis ted on other llctnsu. ltUJinm.ln~ AMERIC#IWRECKJNG INC 2<SS I£E AVENUE SOUHI EL MONTE, CA 917J3 0\B~nt Pl\ono N\lmber:(62G) 355.fl0l Enllty CCifpolaU'on lt1uo Dato 0)114f199 .. Explte Dale 03/31/2020 Llccnso Status CfuJIOea!lona Cofllflctllona Bond of avallfylna lnd'lvldu<~\ MiwJ!anoous fofoonaUon Data cvrronl as of 0/17/2018 8:49:07 AM ed. I ! 9117/20 18 Cali forn ia Dcpa,rl men t of Indus trial Re lations-Con tuct DIR ®iJ!illj)J@iill/OO!liil ©l®[l»..DrntM®rroi& ©ff ~rro@l~~~rrU®~ ~®ij®~ij©rro~ Publk: Wo rks I Puhltc \Yorb C<lntraclor (PWC) Re:g~traUon Seal'th Pu blic Wo rks Co ntractor (PWC) Regis t rati on Search Enler al leall !WQU3fth clllot la to dlspl~y r~g l stered publlowork:s contractor($) ma~hlng your selections. Nolo: Search 1 eau ll ~ wUI display a n of the pUblic wo rks conllGCIOI reglstrollons, both cuuotltaBd oxplrtd, M;aJ:.o svre l.ho proper rogtsttallon llsca1yur Is uloctNI whcm pulormlno e sea rch. fteglslra ll on Fiscal Yeu: ( 111no1•. OI30I20i e :) PWC Reglslratron Number: f~·=":":'P:I•:: 1~2=34:5:67:8:10==---------, ~0m::•·:·~:•:wro:::~:~:o====~-----:=J ;I c=xa=m=p!=•=: =12=34=S=6=====1~contractor Ucem e lnokup ( Select Cou nty :) contractor Legal Namo: Licen se Numbar: County; I 1. seo::arch This l!i a listing of PWC rogTstratlons pvrsuant to Division 2, Part 7, Chcptor 1 (commencing with soctloo 1720ofthe Callfomla ~obor Codo.) E:tport B'i' Eleco1l f PDF Soaroh Rosults One regls lored con lr aclor tound. f Oolall a ! L~.1 1 Numo ! Reglsttatlon r~~u nly jCII)' 1 'lke~ I Cuuont R~lsl;;;;;;~ II ExfllrlllfOh 1 i J Number I l Typo/Numbel(s) f s t ah.11 Oatb Oate i V1 i AI·IERICAII !.! 10600072991,LOSANGELfS !s. EL NONTE OTHR:605192 ~Active 10 06/13/20_l_Ol(~l0/20...J19) ~+~~~_1 ~·.~~-~C K WG, INC. , .. ··---.-.--1----'--_ About OIR Who \"10 JrC DfA. Dl~lslons, Goatds & comml.uloM Contact Dill Worl1wlthUs Jotrs at o m LkcMing, re gistration", ct'lrtltkallons C.. pctmlls Requ l(ed tlotHkatlons Public ttecCJrds R'!quests LeArn More Acc.e$0 ~lldl<>mi!l v2.2017 11 20 fr cqucnl~)' Asked Questlooo;; sue Nap Om•JI:"-''''" r:f \Ill• Prtl!~• ... 1• Pulio.:}' OQIIiolr~o•.r Cih-.ll.liflty l!v;toU\UIV"Jo.HiCih :;·I ·U111;1ul Hrcr.\'!.•!r l h 4hi111't f~;lt•li~' ::,11-! H .. JJ' https://cfilin g.dir.ca,goi'/PWCR/Sca rch.ac ti on 1/1 9/17/20 18 - Ca i/OS HA -Asb esto s Regis trants' Database llllill;)d)JI!IF.Jl!Jaufia Pressroom I lnd!co en nspMc~ ib»®~~»®~ffi1il@IJi)~ ®ff ~!iil@IM~in1®~ fRS®~@l~~@fiil~ Search ~ leho• lo:aw (;~VOSHA. CMMyA Unllh W0/1I;tU:l' Comp ~vlr·lnsuranco Apprc.rnk:e stlip Olrector'5 Ollie" Oo:uU:a CaVOSHA I c .. VOSHA ·Asbestos Reol1lnants ' Ootall l nfountUon Gal /OSHA-Asbestos Reg is trants' Detai l Info rmat io n No~o : UsUno of o buildin g controotor os on osb os to& rog letrnn t does not Blsure that tho contractor IIcon so I s currant an d aotlvo, Bo auro t o check cont.-a ctor IICOM O ~~:ta tu& Ulllng tho li nk to tho Co nt ,aotor.s Stu to Li co n so Board provl dt~d at tho bottom o f thts p ogo. De tail ed VI ew The Info rmation b olow woo lui updalod on OB/00/201 B To vtew oxpl analionli to thi s page, clfc~ R.eglstmnt deta il informallon. Company/Entity 0 ~~: Amortcan Wtoc:\clng, lno. DOSH AeglslmUon nurnbor 884 Rutrlctlon Expiration dolo 07/19/20 19 CSLB Ucenso 686192 Mal~no address 2459 Lea Avenue South El Monte, CA 91733 Phono 6211-36()-8303 Fox 626·360-8322 Ch eck reghtlrll nt wllh the Contractors State Ucen1lng Boord Show me all tho conlfacl ors About DIR WOOW61Ut11 DIR Divisions, Soanb 4. Comrnl:;:oslunll Contact OIR Wn rl< wit h Us .lob:J .. l OIA lk;ons!no, reglslratlon:s, cetllflctlllons & per mits Auquftac.J Nolillc~tUons Publlo Records RtaquG:ihl CnVOSHA Quick Links File o worl<placo sofoty oomplnln t crntorptOltJf/on setv',ns l\'lli1•bJt) Obtain a rroe consullnllon lmpot ta nl CaVOSHA updaloe Publlo rocords toquos ls Cai/OSHA Branchee & Units Oranohes Enfoa:ement Consultation ~~-i!! ______________ _ Amusemant Ride and Tramway Asbestos and Cafclnogon Consvs of Fatal OCc;upatlonallnJurlos Crnne Elovator HoatiUnoss Provenl1on Ptogram High Hazard l abor Enforcomonl Tosk Force Legal and BOI Minin g and Tunneling Prossuto Vossol Procoss Snloty Managemont Aes~arth Md standards Olhor Units Educational Mat orlal s CoVOSHA pUbiiC11Uons Consultation eToois About CaVOSHA Contact Us Locations • Consultation o/flcoJ Locations -Enforcomonl officeJ Get CeVOSHA email nollcos CaVOSffAJurisdlollon Career Opportunities nt CaVOSHA Work for CaVOSHA Rocruiii"1J flo•~h Md Safoly lnsp ectota o Assoclato Safely Engineer Exam Dull•lln Recrultlng El ovolor Safety Englnoo" Learn More Acco:iO al ldloma Fre:qusrltly Asked QueaUons S~eMap hltps://www .d ir.cn.gov/datnhnses/doshncnl/cs lbdetai lsn.ns p?licno::685 192 1/2 ALUR1' ·Juno u, 20l8: P.ntlllt'.l rtllsttrlnt In SAM mlul 6lJbm1111 ~appoint In~ th eir nu lhorlttd l!nt:StyAdmlnlstrator, tte:•dour .b 11~a to lrorn more oboutcha ntu: to th e notnrl1td lellt.t revltw JlfO<'W and othu J)'~lem lmjl rovemenu. Sc <U"ch Reco r ds S enrch Tip I I a Oet Rtur1eda • l.ooldnr; lor lltlll)'tr&fctrallott t«<rd.l orentltytld\liiM llt!OOJdJ In SAJr.U U1o Quldc Sr..l.rth lf )'OUknowa nen11tY• Dustn w N•me. UON S Number or C\06 Code. UseAdvanr-t4 S ea rch to t lrotturo)'O\Itlelrth ut hl.& ~nv\Uplo~lt,ock! tuwl trl!ale. • Aro )ooalf(dmlsomnr.'lfnt crn,10)'0:1Ccutc aS..UI~wr att011nt \lt'llh)'OUfi,Ol'frnnu:oto·m.•ll~andloalntoS.Uibc.(ore Je.arddn&toJnF000 JQfor ma1~ .t ltd re&Lilnt.lJ uMcboso to opl out P!tlla pabl'e Jl!ilrdl, • Conduatn1 Jnnn bv'~·fo.>w;cd J W~tcb? Ira 11ddltlon to\tl'lll h oont.&lntod In 5A}.I1 J m.IU lxulnwu t..U) JIIOvhtethe Snull Du.lfnu.s Admlnlnttllotl (5BA)1upplt1 P.tntlll nrorm,llon aboullhtmsd~·a.Us e th o~~I.Dc:aodu ct furt b tr mtrkc:l n:.~CJIJCh, , 'rlyillJ to Rnd amnlradDtp.~rt(c lp.atfnsln tho Pl1.1.1\er Rup!:)nu ttcs.b.try? U1e tbeD I~rpt~rR c..tpon.•o Re:g\lti')'S~an:h taloealotonl,.ttol"'willinz:lt• protoldedthtlt rcmonl, df•t rbltlon or 'upptiU. rttO/UtNIUon. t nd othn db.uwr or UDt"&tiK)' tdlri' •~rt'.c.d lr& tlt• cnn\ o( • M\lona.l dla u tc:r. Cho,ue Qultk Search or Advo.nc~d Scftrclt QUICKBilARCHo (ltump1ao( .surth term includes the entity'• name, ete.) DUNSNU111bu Search: I bo!uDUHin•A\uOIIlV ADVANCBD SBARCHo Uu aprdRocrlterla Ia muhlplo t~tc~,orles to stNctufo )~llr I •taJ'th, , 1\DVo\NCJll) SP./11\CII-ENTin' - ,M>YANCHO SHi\fiCH .!.rs.CLUSlON [ No Search Results September 17, 2018 2:05 PM SAM Search Results List of records matching your sea1·ch for : Sea1·ch Term : american* wrecl{ing* inc.* Record Status: Active h ttp s:/fwww.sa m.gov/ Pag e 1 of 1 ~' CONTRACTORS S TATE LICE N SE BOARD • Contractor's Licen se Deta il for Li cen se # 78031 6 OISC l /\IMEU: A licen se .statu s chec k ptovldos Jnfotmetlon liken from tho CSt.Q license dalabue. s ororo relying on lh1J inform •Uon1 y ou •hould bo ;mr.are of lh o ro llowlng Umflatlom:. CSUiwiiiFlP!tdh.dau••htal~ll db'/II',.,(Nr1U-40)1fh'utl(lyiJ.dl(.tdlopo.rblcc~l\t>t N~Mo .. ,a la\JciCCMi'tlt.tdbd•--.'•V.lJil,jtUtbt lot1.ChlrUt.\tll'tlc ot~UflltU~I'ftCOtii~IM'oiJ4ttl ltfM~/.,..at\tll Per O&P'T071.17 ,o~COMINC.J:.tl'/l'a!tdU.<f~tt.b 11/»>'>tdtolht CSLO l lt4btUiu4 N b'llll onaale i\Oih lcd Ut.!t" thtc:orUutot h~tlo">rr J}/Wl~ PttltiMJ.rtllt t/ltlnothll. Dutlt 'l:nrlo:Wd,lilelt I'IU1 h lt:tYif.IWtrtnlt1U lhll hUtl)(yetbur.ll'tiUd orutl lht Dllld'l r«tiW d1hblo ''· Lht s IIc on •• Ia cur re nt and acti vo. lllnto 1mallon below should bo IOYlaWf:d, 0 • GENERALBUtlOING CONTRACTOR C21 • OUtLOJNG MOVING, DEMOU11o~ C20 ~WARM-AIR t£ATIIK;, VS'ff!lAYING AttD AIR.CONOrTIONlNG C39 · ROO~INO C22 ·ASBESTOS AUATEMENT (Chtck OOSH Asbutos Reglslr alton) ASB • ASBESTOS {Check OOSH Asboslos Reg!slra llon) H AZ • H AZAROOUS SUBSTANCES REMOVAl hfJ Jcense h as VICHktfl cofnpen nt~ hsul8ncaw.th lhe GhEAT DIVIDE INSURANCE COMPANY Pulley Number;WCA7.0 1726S EtfcoiiYe Date: 01120120 18 EJ:pfr • Oa to : 0?.12012019 Du ln&u In fo rmal! on 0/0M cONT RACn~G 8EnV1CESUIC 16l5 FLORADALE A \IE 90U TH ELMONTE. CA01733 O~lnus Phono tlumb•r:(&2G)<t42·7200 Entity Colporatlot\ luueOa!e 0611512000 Rolnuo Oa(e oona12000 E•plro O•to 0 3/31/2020 Llcenu Slt tus Cf.uslfi ca ll on• Cartltlr>allons JWHtlog ~ conuaolofa oond OondQ I auaurrlng 1,\d/vklual oats corrent as of9/17/2018 9:13:4 1 AM f!.Volktls'COIJ!f!ftSOGon i ,IIOfL_ __________ --------------------------------------------------' M!Jooll.J.neous Infor mation ..... -.. --------·----------------~ 0910912015 -OOSH REGISTRAl/ON \II!RIFIEO FOR CZl 9117/20 18 Cali fornia Department of Industrial Relations -Contact DIR lilliJID<iil@;{(i]illlllli lfd)®jp)®~IMl®Oil~ ©<! ij 1Jil«JI()J)~!J1l®~ ~®ij®~ij©!iil~ l.i\llC'1r l?tw (ill/OSHA -:"a(Ny i\ t!C'.olth WorkC!r!>' (()l)lJ) ~nlr l n~;uranr:n Appmntlc<':!ihlr> Olrcc:tor'r. Offlct! Ooar d5 Public Works I public Works Contr,:,ctor (PWC} l\egiS!t<JtJon Sean:h Public Works Co n tractor (PWC) Reg istration Search Enl or at Ius I Qll! u;m:h crltQtJa todhplay reglt tvrGd public works oon(ra ctot(a) ma\chlnv yout stloctlon,. Nolo: S o~ICh rosulls wil t dl 15 pla y all or the public works contractor rools ll a\lon$., both ourul:ntand explted. Mako •uro lho proporreglslrPIIon nsc;a) year Is nleciiKf WbiU'I porronnlng. ··~r~. Roghlrallon Flliica l Yu r; [ 711120 18 . 6/l0/2019 ~I PWC Re~glstrallon Numb on ~~ o:•:•m=pl=•=: :'::12=3~456=78=9=0 =:_------, ConlrattOI' Legal Name: ~f.l:•m:•:oo~nl~ro~cl~ln~g==:::;------__J Ucense Number: ~lo: 123456 ~ Contradcu Ucense.loo~<tJP Count~: ("&ib"U County ~) lhls Is a llsUng of PWC rog!sltaUons pursuant to Olvlslon 2, Par1 7. Ch;~ptor 1 [commenc lr1g \"'ith S:<!ctlorl1720 of tho Ca11rornla Labor Co do.) Searqh Roaulls One registered contra.ctOI' k>und, lfOe~L;;,;;m e VIew ~GMt./\ CONTRACTING j { SERVICESl UlC, Abnu t OIR Who we arc ()IR Ol.,rlslons. Boards Ct. Conunrsston!> ContactOJil OJ~.I . h.r Tc.•1• Rogtstr111lon~ ~;,~-----rj<C-Ity----,·l-lt-o-nt~·· 11cuu('n( Rog t,tullkln Ex pltallon Number J Typemumbol(s.) Status o a lo Oato 100000093'1 LOS ANGELES ISOtm t EL CSLB:180316 -i AcUye 05/03/2010 06/30/20l9 I ~·01/TE I' Work with us J obs at D1R llconsl ng, rcgl~lrbllons, ccrllfiCaUons tl. porm its H.e~tolred Nouncauons P\ibll c Rt!(OJds. llE"qUI.'sto;; v2.20171 120 Le.arn Mnre A\:ceso al ld'oma frt!qucntly 1\s•;cd QucslloM Sill!: l·1ilp hllp s://efi li ng.dir.ca.gov/PWCR/Scarch.acli on Ill 9117/20 18 Cai/OSHA -Asbestos Registrants' Database fi!.llilililll©'JI.il!lt~itiJ Pll'ln 1c.om I foolce on e spM'iol [Q)@~nlfl)'(ii)®IJi)tl: ©ff ijlfi]cd]QIJ~if)J®ij !F2®ij®tl;~@lfil~ So:1.rch t:J CaVOSf-fA I CaV'OSHA-Asbo&tos RoQI&bants' Dotallltlf01mat1on Gal/OSHA~ Asbestos Registrants' Detail Information Nolo: Lla11no of a buUdlno contractor n s nn nsho9too r'oglslr'ant dooe not auuro lhot tho contractor llcanso ra cuuont and acUvo. Bo suro to check contruotQr llccn!ro J"Jtotus U9111g tho Unk to lho Contruotora Slutu Llconso Doard provided nt tho bottom ol thl• page. Detailed View Tho lnfonnaUon below was last updated on 00/09/2018 To vlow oxplanntions to this pa{]O, cllok Registrant detulllnformallon. Company/Entity"~~: GAMA Coolrocllog SeiVIce s, Inc. OOSH Roglstrnllon numb or 943 Restrlctlon Expiration date 01/1212019 CSLB Uconso 700316 1835 florndolo Avonuo M~lllng ttddruss Soulh El Mento, CA 91733 P~one 626-442·7200 Fa• 626-442-7204 Chock regis trant with lho C~ntraclors Slolo Ucenslng Board Show ma oil tho contractors About Dill WhOWI'I(I(ij DIA Dlvlslorts, 8onrtla A Cornmls~lons Contact 0111 Worl( with Us ,lah:latDlA U cc1tslng, regtstratlons 1 c~rtlfh::atloM a p~:~rrnlts AequlreLI NolillcttUons Publlo Records AttqlU:ilSl:~ CalfOSHA Quick Links Fifo a W01kptaco safety complaint Qnfwpt~~/Blion nrvicu s ~al1blf) Obtain 0\ fre& consultation Imp ortant CaVOSHA updates Public rocords roquo!lls CaVOSHA Branches & Units .l'!!i!!!£Uc_s ____________ _ Enforcomont Consu\lallon Unll& ----·------~----~- Amusomont Rldo and Tromway AsboS.IO$ and Ca((lnogon Con sus of Fatal OccupaUoo:sllnjuries Crano Elevator Heal Illness ProvenUoo Progrnm High Hawrd Labor Enforcoman t Ta sk force Log a' nnd 001 Millin(} and Toonollng Prossuro Vessol Ptocoss Safety Management Rosea!ch end Standards OlherUn\ls Educational Materials CaVOSHA publications Consultation eToofs -------------------~ About CaVOSHA Contact Us Locoltons-Consultation olf~ees Locations-Enlorcoment otrtce! Got CaVOSHA emalt noUces CaVOSHA Jurlsdlctlon Career Oppcirtunltles at CaVOSHA Work (or CaVOSHA lloorulUng Haallh and Safety Inspectors , Auoclato Safely Engineer Exam Bullotln Roorultlng Elovator Sofoly Englnoets Le~m More Accoso alld~orna Fr'oq uontly Asked Quo.stlons SHo M•P https://www.dir.ca.gov/databnscs/doshacru/cslbdctail sn.asp?licno=780316 112 AUlRT -June 11, 20JA: Rntitlc.~ regbtetlng In SAM must $Ubmlt a notadwllrttcr oppolnUng their authorized Entity Administrator. nead our .!.. u~t to IPilm more nboul chan&u to the notorized Jetter revielfproeen o.nd other ayatem Improvements. Scnt•ch Recot·d8 Search Ttp.or to Get81arlctll • Lookln& (or tntlly ~&htratlon rf<'Drd.t or t>Athyuduslon retcud.t In 3AAI7 U'e Qu.lclt~P.Jrc.h If )'OU know an entity'• Jhutnr.u Ntmt, Dtrn$liun1brr or CAOB Code. U&e Adv•n~cd Setltth to 'lluc.tura )'Out u..uch us1ng multlplee.J ttsorlu •nd utle:th. • Aro )'Oil& Fcdcr<~lttovtmment tnl~O)'t'e? Ore.\ to 1 Sl\ltl wer account whh )'0111' i>O\'Crnment c-n111111iddft'5s and lo& ln1o S.U1 bdorc storchln& to~o FOUO Information nd l'fl,ls\mnu who dlrue to opt out oftbe publlouo~rcll, • CondlKUngrmaU buJinc.u·fotuacd re~utcl\t fn addllloutowh•t bc:ontllncd In SAM, am all buJintt.JtJ u.n provldo the Small Uu~~:lnw Admfnhlrllllon (SDA)•uppkmental rnronnatfon about thenutlve.t. u~olhe~_Snnll..Bu~ to c.onduelfurthor muket n:.~urch. • Tryh*& toflnd a contnctorputJelpatlna In the.Dllultr Respotue b&lslt)'? Uso tlu) DJuster nuonn•e Reglatry8e.o.rch toJoeate(ontudotJ wlWn& to pt"O\idcdPbds re:m ov.J, d.Utribudon ot .upp11eJ, re<.oruhudlon~ llld other dlsub:r ortm~IJtRey rt11tt urvtou In th e evtal ot a ndioo•l dlwtcr. Chonu: QuJokSc~rch or Atl~M.nr..cd Sen••ch QUICKS!!AllCHI (lb~mp!o of aemh term lnelud ea: tho entity's •mnc. etc.) DUNSNumbcrSu.tch: I 1.nwDtmsroombnONf,Y CACBCodeStM'(h; ( !NuCA.OIUidcOO'fLY ADVANC!!D SI!ARCHo Uso apoclfio uttuialn multiple ealcgorles to struetwa your search. AOVAli:CilD SBIUICH-ENTil'Y AD\'1\NCUD 50,\IICH .l!XCLUSION - DISAS'fllR RllSI'ONSIJ tlllCISl'll\' Sll.AIICII I No Search Results September 17, 2018 2:13PM SAM Search Results List of records matching your seat·ch for : Search Term : gmna* contracting* services* Record Status: Active https:l/www.sam.gov/ Page 1 ol1 911712018 1- Publi c Works ~ll1l~lil1Mii>.lfliil ©®~~ffi1il®~TU\t ©~ ~lro©l!W ~mkm~ ~®ij®~~@ llil~ Soarch ~ l fJbN f.t}.'.' (;at/()SHA. s-r.,t~ A l!no1Uh Woiltsm' (:(nYtll Golf·lu surMr.n Appr<.n llco:;hlp Dlmr:tor's Ofl'ico Doa1dG Ltt bot Comml&!JIOMr 's OtOco I OLSE Oobarmon\s DLSE Debarments TI1o following contractoro nru currently lnmed from bidding on, accepUng, os potfomtfno any pub~c works contmcts, olther ItS a contractor or subcont ractor. tor tho period so t forth b elow: As par1 of your duo dlllgonco. wo S\I OOOSt that )'Oll olso check; • Contractor statu s at lho Contr..1olors Slate Uceruo Board (CSLB) • lhe Fadorn1 debarment lls t nltho E'xoluded Partlos Ust System Foro list of past D LSE dobannants of pubtlc works contr<Jc tors, p lease coo tact Susan Nakaoama Spoolal Assistant to tho Labor Commbsloner 16 16 Clay Slroot Sullo 401 Oakland, CA 04612 SNakagamaQdlr.ca.gov Norl\6 or contractor RMV Construction, Jno., A CnllforniQ Corporation; nnd Rob or1 Michael Vo•llll o.k.o. Robert Mi chael Va •ll a.k.o, Mike Vaoll, a n Individual ond CEO/AMO Ptctldont of RMV Construct1o11, In c, CSLB Numbor; 692369 Goworgi9 Youkhonls Nur so, on l ndfvtduol dba GEHVAC and Tochnologles , a aolo propriotorshlp, And GEHVAC Co., A s ol e propriotorohlp CSLB Numbor. 899312 and 1013648 Joseph Bra thoro t:nt o rpri~o , ln o.; Ken Jos onh Individu ally and •• CEO CSLB Number; 849 169 Dnva Cook Concroto C ofl!'lll\l cUon, Inc .• ond Dnvl d Wllllom Cook 3 4231 Camino CoplslrMo ~102 C3plslfano Boach, CA 9262-1·11 89 CSLO Number: 461697 Bonnooun Englnooro Construotors Corporation; 01nar Maloof, An lndlvlduol P.O. Box 16599 Bovo ~y Hlllo, CA 90209·2699 CSLB Number. 827829 Evans Roo fino Co., Inc. 2020 South Y3lo Straet Santa Ana, CA 9270 6 CSLB Number. 610549 QuiiJI)rmo lbalbarr1og~ db a Slo rra Nov.oda Stucco and 2K Roofing Slorra Navada Stucco P,O, Box 8~72 Reno, NV 89502 CSLB Numbor: 915012 2KAoollng 020 Ku enzli S lrool Re no, NV 09502 CSI.8 Number: 954551 Dol Nor1o Construction, And Trinidad P6rtod of d ebarment 4/1/2Q17 1hrouoh 6110/2010 Decision LB 5266 211/20171hrouoh 1/31/2020 Ooclolon 40·46480·516 4/3/20181hrough 10/3/2010 Dods1on SC 6390 3/1/20171hrouoh 2/29/2020 Decision LB 6207 oo/12117 tl~rough 05111120 Decision SC 5517 10/31/1B1hrouoh 10/30/19 Decision LB 6270 05/14/17lhrouoh 00/13/2Q Oe<lslon SC 6037 0/01/161hrough 6/31/17 Labor Commluulon~r 's Offlco Quick Links Bureau of Aeld Enforcomant Wage Claim Adjudloallon Rolallallon (ACI) Registration Sorvlces Publlo Wor1<s Elec1rlclan CMUioallon U nl l Frequenlly askod questions Legis lative reports Labor Commlssloll&r'a Databases Prlva1• Attomoy GoncrolAc1 (PAGA) Resources Freque ntly a!k6d questions Labor Commissioner's Databases Leglstalive reports PublloolloTIS Fonns AboutDLSE Abou1Us LocaUons, Conta cts, and Hours or Op eration Jobs al DIR WIIGE tHEFT IS A [8 1J hll M You can pay your bill onllno. Need to mako u paymont? ( ~laga un pago a n 1ln••·l htlps:l/www.dir.cn.gov/dl se/deba i.html I I I .I [/5 9/17/2018 Public Works fornlerly dba Hy Cotpanl ry Con•trocll on Oeclslon 1 5~07 Thornla~o Avo nu o NotWalk, CA 90650 CSLO ~979207 Sharon Jln Yoo, e.n Ind ividual; Ono Hyu n Yoo, an Individual Md fn his capacity as managcr/.suparvlsor ror Sharon Jln Yoo ;JRd In his oapaclly as Goncrol Pertn et tor HY Construction, a Geneml Partnership. noA Con:.tru ctlon, I no. 12/15/14 th rough 12/14/16 1692 W. B ~lard Avo., \ Doclslon Frosno, CA 93711 CSLBI 383306 Titan Elcotrlcal Cons1nJotlon, ln o, 11 /3/14lhrou gh 11/2/17 luca• Ollvor Slloknoy, onlndMduol Decision Jamlo Nool furr, on lndlvkfual 030 Natoma Slreel $an Fra ncisco, CA 94103 CSLB19195 16 Ramos Pefntlng 11/3/14 through 11/2/16 Cortos Roy Aomos, on lndlvk:fual Docl!!.!on P.O. Box 357 1 Paso Roblas , CA 93447 CSL DI 7535 75 Dick Emard Eleotrto. 11/3/14 thorough llf2/17 dba Emard Elactrlc Luko Richard En\3rd, an Oo ofslon IndiVIdual and RMO 5930 Koy Court, Sullo A Loon·b, CA 95650 CSL81 794007 Nixon Eloctrlo ll/1114 through 7/31117 Gordo n Fulton Nixon , oo Individual Oeclsk>n 6624 Faust Av~. Wooctlnnd Hih, CA 91387 CSLDN 796802 Norls Gonornl Conltootora, a Collfomfo 2/28/14 t hrough 2/27/17 Corporation Doclslon Efron Narl, an Individual Sorvendo Nori, on ind"Mdual Reboca Nart , an in dMduat Luis Abot ardo Caslro, an lndM duol 608 7 CnUCornla Avo. Long Beach, CA 90805 CSL8# 707967 Southl and ConstruoUon 1g11411 4 Uuough 10/13/17 Roza Molumvnod~ an Individual Dec!.! ion 3943lrvlno Blvd., r405,11Vino, CA 92002 CSLBI 663784 (expired) Na.Uo nal Drywall Corporatl on1 014114 1hrough 013/17 A Dluolvod Collfomlo Corpora ti on Decision sgJ S. MIIID<on Avenue, Sullo F Ontorlo, CA91761 CSLO #634335 Mlguol Controros, an Individu al nnd Ro:~ponstble Manoo lng Olllcor/CEO/Pre•ldenl Dora Marla Contreras, on lndlvlduol ond AgouVOJOccr of tho CotporoUon Tadros & You"of Conatru cHo n, In a. 5IIOI14lhrough 6/0/17 Kamel Shaker Tadroa & Makram Vouuef Ooclafon Youa~ot, lndlvldU1dly 122 1 E Blh Stroot, Unll A, Upland, CA 91766 CSLD~ 698102 (expl<od) Serenity Fife PfotecUon G/l/14 th rough 4/30117 417 S. Associ ated Ro11d, Orea, CA 92821 Decision CSLBI 902927 Oon Ko11y Constru ction 1 Inc . 3121>11~ through 3/24117 Don Kony, lndMdual and Li sa Kelly, O&clslo n lndlvlduol https:l/www.dir.cn.gm•ld lsc/dcbar.ht ml 315 9/17/20 18 Publi c Works WUdonw, CA 92695 Dovld Waller Cholo1\1nskl, on lndMduol 22031 Wolle Stroot WUdomar, A 92596 20970 Techn<>looy Drivo, Sto. 205 Murrlota, CA 92563 CSB .040116 Exp. 6130/1 0 S.J. Cimino El ect rio, loo., o Collfornlo 10/1 6/09 t hrough 10/14/12 corporation, Declsloo 3267 Dullon Avo. Santa Rosa , CA 95404 Solvatoro Joseph Cimino, RMO, CEO and Pro aldcnl of S.J. Cimino Elootrlo, l11 o. ond sole owner of S.J. Cimino Eloctrl o, nn Ind ividual 5826 Holoh ts Rd. Santo Ro5a, CA 95•101 CSB J343802 Exp. 2/28/10 CSB H294H f Exp. 9/30/13 Cnactlvo) Cedar Development Corporation 8/5/09 1hrou9h 814/12 Scrghon Gabrfol Arrem, Individually Daclslon 12477 Feather Or Mlrn Lorna, CA 9 1 762 CSB W 839898 Exp. 6130/10 (suspondcd) All Flo ora Commerc1al and Ro&ldentlol 5/14/091hrough 51 13112 Flo oring, lno. Ooclslon Salvado r Ellos Pore a, lndlvldunlly 750 E. McOIInoy Lnno, Mf03 Compbell, Cl\ 95008 CSB J430969 Exp. 7/31/09 1·AMD Construction, Inc. 3118109lhrough 3/16/12 A.lborto M ordo1d, lndlvlduolly Decision> Mirella Mordokl, lndMdually 5300Beach atvd., Suilo 110·410 Buftna Pal1<1 CA 90621 CSB H707633, rovokcd Juno 2018 Fila a Claim Moro Serv ices Learn more abou l Wagoclalms Public roootds DLSE Buroau of Field reques ts f(equ anlly asked Enforcement Trans lallons quostlons PubUcworl(s Vorily a ileen so or Archtvos complain ts n~gls lrallon DLSE6Uo map Claims for ret ahllon Flnd a wage order Workplace posllngs or dlse<lmlnatlon Online payments Looislatlve reports Haga un pa go eo llnoa Abou l DI R Whowoa•ll OIR Dlvl!itol"!l , Boards 3. Commlsslons Cont act DIR Worl{ wilh Us Jobs at OI R llco n'llng, regi:st raUons, co rtlflcatlon~ & pcurita (loqulle<f Nolillcatlon!l PullUc Records Requests f )J~t:l aJntHI SilO liolp copy1i9ht () 20 1(1 Stato of Clltlfo rnla http s://ww w.dir.cn.gov/dlscldebnr.html Lea rn Mor e Acc&ao al ldloma Frequently A~ fled Questions Site Map 31nocl,.ul fiUI\'')IHt lJH~I 1IIity Fmtiurt!s 515 lin l!"" l t.IIPLEf:Wt ;,riAfWEIIT NHH >EI,\Ci 1110\I IJF C\1'1 <!1'111[1) '1~\II,IHOS!; l'lt<~'lll\Y' Bidder's Name: C. BIDDER'S PROPOSAL ABATEMENT AND DEMOLITION OF CITY OWNED "PRIMROSE PROPERTY" City of Temple City American Wrecking Inc . ATTACHMENT C OIOPACt:A\lF.,tl-8-l(l16 (A"~C•.wnunl C,)fl!lnl P:IJO 1!. ot 17.) In accordance with the City of Temple City's Notice Inviting Sealed Bids, the undersigned BIDDER, hereby proposes to furnish all materials, equipment, tools, labor, and Incidentals required for the above stated project as set forth In the Plans, Specifications, and contract documents therefore, and to perform all work In the manner and time prescribed therein. BIDDER declares that this proposal Is based upon careful examination o.f the work site, Plans, Specifications, Instructions to Bidders, and all other contract documents. If this proposal is accepted for award, BIDDER understands that failure to enter Into a contract In the manner and time prescribed will result In forfeiture to the City of Temple City of the guarantee accompanying this proposal. BIDDER understands that a bid Is required for the entire work. The contract will be awarded on the prices shown on the bid schedule. It Is agreed that the unit and/or lump sum prices bid Include all appurtenant expenses, taxes, royalties and fees. In the case of discrepancies In the amounts of bid, unit prices shall govern over extended amount, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that In the event of the BIDDER'S default In executing the required contract and filing the necessary bonds and Insurance certificates within ten working days after the date of the City of Temple City's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the City of Temple City and this bid and the acceptance hereof may, at the City of Temple City's option, be considered null and void. BID SCHEDULE To the Temple City's City Council, herein called the "Council". Pursuant to and In compliance with your Notice Inviting Bids and the other documents relating thereto, the undersigned bidder, having familiarized himself with the work as per the paragraph, Discrepancies and Misunderstandings, contained In the INSTRUCTIONS TO BIDDERS section, and with the terms of the contract, the local conditions affecting the performance of the contract, and the cost of the work at the place where the work Is done, and with the drawings and specifications and other contract documents, hereby proposes and agrees to perform, within the time stipulated, the contract, Includ ing all of Its component parts, and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, expendable equipment, and all applicable taxes, utility and transportation services necessary to perform the contract and complete In a workmanlike manner, all in strict conformity with the Contract Documents on file at the office 'of the City Clerk of said City, per the following bid schedule: (Bidder shall provide a bid amount for each bid Item listed below. Failure to provide a bid for each bid Item shall render the bid non-responsive) BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.l L l l'«1f ltt.'l'lct:ll't Afl;.YEI.'FtH /dlO I H!Ol.IIIOfll~' Ctl'l <W,I :(D'I~lii.VIt>SE f>ll<li'ElliY' BID SCH EDU LE ABATEM ENT AND DEMOLITIO N OF CITY OWNED "PRIMROSE PR OPERTY" City ofT em pie City Item Description Quantity Unit 1 Haz-Mat Abatement 1 LS 2 Demolition 1 LS City Al!owance for Utility Capping : Exist ing utilities may be capped at street service con n ections by utility companies. Cost of capping utilities by utility companies shall be paid by the contract or as a direct cost. City will pay the contractor the amount pa id to the Utility Company plus 2% markup for bonding plus an additional 5% markup for contractor 3 profit. Contractor's coordination cost with 1 LS utility companies shall be assumed to have been Included In previous bid prices. City sha ll control this allowance amount and without City's authorization It cannot be used. If no capping Is necessary and no cost Is Incurred by the Utility Companies, this allowance will not be used, and contractor shall not be paid for this line Item. TOTAL BID AMOU NT Unit Bid Amount $ NLA $ NLA $10,000.00 IJO I'ACr.AGE, ft.8.1(l iR .0\'C..,..n t.ont C~n~d P~o 16 ol170 Total Bid Amount $ 49 ,1 00 $ 61110 0 $10,000.00 $ l20 ,2QO Mobilization/demobilization, traffic control and safety, NPDES, WWECP, and Best Management Practices (BMPs), Public Convenience and Safety, and any and all ot her work Items not specifically listed In the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be Included In the bid prices. The bid prices shall Include any and all costs, Including labor, materials, appurtenant expenses, taxes, royalties and any and all other Incidental costs to comp lete the project, In compliance with the Bid and Contract Documents and all applicable codes and standa rds. The City reserves the right to add, delete, Increase or decrease the amount of any quantity shown and to delete any It em from the contract and pay the cont r actor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.2 <AI'< 0:' ll).'i'Uol;ll '< AIJA I (l.tfl/1 Nlfl OFJ.~Olll lOll OF Clrl 0\'11/EO 'l'll•MHOS~ 1'11\lPfJll Y' BID PAC~ AGE, 0·3·1.018 o.,..., .... t coo~<ll i':.J•l l o11m A bid Is required for the entire work, that the quantities set forth In the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed . Bidder shall provide a bid amount for each bid Item listed below. Failure to provide a bid for each bid Item shall render the bid non-responsive BIDDER SHALL COMPLETE AND SUBM IT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Pa ge : C.3 C.II YOf-H:1.1I'L l:.CII't Aei\IL •.1011 1~10 OWOlll 1011 l lf Cll'f 0 '.\'lll:n ·l·lm,Ul(lSf. f>RO!'E/IIY ' D ES IGNATI ON OF SU BCONTRACTORS lli i)IW,r.AGE , O.IJ.I(l iB O\'Wnt'f'II C VI1Jofi';]IJ Ul lll1 74) BIDDER proposes to subcontract certain portions of the work which are In excess of one-half of one t f th bid d t I I d I t f II d d f II percen o e an o procure mat er as an eqUipmen rom supp e rs an ven ors as o ows : Name, address, and phone number pf Work to be Performed Contractor's DIR# Do llar Amount subcontractors, License# suppliers, and vendors Gama Co ntracting Services Remo ve and dispose of 780316 1000000934 1835 Florada le Ave. asbestos, lead & $ 49.100 South El Monte, CA 91733 universa l waste per survev $ $ $ $ $ $ $ $ Total Subcont ract Am o unt (shall n ot exceed 49% of Tota l Bid Amount) $ ~9.1QQ BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page : C.4 W'l \~c IF.I/.I'tE !:II Y Alli\TE~'EUT NlO OEI.IOLITIO~I Of C:IIY ll\'fol(() 'Pitii.II\OSI: PR <lPERTY' REFERENCES DIOI'A<;t:AG€,83·/.(1 18 O..lCtJnlliOl C\'4l ~ol fl:o!JO l!l N 174) The City of Temple City Is Interested In obtaining bids from th e most qualified and capable contractors with a proven track r ec ord able to perform work desired by the Public Works Department. Any and all references required to be provided by the bid specifications must be for projects co nstructed by the bidding company; references for other projects performed by principals or other individuals ofthe bidding company m ay not be Included. The following are the names, addresses, and t elephone numbers for three public agencies for which BIDDER has performed similar work within the pa st three years Reference Contact Information Reference Project Contract Date Name Value Com~leted Agency Name : Millie & Severson PMB-SARH MOB Contact Name and Title : M anuel Galvan -Project M anager $235,700 11/20/2017 Contact Tel No : 562-799-5235 Agency Name : Oltmans Construction Compan Job t#1806 5-001 Goodman I ndustrial Contact Nam e and Titl e: Pa r k, Building 1 $ 821.642 Jo se Borrayo-Project Manager 6/22/2018 Contact Tel No : 562-948-4242 Agency Name : W .E. O'Neil Construction Jo b tl 0717401 Contact Name an d Title: M anhattan Village- Brian Rush -Project Manager Th ea tre Demo lition $ 175,200 8/11/2017 Contact Tel No: 310-643-7900 BONOS The following are the names, addresses, and t elep hone numbers for all brokers and su reties from whom Bidder Intends to procure In surance bonds: Kevin Cathcart-Pinnacle Surety Se rvi ces , In c. 151 Kalmus Dr., A-201. Costa Mesa, CA 92626, ( 714) 546-5100 SITE INSPECTION Th e Bidder declares that he/she has care fully re ad and exa mined the plans, spe cifications, bid documents, and h e/she has made a perso nal examination of the site (Indic at e name of the p erson, r epres enting the bidder, who Inspected the si te and date below) and that he/she understands the exact scop e of the Project WITH OU T QUESTION. Name of Person who In spec ted the site: Mel Lui s Date of Insp ec tion : · 8/21/2018 BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C . BIDDER'S PROPOSAL" Pa ge : c.s !.II Y 1:r IF.MPLE WY t\OMEMEIIT IINO ll£1.10liii(J~I Of Cll V 0\VIIEU 'PI\tM'IOS£; PR\li'DHY' ADDENDA ACKNOWLEDGMENT DID PACr.AG E, O.S·201n (~Ofll Con\uA P.'fJf.l7.0lll1 70 The Bidder acknowledges receipt of the following Addenda and has Included their provisions In this Proposal: Addendum No._...:.N:.L/.:....:A'------Dated _____ _ Addendum No. ________ Dated _____ _ Addendum No. ________ Dated ______ _ Addendum No. ________ Dated ______ _ EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, Site, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of work to be subcontracted, and that such affirmative actions have been fully documented, that said docum entation Is open to Inspection, and that said affirmative action will remain In effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER declare s that the only persons or parties Interested In this proposa l as principals are those named herein: that no officer, agent, or employee of the City of Temple City Is personally Interested, directly or Indirectly, In this proposal; that this proposa l Is made without connection to any other Individual, firm, or corporation making a bid for the same work and that this proposal Is In all respects fair and without collusion or fraud. BIDDER SHA LL COMPLETE AND SUBM IT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page : C.6 I.IIY t:f IE I.IPI.Ef.ll'l t.OATB~III Nlllli(I,!OliiiOII t)F CIIY 0\Wim 'f'lli~\I!OSE PROI'f:nlY' BIDDER INFORMATION Bidder's Name : American Wreckln_g_lnc. Address: 2459lee Ave., South El Monte, CA 91733 Form of legal Entity (I.e., Individual, partnership, corporation, etc.) Corporation If a Corporation, State of Incorporation (I.e., Calif.) California State Contractor's license No. and Class 685192-B C21 C22 ASB DIR Registration No.: (Also provide DIR No's for subcontractors a separate attachment) 1000007299 Contact Perso n Information: Name Title E-ma11 Tel luis Ga laviz Pro le_ct ManaRer luls@amerlcanwrecklnglnc.com 16261 350-R:tm OlD I'ACMGE, 11-3·20 10 IA'CvMt."~•l Con!td l'~.go 21 ul 170 The following are the names, titles, addresses, and phone numbers of all Individuals, firm members, partners, joint venturers, and/or corporate of ficers having a principal Interest In this proposal: Jose L Galaviz-President-420 E. lemon Ave ., Arcadia, CA 91006· (626 ) 350-8303 Juan G. Galaviz-Vice President-308 E. loOngdon Ave. , Arcadia , CA 91006 (626) 350-8303 The date(s) of any voluntary or Involuntary bankruptcy judgements against any principal having an Interest In this proposa l are as follows : NA All current and prior DBA'S, alias, and/or fictitious business names for any principal having an Interest In this proposa l are as follows : N A Pr evious contract performance history: • 1. Was any contr act terminated previously: No If the answer to the above Is "yes", provide the fo1/owlng Information : Contract/project name and number: _________________ _ Date of termination : ______________________ _ Reason for termination:. _____________________ _ Owner's name: ________________________ _ Owner contact person and tel. no.:----------------- 2. In the past ten years have you flied a claim for money against any public entity? If the answer to the above Is "yes", provide the following Information : BIDDER SHALL COMPLETE AND SUBM IT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.7 C:lf'rC.F I W J 'LECII 'r WMn'lll I Nm [U,:OUIIOII OF CITY OVmF.o 'PiliMROSc I'ROI'El !J Y' Contract/project name and number:_N.:.../A _______________ _ Date of filing claim : _____________________ _ Reason for filing claim:. _____________________ _ Owner's name: ·------------------------------- Owner contact person and tel. no.:------------------ 010 J'ACr.~GF., 6-8-2\11 0 Docv•""'' r .... ~~~~ f'"!l'' ?2 ol l 7~) 3. In the past ten years have you been a party to legal action by or against a public entity arising out of th e performance of a public works contract? NO If the answer to the above Is "yes ", provide the following Information : Contract/project name and number: __________________ _ Date of commencement of litigation: ___________________ _ Reason for litigation : ______________________ _ Owner's name: _________________________ _ Owner contact person and tel. no.:------------------ IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforementioned principals this_]_ day of Se t 201,!!. BIDDER American Wreckln Inc. 2459 l ee Ave. South El Monte CA 91733 Subsc ribed and sworn to this .2!h_ day of September '201,!!. NOTARY PUBLIC ______________________ _ BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page : c.a CALIFORNIA JURAT CERTIFICATE i\ notacy public or other officer completing this certi ficate verifies o nly the identity of the individual who signed th e 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 7TH da y of SEPTEMBER 20~,by J UAN G. GAL AVIZ proved to me on the ba sis o f satisfactoty evidence to be the person'-"' who appeared before me. ___ .., WITNESS IviY HAND AND OFFICIAL SEAL. 'e _ .... """" • :: • Nolory l'llhlk-Callfom lo ~ I ~· \ Luo..An«JI!h~\Cu un1 v ~ ~ Commllllonll20)699 MyCom111. £>pf••• Jul29, 2021 Signature of Notary Public (Notary Seal) OPTIONAL INFORMATION The }11m/ crmtnimrl withi11 this rlocl/11/tlll is ill ncconlnllce with Cnlifomin /mv. A!!J qOldt~uil mbstribtd n11rl s1vom to bejo1~ n 11otmy sha/111se the pmedi11g JJJonllil!, or sllbstnlllialfy si111ilar 1/!0JYihf!,pmmallllo Civil Code seclio11s 1189 n11d 8202. A jurat cutificate cnm1ot be nffixed to II docum ent sent by mall or otbenvl~·c ddil'cred to II JJOlllty pubUc, Ji1cluding electronic mea11s1 whereby the signer did tJot pcr.fon11Uy appe11r before t11e notaty public, el'en if the .fig11er is !wowtJ by the IIOlRty pubUc. T!zc seal and Nft,mature C/1111/0l be 11ffixed to 11 document without the correct n otarial wording. As nn Jl dditiotml option nn affiant cnn p r oduce nn nffidHvlt on tl1e snme documeJJtlls the JIOtnriul certifie11te wording to elim inate the use of additiot Jal documentntion. DESCRIPTION OF ATTACHED DOCUMENT CAPACITY CLAIMED BY SIGNER BIDDER'S PROPOSA L Individual (l'itlc of document) X Corporate Officer Numbcc of Pages 12 (Including jucat) Partner Document Date SEPTEMBER 7, 2018 Attorney-In-Fact Trustee Other: (Additional In formation) MMXIV H.WARDALU 925.786.8909 www.totollynotory.nct (·ITYC~ II:I.II'I EC II'I AIJ.\JEM£111 A/Ill LO.!OlHIOII OF CHY llY~IEil'PI!IMROSE PROPER lY' Department of Industrial Relations (DIR) Contractor Registration Number OID PACr.AGE, 6·3 -20 19 I).."'Cvrnont Ct'Wl:tnl P.YJfJ ?l ol 17n Beginning July 1, 2014, contractors must register with the Department of Industrial Relations (DIR) before bidding on public works contracts In California . For more Information, please refer to this section of the Dep artment of Industrial Relations Websit e: http://www.dlr.ca.gov/Publlc-Works/PublicWorks.html. Per this requirement, provide the following Information: American Wrecking Inc. Contractor Name 1000007299 Contractor Department of Industrial Relations Registration Number: 7/19/2019 E><plratlon Date of Registration Number "'(THIS FORM MUST BE SUBMITIED WITH THE SEALED BID)"' BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" . Page : C.9 '.lrt ~--··~r.ccr f,•!o\,ll·'.f·tli.'.V: n ;~'f.i ( :<ri::t· C:l 'r m'iu m· ... q,M~C•SF. PAt:f1:.:.C ..,. PROPOSAL GUARANTEE/BID BON 0 ABATEMENT AND DEMOLITION OF CITY OWNED "PRIMROSE PROPERTY" City of Temple City 1\iUI'ACMOE. 1).8.;.~14 C\~vn,v,;,CY141cl "~~~~~1. dtf~J KNOW ALL MEN BY THESE PRESENTS that American Wrecking, Inc. as BIDDER, and Allied World Insurance Company as SURETY, are held and firmly bound unto the City of Temple City, In the penal sum of Ten percent bid amountdollars ($ 10.0% of Bid ), which Is 10 percent of the total amount bid by BIDDER to the City of Temple City for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER Is about to submit a bid to the City of Temple City for the above stated project, If said bid Is rejected, or If said bid Is accepted and a contract Is awarded and entered Into by BIDDER In the manner and time specified, then this obligation shall be null and void, otherwise It shall remain In full force and effect In favor of the City of Tempi~ City. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this~ day of August , 201~. BIDDER* American Wrecking, Inc., 2459 Lee Avenue, South El Monte, CA 91733 , (626)350-8303 \ I t I Shawn Blume , Attorney-ln-Fact,151 Kalmus Drive, Ste. A201, Cos ta Mesa, CA 926 46,· T: (714) 546-51 00 11 I \ Provide BIDDER/SURETY name, address and telephone number and the name, tltle,t>.dd,rcss and telephone number for authorized representative. · Subscribed and sworn to this __ day of See Attached 201_. NOTARY PUBLIC: __________________ _ OIDDEil SH/ILL COMPLlH 1\ND SUBMIT /ILL DOCUMENTS 1\NU 1'1\GlS IN SEC liON "C. !IlDDEII'S PIIOPOSI\L" Page:C.lO .. , CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notmy 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 trnthfulness, accuracy, or validity of that do cument. State of California County of_O_r_an__,g .... e _________ ) on <f\~0\l~ personally appeared before me, _______ ....:V...:... --=C--=o-"'p-"e""'la...:..n...:..d ______ ___J, Notary Public, Shawn Blume Nume(s) ofSigncr(s) who proved to me on the basis of satisfactmy evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/ltcl·ltheir authorized capacity(ies), and that by his/het·ftheir signature(s) on the instrument the person(-&), or the entity upon behalf of which the person(~ acted, executed the instnnnent. Pl nce Notnry Seal Abov~ I certify tmder PENALTY OF PERJURY under the laws of the State of California that the for egoing paragraph is tme and correct. WITNESS my ha Signatm0J--'--'"-~~""'..::...::::::-:-~=::-:~~==-="'- OPTIONAL Though the information below is not required by Jaw, it may prove valuable to persons relying on the document and could present fraudulent and reattachment of tll.is form to anotlter document. Description of Attached Document Type or Title of Document:----------------------------- Document Date:-----------------Number of Pages:----------- Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: _S_h_a_w_n_B_I_u_m_e _______ _ D Individual D Corporate Officer -Title(s): ______ _ D Partner: OLimited D General ~ Attorney in Fact D Trustee D Guardian or Conservator D Other: ____________ _ Signer Is Representing: __________ _ Capacity(ies) Claimed by Signer(s) Signer's Name:------------- 0 Individual D Corporate Officer -Title(s): ______ _ D Partner : OLimited D General D Attorney in Fact D Tmstee D Guardian or Conservator D Other:-------------- Signer Is Representing : __________ _ Rev. 1-15 ~~ALLIED WORLD Issu e Date : July 25,2018 ALLIED WORLD INSURANCE COMPANY 199 Water Stree t New York, NY 10038 USA POWER OF ATTORNEY No. 29210-A2878 KNOW ALL MEN BY THESE PRESENTS: Single Transaction Limit: $10,000,000 Allied World Insurance Company, a New Hamps hire corporation (lh e "Company") does hereby appoint NAME(s): Eric Lowey ~M.:..:a7rk.:...:R""-Ic'-:h;.;;.ar;.;:d.:..so:;.;.n;...._ ____________ _ Shawn Blume Vanessa Copeland ....;..;.Ke;:.;v"'ln'--C:.:ac:.:th.:..:c.:..art"'------.;.._-------- FIRM: Pinnacle Su rety Serv ices, Inc. 151 Kalmus Dr. A-201 Costa Mesa, cA 92626 Us true and lawful Attomey(s)-in-Fact, with full aulhority to execute on Its behalf bonds, undertakings, recognizances and other contracts of Indemnity and writings obligatory In the nature th ereof, Issued In the course of its business, and to bind the Company thereby. This Power of Attorney shall remain In full force and effect for one year from the Issued date above-referenced and shall expire on close of business of the first anniversary of such Issue Date. IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below, who Is duly auth orize d and empowered to execute on the Company's behalf. This 25 th day of July, 2018 State of Pennsylvania County of Philadelphia ) )ss. On this 25t h day of July, 2018, before me came the above-named officer of ALLIED WORLD INSURANCE COMPANY, to me perso nally known to be the Individual and officer described herein, and acknowledged that he eKecuted the foregoing Instrumen t and affiKed the seals of sa id corporation thereto by authority of his office. CERTIFICATE Name: Robert E. Staples Title: Senior VIce President · Surety Notary My Comm ission Expires: 03/28/2020 Excerpt of Re solution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation "), on December 31, 20 12 : RESOLVED, that the properoflk:ers of the Corporation, the head of the surety business ina for the Corporation and their appointed designees (each an 'Authorized Offtce(' and cdledlvely, the 'Authorized Ofllce"1 be, and each hereby Is, authorized to appoint one or more AUomeys-ln-Fact to represent and eel for and on behalf of the Colporation In the transection of the Company's surety business to execute (under the common seal d lhe Colporation, K appropriale) bonds, undettaklngs, recognizances and other contracls of r.demnity end v.riUngs obligatory In the nalure thereof. RESOLVED, that In connection Y<~'lh the Corpora lion's transaction of surety business, the slgnalures and attestat.lons of the Alnlorized Officers and the seal of the Colporation may be affixed to any such Pcmer d Attorney or to any certiftcale relahg thereto by facslmie, and any such Pcmer of AHorney or certificate bearing such facslm~e slgnalures or facslmHe seal shaH be valid and binding upon the Colporation vmen so affixed 1\ith respect to any bond, undertaktlg, recognizance or other contract of Indemnity or writing obllgalory In the nature thereof. RESOLVED, that In connection 1\iUt the Colporatlon's transaction of surety buslness,lhe facsinle or mechanlcaly reproduced slgnaiUre of any Authorized Officer, I'AieUtef made heretofore or hereafter, I'Aierever appeamg upon a 00f11 of any Power of Attorney of the Colporation, \lith signatures affixed as next above noted, shall be valid and binding upon the Corporation \lith the same I~ and effect as lhoogh manuatt afixed. RESOLVED, that In connection llilh the Colporation's transaction of surety business, any such Attomey-ln·Fact delivering a secretarial or other certification that the foregoing resokrtions SliD ben eflect may Inse rt In such certification the date thereof, said date to bo not later than the date of dalivel}' thereof by such AtkKnay~n-Fect. RESOLVED, Utallhe Authorized Otncers be, end each hereby Is, authOrized to execute (under the common seal of the Corporation, If epprOjllfate), make, file and deliver In the name and on behalf of the Colporation any and al consents, certifiCates, agreements, amendments, supplements, Instruments and other documents I'Aiatsoever, and do any and a~ other things vmatsoever In connection l'tith the Colporation's transaction of surety business, as such Authorized Oflicer shall In his or her absolute discretion deem or determine appropriate end any of the foregoing resolJtions, lhe transactions contemplated thereby and eny a nella I}' matters thereto andklr to carry out th e purposes and lnlent thereof, such deeming or determination to be cort<ilsivety e-.idenced by any such eKecution or the tal<ing d any such action by such Authorized Oftlcer. I, Sung lee, Seccetal}' of the AlliED WORLD INSURANCE COMPANY, do hereby certify that th e foregoing eKcerpts of Resolution adopted by the Board of Directors of this corporation, and the Pa.ver of Attorney Issued pursuant thereto, are true and correct, and that both the Resolution and the Pcmerof Attomey are In full force and eHed . IN WITNESS WHEREOF,! have hereunto set my hand and affixed the faGSimllo seal of tho corporation, thls'QQ:!rayof ~?\: , 201<6 All Claim Notices should be sent to the below: Allied World Insurance Company Attn: Surety Deprutment 30 South 17111 Street, Suite 1600 Philadelph ia, PA 19103 SUR 00046 00(05/2016} ~ Sung Lee, VP, Legal CITY OF TEMPlE CITY ABATEME NT ANO DEMOliTION OF CITY OWNED 'PRIMROSE PROPER TY ' ATTACtlM~I D CITY Of TEI.f't.E CITY ABA THIENT Alll DEMOliTION OF CITY OWNED 'PRIMROSE PROPERTY' 810 PACKAGE, 3-8-20 18 Ooa.moniC.Oit<>l Pogo 61 o11743 CITY OF TEI.I'lE CITY ABATEMENT MO DEMOliTION OF CITY OWNEO 'PRIMROSE PROPERTY ' ~ :J I LA COUNTY ASSESSOR MAP OF : , BU ILDINGS/ AREA TO BE DEMOLISHED L - BID PACKAGE. 8-8-2018 DoctMnent Conlrol Pogo 90 oll743 Ofrte! OP THE ASSiS$00 COUNTY~ LOS AHGEUS CO .. YRIGtrr 0 20Q:J