Loading...
HomeMy Public PortalAbout11) 7G Award of Public Works Contract to Pavement Coatings Co. for Rosemead Blvd. Resurfacing ProjectAGENDA ITEM ?.G. COMMUNITY DEVELOPMENT DEPARTMENT DATE: TO: FROM: MEMORANDUM J uly 2 , 2019 The Honorable City Council Bryan Coo k, City Manager V ia : Michael D. Fo rbes , Commu nity Developmen t Directo r Ali Cayi r, PE , City Eng ineer By : Okan Demi rci , PE , Project Manager SUBJECT: AWARD OF PUBLIC WORKS CONTRACT TO PAVEMENT COATINGS CO. FOR ROSEMEAD BOULEVARD RESURFACING PROJECT (CIP NO. P18-06) RECOMMENDATION: The City Council is requested to : 1. Award a Public Works Co ntract (Contract) to Pavement Coatings Co . (Atta c hm ent "A ") as the lowest responsib le bidder for the Rosemead Boulevard Resurfac i ng Project (Project) (Capital Improvement Project (CIP ) No . P18-06 ); 2 . A uthorize the City Manage r to execute the Contract in an amo unt of $469 ,6 00 ; and 3. Authorize 10 percent of the awarded contract amount as contingency allowance to be used if necessary for unfo reseen conditions at the City Manager's discretion . BACKGROUND: 1. On April 28 , 2017 , the Governor s igned Senate Bill (SB) 1. SB 1 created the Road Ma intenance and Rehabi litation Account (RMRA), the purpose of which is to provide fund i ng to address bas ic road ma intenance , rehabil itation , and safety needs on both state highways and local streets . To generate this funding , SB 1 mandates adj ustments and increases in fuel taxes , diesel fuel taxes , and veh icle reg istration fees , and provides fo r adjustments i n future years to adjust for i nflat ion . SB 1 includes funding for ma intenance and rehabi litation of local streets f rom th e RMRA through the Local Streets and Roads Prog ram . 2 . On September 18 , 2018 , the City Council approved the Plans , Specifi ca ti ons , a nd Estimates (Bid Package) and advertisement of Notice Inviti ng Bids (N IB) f or the Project. ~-- City Council July 2 , 2019 Page 2 of 3 3 . On April 16 , 2019 , the City Council approved Resolut ion No . 19-5934 wh ich identified the resurfacing of Rosemead Boulevard as one of Temple City's RMRA- funded projects for Fiscal Year (FY) 2019-20 . 4. On April 19 , 2019 , the NIB was issued . The NIB was publ ished in the newspaper, on the City web site , and in various trade publications . 5. On the due date of May 16, 2019 , two bids were rece ived and opened pub licly. ANALYSIS: The following bids were received : Contractor Name Total Bid Amount All American Aspha lt $481 ,368 .55 Pavement Coatings Co . $469 ,600 .00 The lowest responsible bid was submitted by Pavement Coatings Co. in the amount of $469 ,600 . Staff conducted a bid analysis including checking references , state contractor licensing , Department of Industrial Relations registration , and state and federal debarment list review for Pavement Coatings Co . The b id package submitted by Pavement Coatings Co . and the bid ana lys is completed by staff are attached (Attachments "B" and "C"). The follow ing is the breakdown of the construction phase budget: Construction Budget $469 ,600 Contingency Budget allowance as necessary for unforeseen conditions $46 ,960 (10 %) Total Constructi o n Budget $516,560 Budget allowance for constructi on management, inspections , and administration (services provided under City Engineering Contract with $5 1,656 Transtech ) Project Total $568,216 CITY STRATEGIC GOALS: Resurfac ing streets is consistent with the City Strategic Goa ls of Pub li c Health and Safety , Quality of Life , and Susta i nable Infrastructure . City Council July 2 , 2019 Page 3 of 3 FISCAL IMPACT: Funding for the Project is included in the approved Fiscal Year (FY) 2019-20 City Budget under CIP No . P18 -06 . ATTACHMENTS: A. Contract to be executed with Pavement Coatings Co . B. Low bid submitted by Pavement Coatings Co. C . Bid analysis ATTACHMENT A Contract to be executed with Pavement Coatings Co. CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT ROSEMEAD BOULEVARD RESURFACING PROJECT CIP NO. P18-06 THIS AGREEMENT ("Agreement") is made and entered into this __ day of ___________ , by and between the CITY OF TEMPLE CITY , a Municipal Corporation located i n the County of Los Angeles , State of California ("CITY"), and Pavement Coatings Co ., [a corporation/partnership/limited liability company corporation, located at 10240 San Sevaine Way, Jurupa Valley , CA 91752 ("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 May 16 . 2019 , for the fol lowing : ROSEMEAD BOULEVARD RESURFACING PROJECT CIP NO. P18-06 in the City of Temple City , California ("Project"). B. At 3 :00 PM (PST) on sa id date , in the Temple City Counc il Chambers , the bids submitted for the Proj ect were opened. C . At its regular meeting he ld on , the City Council of CITY accepted the bid of CONTRACTOR for the Project as be i ng 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 mutua l covenants and agreements herein contained , the parties do he re by agree as follows: 1. CONTRACT DOCUMENTS. This Agreement consists of the fol lowing 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 , including the Certificate of Bidders ' Experience and Qual ifications and the List of Subcontractors (e) Information Requ ired by Bidder (f) Notice of Award (g) Notice to Proceed (h) This Agreement (i) Verification of California Contractor's License U) Contractor's Certificate Regard ing Workers' Compensation (k) Security for payment (labor and materials) (I) Security for performance (m) Certificate(s) of Insurance (n) General Cond itions/Specifications (o) Special Provisio ns (p) Plans and Standard Drawings (q) Prevailing Wage Scales (r) Standard Specifications for Public Works Construction , includin g subsequent addenda and supplements (s) Change orders issued by the City and signed by the Contractor perta ining to the Contract after the Contract is awarded to Contractor (t) All addenda issued by the City with respect to the foregoing prior to the opening of bids , including , Addenda Nos . __ _ (u) Other documents (list here or delete) In th e event there is a conflict between the terms of the Contra ct Documents , the more specific or stringent provision shall govern . 2 2. SCOPE OF WORK. CONTRACTOR agrees to perform a ll 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 Documents , CONTRACTOR must furnish all of the labor, materia ls , tools , equipment, serv ices and transportation necessary to perform all of the Work . CONTRACTOR must perform all of the Work in strict accordance with the Contract Documents . 3. COMPENSATION & PAYMENT. CONTRACTO R hereby agrees to rece ive and accept the total amount of Four Hundred S ixty Nine Thousand S ix Hundred Dollars ($469.600 ), based upon those certain unit prices set forth i n CONTRACTOR 's Bid Schedule , a copy of which is attached hereto as Exh ibit "A " and incorporated herein by this reference , as full compensation for the Work . Said compensation shall cover all expenses , losses, damages, and consequences ar ising out of the nature of the Work during its progress or prior to its acceptance, i ncluding those for well and fa ithfully complet ing the Work in the manner and time specified in the Contract Documents , and also includ i ng those aris i ng form actions of t he e lements , unforeseen d ifficu lties or obstructions encountered in the prosecution of the Work , suspens ion or d isconti nuance of the Work, and all other unknowns or risks of any description connected w ith the Work . CITY shall retain five percent (5 %) of t he compensation until the prov is ions of Section 14 herein have been met. CITY hereby agrees to pay CONTRACTOR at the time , in the manner, and upon the cond itions set forth i n the CONTRACT DOCUMENTS. 4 . UNAUTHORIZED ALIENS. CONTRACTOR promises and agrees to comply with a l l of the provisions of State and Federa l law with respect to the emp loyment of unauthorized aliens , includ ing w ithout limitation the Federa l Imm igration and Nat iona li ty Act (8 USCA 1101 , et seq.), as amended . Shou ld CONTRACTOR employ one or more unauthorized aliens for the performance of the Work, and should the Federal Government impose sanctions aga inst the CITY for such use of unauthorized aliens , CONTRACTOR hereby agrees to, and shall , reimb urse CITY for the cost of all sanctions i mposed , together with any and all costs , including attorney's fees , i ncurred 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) ca lendar years been , suspended , debarred , or excluded from participating in , bidd i ng on , contract ing for, or completing any project funded in whole or in part by program , grant or loan funded by the federa l government or the State of Cal iforn ia ; and (b) CONTRACTOR currently has , and for the past f ive (5) calendar years has mainta ined i n good stand i ng , a val id Ca liforn ia contractor's license ; and 3 (c) CONTRACTOR is registered with the Department of Industrial Relations to perform services on public works projects as required by Labor Code section 1725 .5 . CONTRACTOR agrees to complete and execute 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 commence the Work on the date specified in the Notice to Proceed to be issued to CONTRACTOR by the Director of Public Works of CITY, and sha ll complete work on the Project w ithin Twenty (20) working days after commencement. 7. NONDISCRIMINATION. CONTRACTOR shall not discriminate in its recruiting , hiring , promotion , demotion or termination practices on the basis of race , religious creed , color, national origin , ancestry, physical d isability , mental disabi li ty, medical condition , martial status , sex, age , or sexual orientation in the performance of this Agreement, and shall comply w ith the provisions of the California 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 Public Law 88-352 , and all amendments thereto ; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 8. LABOR CODE REQUIREMENTS. (a) CONTRACTOR is aware of and agrees to abide by the prov isions of California Labor Code Sections 1720, et seq ., as well as Sections 1771 , 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 ("Prevailing Wage Laws "). Copies of the prevailing rate of per diem wages and the general preva iling 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 s ite . If such posting is not possible , a copy shall be posted at the bus iness of the CONTRACTOR. (b) CONTRACTOR acknowledges that under California Labor Code secti ons 1810 and f ollowing , eight hours of labor constitutes a legal day's work . CONTRACTOR will forfe it as a penalty to City the sum of $25 .00 for each worker employed in the executi on of this Agreement by CONTRACTOR or any subcontractor 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 violation of the provisions of Labor Code section 181 0 . (Labor Code § 1813 .) (c) CONTRACTOR must comply w ith Labor Code section 177 1.1 (a ), which provides that CONTRACTOR is only eligib le to perform the Work if CONTRACTOR is registered w ith the Department of Industria l Re lations as requ ired by Labor Code Section 1725.5 , and that CONTRACTOR may award subcontracts for work that 4 qualifies as a "public work" only to subcontractors which are at the t ime of award registered and qualified to perform public work pursuant to Labor Code Section 1725 .5 . CONTRACTOR must obta in proof of such registrat ion from all such subcontractors . (d) CONTRACTOR , and any subcontractor engaged by CONTRACTOR , must pay not less than the specified prevail i ng rate of per d iem wages to all workers employed in the execution of this Agreement. (Labor Code§ 1774.) CONTRACTOR is responsible for compliance w ith Labor Code section 1776 relative to the retention and inspection of payroll records. (e ) CONTRACTOR must comply with all provis i ons of Labor Code section 1775 . Under Section 1775 , Contractor may forfeit as a penalty to City up to $50 .00 for each worker employed in the execution of the Agreement by CONTRACTOR or any subcontractor for each calendar day, or portion thereof, in which the worker is pa id less than the preva il i ng rates . Contractor may also be liable to pay the difference between the preva ili ng wage rates and the amount paid to each worker for each calendar day , or portion thereof, for which each worker was paid less than the prevailing wage rate. (f) Nothing in this Agreement prevents CONTRACTOR or any subcontractor from emp loyi ng properly registered apprentices in the execution of the Agreement. CONTRACTOR is respons i b le for compl iance with Labor Code section 1777 .5 for all apprenticeable occupations . This statute requires that contractors and subcontractors must subm it contract award information to the applicable joint apprenticeship committee , must employ app rent ices in apprenticeable occupations in a ratio of not less than one hour of apprentice 's work for every five hours of labor performed by a journeyman (unless an exception is granted under §1777.5), must contribute to the fund or funds in each craft or trade or a like amount to the California Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as appre nti ces solely on the ground of sex , race , rel igion , creed , national origin , ancestry or co lor. Only apprentices defined in Labor Code section 3077 , who are in training under apprenticeship standards and who have written apprentice contracts , may be employed on public works i n apprenticeable occupations. (g) CONTRACTOR sha l l defend , i ndemn ify and ho ld the CITY , its e lected officials , officers , employees and agents free and harm less from any claim or li ability arising out of any failure or alleged failure to comply with the Preva i ling Wage Laws. 9. PROJECT SITE CONDITIONS . (a) CONTRACTOR shall, without d isturbing the condition , notify CITY in writing as soon as CONTRACTOR , or any of CONTRACTOR's subcontractors , agents or employees have knowledge and reporting is possible , of the d i scovery of any of the follow ing cond it ions : 5 r- (i) The presence of any material that the CONTRACTOR bel ieves is hazardous waste , as defined in Section 25 11 7 of the Health and Sa fety Code ; (ii) Subsurface or late nt physical conditions at the site differing from those indicated i n t he specifications ; o r, (i i i) Unknown physi c al c onditions at the site of a ny unusual nature, different materially from those ord i narily encountered and generally recogn ized as inherent in work of th is character prov ided for in th is Agreement. (b) Pend ing a determination by CITY of appropriate action to be t aken , CONTRACTOR shall provide se c urity measu res (e .g ., fences ) adequate to prevent the hazardous waste or physical conditions from caus i ng bodily injury to any person . (c) CITY shall promptly investigate t he reported cond it ions . If CITY, th rough its Directo r of Public Works , or his or her designee , and in t he exercise of it s sole discretion , determines that the conditions do materially d iffe r, or do involve hazardous waste , and will cause a decrease or increase in the CONTRACTOR's cost of, or t ime required f or, performance of any part of the Work , then C ITY shall issu e a change order. (d) In the event of a dispute between CITY and CONTRACTOR as to whether the cond itions materially differ, or involve hazardous was te , or cause a decrease or increase i n th e CONTRACTOR 's cost of, or time required fo r, performan ce of a ny part of the Wo rk , CONTRAC T OR shall not be excused f rom a ny scheduled comp letion date, and shall proceed with all work to be performed under the Agreement. CONTRACTOR shall reta in any and all rights which perta in to the resolution of disputes and protests between the parties . 10. INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and ho ld harm less the CITY, its elective and appo intive boa rds , officers , agen t s and employees , from a l l claims , loss , damage , inj u ry and l iab il ity of every kind , nature and description , d i rectly or i nd irectly arising form the performance of the Work, rega rdless of responsibil ity of negligence ; and from any and all claims , loss , damage , injury and liability , resu lt ing directly or ind irectly from the nature of the Work covered by this Agreeme nt, regardless of responsib il ity of neg l igence . (a ) CITY does not, and shal l not , wa ive any rights against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR , of any of t he insurance policies herei nafter described in this Agreemen t. (b ) The indemnity provided by CONTRACTOR shall apply to al l damages and claims for damages of every k ind suffered , or alleged to have been suffered , by reason of any of the Work by CONTRACTOR , or any subcontractor , regardless of w hether insurance po li c ies are appl icable to any of the damages o r claims fo r damages. 6 (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 omissio ns . (d) The provision s of this section will survive the expiration or earlier termination of this Agreement. 11. BONDS. CONTRACTOR , before commencing the Work , shall furnish and file with CITY a bond , or bonds , in a form satisfactory to the C ITY , 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 (1 00 %) of the compensation amount stated in Section 3 of this Agreement conditioned upon the payment of all labor and materials furnished in connection with this 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 a ll ow any subcontractor to commence work on any subcontract until all similar insurance required of the subcontractor have been obtained and approved . (a) Workers' Compensation . CO NTRACTOR shall take out and maintain , during the life of this Agreement , Worker's Compensation Insurance (Statutory Limits) 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 requ i re the subcontractor similarly to provide Worker's Compensation In su ran ce for all of the latter's employees, un less such employees are co vered by the protection afforded by CO NTRACTOR. If any class of employees engaged in Work under this Agreement at the Project site is not protected under any Workers' Compensatio n law, CONTRACTOR shall provide and shall cause each subcontractor to pro vid e adequate insurance for the protection of employees not otherwise protected . CONTRACTOR shall i ndemnify CITY for any damage resulting from failure of either CONTRACTOR or any subcontractor to take out or maintain such insurance . CO NTRACTOR sha ll submit to Agency , along with the certificate of Insurance , a Waiver of Subrogation endorsement in favor of the Agency , its officers , agents , employees and vo lunteers . (b) Comprehensive General Liability , Products/Completed Operations Hazard, and Contractual General Liability Insurance . CONTRACTOR shall take out and maintain during th e life of this Agreement such comprehensive general liability , products/comp leted operations hazard , comprehensive automobile l iability and contractual general liability insurance as shall protect CITY , its elective and appointive boards , officers , agents and employees , CONTRACTOR , and any subcontractor perform ing work covered by th is Agreement , from claims for damage for personal injury, including death , as well as from claims for property damage which may arise from 7 CONTRACTOR 's or any subcontractor's operatio ns under thi s Agreement , w hether such operations be by CONTRACTOR or by any subcontractor, o r by anyone d irectly or i nd i rectly employed by e ither CONTRACTOR o r any subcontractor, and the amounts of such insurance sha l l be as fo ll ows : (i) General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000 ,000 ) per occurrence ; (ii) Products/Completed Operations Hazard Insurance in an amou nt of not less t han ONE MILLION DOLLARS ($1 ,000 ,000) per occurrence ; and (iii ) Contractual Genera l Liab i lity Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000 ,000) per occurrence . Genera l aggregate lim its in an amount of not less than TWO MILLION DO L LARS ($2 ,000 ,000 ) sha ll be cons idered equiva lent to the requ ired min imum l im its set forth hereinabove . (c) Comprehensive Automobile Liability . CONTRACTOR shall take out and maintain during the life of th is Agreement , comp rehensive automobile liabil ity insurance as shall protect CITY, its elective and appointive boards , officers , agents and employees , CONTRACTOR , and any sub contractor performing work covered by this Agreement , from cla ims for damage for persona l i nj ury , includi ng death , as we ll as f rom claims fo r property damage wh ich may ar ise from CONTRACTOR's or any subcontractor's operations u nder th is Agreement, whethe r such ope rat ions be by CONTRACTOR or by any subcontractor, or by anyone directly o r i ndirect ly e m p loyed by either CONTRACTOR o r a ny subcontractor, a nd t he amou nts of such i nsura nce sha ll be as follows : (i) Comprehensive Automobile Liability Insurance i n 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 th is Agreement shal l be with insurers which are Ca liforn i a Admitted and Best A rated or better. C ITY sha ll be named as "additional insured " on the genera l l iab ility and automobile liabil ity required hereunder, and CONTRACTOR shall furnish CITY, concurrently w ith the execution hereof, w ith satisfactory proof of carriage of the i nsurance requ ired , and adeq uate lega l assurance that each carrier w ill g ive CITY at least thirty (30) days ' prior notice of the cancellat ion of any policy during the effective per iod of this Agreement. (e) Umbrella or excess liabil ity insuran ce . [Optional depending on limits required]. Contractor sha ll ob ta in and ma int ain an u mbrella or excess l iab ili ty in s urance pol icy w ith li mits that will p rovide bodily inj ury , pe rsonal inj u ry and property damage li ability coverage at least as broad as the primary coverages set forth above , incl ud i ng 8 commercial general liability and employer's liab il ity . Such policy or policies shal l include the fol lowing terms and cond it ions : • 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 word ing as opposed to reimbursement ; • Concurrency of effective dates with primary po licies ; and • Policies shall "follow form " to the underlying primary pol icies . • Insureds under primary policies sha ll also be i nsu reds under the umbrel l a or excess policies . (f) Requirements not limiting . Requirements of specific coverage features or li mits conta i ned in this Section are not intended as a lim itation on coverage , limits or other requirements , or a wa iver of any coverage normally provided by any i nsurance . Specifi c reference to a given coverage feature is for purposes of clarificat ion only as it pertains to a g iven issue and is not intended by any party or insured to be a ll in clusive , or to the exclus ion of other coverage, or a wa ive r of any type . If the CONTRACTOR maintains h igher l imits than th e minimums shown above , the Agency requ i res 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 t he CONTRACTOR shal l be primary and any insurance o r self-insurance or maintained by Agency shall not be required to contribute to it. T he l imits of i nsurance required here i n may be satisfied by a comb ina ti on of primary and umb rella or excess insurance. Any umbrel la or ex cess insurance shall contain or be endorsed to co nt ai n 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 i nsurance or self-insurance shall be called upon to protect is as a named insured . (h) Notice to Proceed . The C ITY w ill not issue any notice aut horizing CONTRACTOR o r any subcontractor to commence the Work under t his Agreement until CONTRACTOR has p rov ided to the C ITY the proof of insurance as requ i red by th is Section 12 . 13. LIQUIDATED DAMAGES . The parties agree that it wou ld 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 comp letion of the Project i n th e Contract Do c um ents . Th e parties have c onside red the facts of a breach of this Ag reement and have agreed that the li quidated damages sum hereinafte r set forth is reaso nab le as liquidated damages i n the event of a breach , and that sa id sum shall be pres umed to be the amount of the damages sustained by t he 9 ~·- CITY in the event such work is not begun and/or completed and accepted by the times so specified i n 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 starti ng 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. CONTRACTOR CITY OF TEMPLE CITY PAVEMENT COATINGS CO . 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 sa id 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 mechan ics ' liens or stop notices filed against 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 w ith all applicable statutes , laws and regulations , including , but not li mited to , OSHA requirements and the Temple City Mun icipal 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 , w ithout limitation , any business li cense tax imposed by City . 16. INDEPENDENT CONTRACTOR. CONTRACTOR is and will at all times remain 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 time or in 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. 10 (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 obl igations . (b) Assignment. CONTRACTOR may not assign this Agreement without the prior written consent of CITY, which consent may be withheld in the C ITY's sole discretion since the experience and qua lifications of CONTRACTOR were material considerations for this Agreement. (c) Bi nding 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 Docu ments , is the entire , comp lete , final and exclusive expression of the Parties with respect to the Work to be performed under this Agreement and supersedes all other agreements or understand i ngs , whether ora l 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 writ ing and approved by CONTRACTOR and by the City Council or City Manager of CITY, as applicable . The Parties agree that this requ irement for written mod ifi cations cannot be waived and that any attempted waiver will be void . (f) Counterparts and Facsimi le S ignatures . This Agreement may be executed i n several counterparts , each of wh i ch will be deemed an orig inal , 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 de livered by facs im ile transmiss ion. Such facs imi le 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 wil l not constitute a waiver of any other term , condition, or covenant. Waiver by any Party of any breach of the provisions of this Agreeme nt will not constitute a wa iver of any other provision , or a wa iver of any subsequent b re ach or violation of any provision of this Agreement. Acceptance by City of any Work performed by CONTRACTOR w ill not constitute a waiver of any of the provisions of th is Agreeme nt. (h) Interpretation. Th is Agreement will be interpreted, construed and governed according to the laws of the State of California. Each party has had the opportun ity to review this Ag reement with legal counsel. The Agreement wil l be construed s im ply , as a who le , and in accordance with its fa ir meaning . It wil l not be interpreted strictly for or against either party . (i) Severability . If any term , condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid , vo id or unenforceable , the rema in ing provisions of this Agreement wi l l not be affected and the 11 Agreement will be read and construed without the invalid , void or unenforceable provis ion . U) Attorneys' Fees . The prevailing party in any action to resolve a dispute concern ing this Agreement shal l 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 w ill be in the County of Los Angeles . In the event of litigation in a U.S. District Court , venue will be in the Central District of Californ ia , in Los Angeles . (I) Notices . All written notices requ i red or permitted to be given under this Agreement wil l be deemed made when rece ived by the other Party at its respect ive address as follows : To CITY : To Contractor: C ity of Temple City 9701 Las Tunas Drive Temple City, Ca lifornia 9 1780 Attention : ------ (Tel.) (Fax) Pavement Coatings Co . 1 0240 San Seva ine Way, Jurupa Va l ley , CA 91752 Attention : Doug Ford. President (Tel.) 714-826 -3011 (Fax) 714-826-3129 Notice w ill be deemed effective on the date personally deli ve red or transmitted by facsimile . If the notice is mailed , notice w i ll be deemed given three days after deposit of the same in the custody of t he United States Postal Serv i ce , postage prepaid , for f i rst class de li very , o r upon delivery if using a major courier service with tracking capabilit ies . Any Party may change its notice information by giv ing notice to the other Party in compliance with this section . 12 r IN WITNESS WHEREOF , the parties hereto have caused this contract to be executed on the day of , 20_, by the ir respective officers duly authorized in that behalf. ATTEST: Peggy Kuo , City Clerk Date : APPROVED AS TO FORM : Eric S . Vail , City Attorney 13 CITY OF TEMPLE CITY , a munici pa l corporat ion By ________________________ __ Bryan Cook , City Manager Pavement Coatings Co ., a [state type of entity] By ________________________ __ By ________________________ __ -----------· ------- ATTACHMENT 8 Low bid submitted by Pavement Coatings Co. Dale Issued: April19, 2019 [ Bidder's Name: City ol Temple Ciy, Catifamia As Adveltlsed Bid Padc.ege, Rosemead Bllld Resurfacing Project, P18.()6 Document Conllol Page 14 ol92 C. BIDDER'S PROPOSAL ROSEMEAD BLVD RESURFACING PROJECT CITY PROJECT ID: P-1 8-06 City ofTemple City SB 1 Funded Project Pavement Coati ngs Co. In accordance with t he 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 t herein. BIDDER declares that this proposa l is ba sed upon careful examination of the work si te, 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 sc hedule . It is agreed that the unit and/or lum p sum prices bid include all appurtenant expenses, taxes , royalties and fees . In the case of discrepancies in the amounts o f bid, unit prices shall govern over extended amount, and words sha ll gove rn over f ig ures . If awarded the Con tract, the undersigned f urther agrees that i n the event of the BIDDER'S default In executing the required contract and filing the necessary bonds and insura n ce certificates within ten working days after the date of the City of Temple City's notice of award of contract to the BIDDER , the pro ceeds of the sec urity accompanying this bid sha ll become t h e property of the City of Temple City and this bid and the acceptance hereof may, at t he City ofTemple City's option, be consi d ered null and voi d. BID SCHEDULE To the Temple City's City Council, herein ca lled the "Council". Pursuant to and in comp l iance with your Notice Inviting Bids and the oth er documents r elating thereto, the undersigned bidder, having familiari ze d h imse lf with the work as per t he paragraph, Disc repancies and Misunderstandings, co nt ai ned in the INSTRUCTIONS TO BIDDERS sec tion, and with the t erms of the contract, the local condi tions affecting the performa nce of the co ntract, 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, including 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 app l icable ta xes, utility and transportation services neces sary to perform the contract and comp lete in a workmanl ike manner, all in strict co nformity with th e Contract Documents on fil e at the office of the Ci ty Clerk of said City, per th e fo ll owing bid sched ule : (B idder 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 COMPLET E AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL " Page: C.l Date Issued April 19, 2019 Item 1 2 3 4 City ofTempl e City , California /l$ Advertis ed Bid Pack age, Ros emead Blvd Resurfacing Project, P18.00 Doo.lmenl Cootrol Page 15 o/ 92 BID SCHEDULE ROSEMEAD BLVD RESURFACING PROJECT CITY PROJECT ID: P-18-06 City of Temple City SB 1 Funded Project Description Quantity Unit Unit Bid Total Bid Amount Amount Const r uct Type II M icrosurfacing on Rose m ead Bl vd from North Cit y Limit t o So uth City Limit t o include curb r eturns of all intersecting streets. Work Includes Crack filling as specified on the Special Provision s. Microsurfacing areas includes areas on cro ss ing 70,000 SY $ '?:>I&'~ sl':>6~oo~ I streets by the ba ck o f the cro ss walk line or limit line or ECR , as shown on the Plans . If there is a cross gutter on the cross street, microsurfacing wi ll stop at the front edge of cro ss gutter and w ill not extend i nto c ro ss street. Remove existing pavement markings and str iping including ra ised pavements markers Q ~ 1 LS $/ cr6,15 oo-;;..; $ l%15oo!?2-and install pavement markings & striping including markers. Furni sh and Install Con struction Project 8 ~0 Information and Funding Identification Sign (SB 2 EA $ t _bt> -$ 3'0 Q ~ 1) Ci ty established a llowance f o r any C&G/sidewalk/repa ir work, etc. at City's full 1 LS $15,000 $15,000 discr etion . TOTAL BID AMOUNT (Total of all Bid Items above) sLf0q 1 woo_ BIDDER SHAll COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.Z - F:- Date Issued: Aplil19 , 2019 Cily ol Temple Ci ly, Ca lifomia As Advertised Bid Package, Rosemead Blvd Resurfacing Projecl , P18-06 Document Conlrol Page 16 of 92 In the case of discrepancies, total bid will be based on calculated amounts ba sed on quantities and Unit Bid Amounts . A. Mobilization I Demobilization Including construction Full compensation for the items listed to the right as fencing Items A, B, C, D and E are considered as inclusive in B. Traffic Control each Bid Item listed above in the Bid Schedule as c. NPDES, WWECP, and Best Management Practices applicable, and no additional and/or separate (BMPs), Public Convenience and Safety compensation will be allowed . D. Construction Staking by Land Surveyor E. Clearing and Grubbing The bid prices shall include any and all costs, in cluding labor, materials, appurtenant expenses, taxes, royalties and any and all other Incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards . Mobilization/demobilization, traffic co ntrol and safety are assumed to be inclu ded in various bid Items as applicable. All other work items not specifically listed in the bid schedule, but necessary to co mplete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices . The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any Item from the contract and pay the contractor 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 . 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 compe nsation under the contract will be ba sed 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 sh render the bid non-responsive BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page : C.3 Dale Issued: April 19, 2019 DESIGNATION OF SUBCONTRACTORS City ofT emple City, Californ ia As Advertised Bid Package , Rosemead Blvd Resurfa cing Pr oject, P18.()6 Dorumenl Control Page 17 of 92 BIDDER proposes to subcontract certain portions of the work which are in excess of one-half of one percent of the bid and to proc ure materials and eq uipment from suppliers and vendors as follows · Name , address, and phone number pf Work to be Performed Contractor's DIR # Dollar Amo unt subcontractors, License# sup pliers, and vendors C..'v-.f',..-,~ Cur-:i>C'"''i <'v\-0 '?•\\~ W.ri\W'l.\<;;, ~c LIC oo $ ~~~~~·16 L.'1-~0 S . \...,lCI.c.. IVv et'f'<l \oooOOO?Job Bl 00 rl\ ~ d \'OV\, 0~ Cf2-3i(;; (a.\)o. \1 Yt -G86 6 II:'() <d\-c.. \\ S~'Ow~" {'1.\ f.)C.~c)< ~~ \\ C..-<'6.v~ ~e.CA,\ J "'3 '). ~~~() (.,~-rc.,\c:. <i&,~\30 l oooootp·f/-38 $ ~~.~00 \.. Q\<c,. O'( (_. "<>'~\ C. A' I lq2 6~o <:-z l4)-6~6 ~111\ $ $ $ $ $ $ $ Total Subcontract Amount (shall not exceed 49% of Total Bid Amount) $ 163.378 r BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.4 Dale Issued: Apri 19, 2019 REFERENCES City of T eflllle City, Cal ifornia As Ad vertised Bid Package, Rosemead Blvd Resurfacing Projecl P18-06 Documenl Conlrol Page 18 of 92 The City of Temple City is interested in obtaining bids from the most qualified and capable contractors with a proven track record ab le to perform work desired by the Pub l ic Works Department. Any and all references req uired to be provided by the bid spec ifications must be for proj ects constructed by the bidding company; refere nces for other projects performed by pri ncipals or othe r i ndividuals of the bidding company may not be included . The following are the names, addresses , and telephone numbers for three public agencies for which BIDDER has performed similar work within the past three years. Reference Contact Information Reference Project Contract Date Name Va l ue Comgleted Los Ange les County LA County JOC WO No . Agency Name : Public Works 6634-400 Contact Name and Title: Br ian Le $ 627,031 10/1/2018 Project Manager Contact Tel No : 562-869-1176 Agency Name : City of Ventura 12018 Street Slurry seal Pavement Maintenance Contact Name and Ti t le : $ 967,106 8/10/2018 Bradd Starr-Civil Engineer Contact Tel No: 805-654-7800 A N Los Angeles County LA County JOC WO No. gency arne : Pu bl ic Works 6638-501 Contact Name and Title: $ 602,681 9/14/18 Roger Aliaga-Project Manager Contact Tel No : 626-458-5100 BONDS The f oll owing are t h e names , addresses, and telep ho ne numbers for a ll brokers and sureties from whom Bi dder intends to procure i nsurance bonds : Adamson and M cGoldrick-1150 E. Ora ngethorpe Ave . Place ntia, CA 92870 I 714 -257-9644 The Ohio Casualty Insu ran ce Co .· 790 The City Dr ive South, Suite 200, Orange, CA 92868 I 714 ·634 -3311 SIT E INSPE CTION The Bidder declares t hat he/she has carefully read and examined t he p lans , specificatio ns, bid documents, and he/she has made a personal examination of the si te (indicate name of the person , representing the bidder, who inspe cted the site and date be low) and that he/she understands the exact scope of the Project WITHOUT QUES TI ON . Name of Perso n who inspected the site: Date of Inspection : James Wu -Chief Estimator 5-14-2019 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: c.s Date Issued : Apr~ 19, 2019 ADDENDA ACKNOWLEDGMENT City of Temple City, CaNfornia As Advertised Bid Pack age , Rosemead Blvd Resurfacing Project, P18-06 Document Control Page 19 of 92 The Bidder acknowledges rece ipt of the following Addenda and has included their provis ions in this Proposa l: Addendum No .. _~tJ-~ ______ Dated ______ _ Addendum No .. ________ Dated. ______ _ Addendum No. ________ Dated. ______ _ Addendum No .. ________ Dated. ______ _ EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that all previous contract s or subcontra cts, all repo rt s which may have been due under the requirements of any Agency, Site, or Federal equal employment opportunity orders ha ve been satisfactorily filed, and that no suc h reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to se ek ou t and con sider minority business enterprises for those portions of work to be subcontracted, an d th at such affirmative actions have been fully documented, that said documentation is open to ins pec tion, and that sa id affirmative action will remain in effect for the life of any co ntract awarded here under. Furthermore, BIDDER certifies th at affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents . NONCOLLUSION AFFIDAVIT BIDDER d eclares that the only perso ns or parties intere sted in this proposal as principals are those named herein : that no officer, agent, or em pl oyee of the City of Temple City is personally interested, directly or indirectly, in this proposal; that this proposal is mad e without co nnection to any other In d iv idual, firm, or corporation making a bid for t he same work and that this pro posa l is in all res pects fa i r and without collusion or fraud . BIDDER !>HALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.6 Dale Issued: April 19, 2019 City of Temple City, California As Advertised Bid Package, Rosemead Blvd Resurfacing Proje ct. P18-<l6 Document Control Page 20 of 92 BIDDER I NFORMATION Bidder's Name : Pavement Coatings Co. Address : 10240 San Sevaine Way Jurupa Valley, CA 91752 Form of Legal Entity (I.e ., individual, partnership, corporation, etc.) Corporation If a Corporation, State of Incorporation (i.e., Ca l if.) California State Contractor's License No . and Class 303609 I A, C-32 DIR Registration No.: (Also provide DIR No's for subcontractors a~ 1000003382 separate attachment) Contact Person Information : Name Title E-mail Tel Doug Ford President Oford@pavementrecycllng.com 714-826-3011 The following are the name s, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principa l Interest in this proposal : Doug Ford-President-10240 San Sevaine Way Jurupa Valley, CA 91752 I 714-826-3011 Tom Mucenski-Secretary-10240 Sari Sevaine Way Juru pa Valley, CA 91752 I 714-826-3011 Nathan Beyler-Treasurer-10240 San Sevaine Way Jurupa Valley, CA 91752/714-826-3011 The date(s) of any vo l untary or Involuntary bankruptcy judgements against any principal having an i nterest in this proposal are as follows : N/A All current and prior DBA'S , alias, and/or fictitious bu si ne ss names for any principal having an interest in this proposal are as fo ll ows : N/A Previous contract performance histo ry: 1. Was any contract terminated previously: ___ N.;....o __ If the answer to the above is "yes ", provide the following information : Contract/project name and number:...:.N:.L.A"'------------------ Date of termination: N/A ------------------------- Reason for termination :.-.:..:N.<..:./A"---------------------- Owner'sname: ___ N~/A~-----~------------------ Owner contact person and tel. no.: _N_/A _______________ _ 2. In the past ten years have you filed a claim for money against any public entity? If the answer to the above is "yes", provide the following information : BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.7 City ol T em pie City, California As Advertised Bid Package , Rosemead Blvd Resurfacing ProJect. P18-06 Date Issued: Apri l1 9, 2019 Document Con tro l Page 21 of 92 Contract/project name and number:.__:_::NI:..:..A;__ _______________ _ Date of filing clalm :....!.!Nt.::.IA::..__ ____________________ _ Reason for filing claim:._:_:NI:..:..A:__ ____________________ _ Own er's name :_~N:t.:IA::.__ ______________________ _ Owner contact person and tel. no.: _ __:_:,Nt.:.:A:.__ ______________ _ 3 . In the pa st ten years have you been a party to legal action by or again st a publi c entity arising out of the performance of a publ ic wo r ks co ntract? If the an swe r to the above is "yes", provide the foll owing information : Contract/project name and number:_.:..:.N:..:.IA..:__ _______________ _ Date of commencement of litigation :.__;,N;!..:/A:..:._ _________________ _ Reason for litigation :._N..::I..:...A:.__ ___________________ _ Owne(sname: __ N:..:../A ______________________ _ Owner co nta ct person and tel. no.: _---!:!JNCLAL_ ______________ _ IN WITNESS WHEREO F, BIDDER executes and submits this proposal w ith the names, titles, hand s, and seal s of all aforementioned principals this_!!___ day of May , 201~. BIDDER Pavemen t Coa tings Co. Doug Ford-President Tom Mucenskl-Secretary Nathan Be ler-Treasurer BIDDER SHAll COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page : c.s CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 L I See Attached Document (Not ary to c ross out lines 1-6 below) U See Statement Below (Li nes 1-6 to be complet ed only by docu m ent sig ner[s], not Notary) Signature of Document Signer No . 1 Signa ture of Document Signer No . 2 (if any) A notary public or oth er officer com pl eting thi s certificate verifies only th e Identity of th e Indi vi dual who sig ne d the doc um ent to which this certificate is attache d, and not th e trut hfulness, acc uracy, or validity of that document. State of Ca lifornia County of RIVERSIDE Sea/ Place Notary Sea l Above Subscribed and sworn to (or affirmed) before me o n this by 14th day of ___,_M.wad.ly'------• 201L_, Date Month Year (1 ) ___ ___.:D::.:O=..=U:.::9l...!F....::o:.:..:rd=---------- (and (2) ____________ ), Name(:$) of Signer($) prove d to me on th e basis of sa tisfactory evidence t o be th e p ers on(.S) who appeared before me. -----------------------------opnoNAL ____________________________ __ Though this section is optional, completing this information can deter alteration of the document or fraudule nt r eat tachment of this form to an unintended document. Description of Attached Document Title or Type of Docu ment: --------------Document Date: _____ _ Number of Pages: __ Signer(s) Other Than Named Above: --------------- J<..~'g;(,~~~~~~~~'C<.'<;.(..-<=<-·c<;g<..~~~~~-g,~··~•<•:e<;.'Q(,~~~~·~.;<,.-c<,'C(..--c<."C<-~'<-'S;l'<..~~ ©2 014 National Notary As soci atio n · www.N ationaiNotary .org · 1-800-US NOTARY (1-800-876-6827) item 11 5910 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENTCODE§8202 I I See Attached Document {Notary to cross out lines 1-6 below) n See Statement Below (Lines 1-6 to be completed only by d o cument signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No . 2 (if any) A notary public or oth er officer completing this certificate verlnes only the iden tity of the individual who signed the document to which th is certificate is attached, and not the tru thf ulness, accuracy, or validity of that document. State of California County of RIVERSIDE KIMBERLV MAIN Notary Public · Ca\llorn ia Riv ersid e County commissio n W 226369 I My Comm. Expires O<t 1 I. 1021 Seal Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this by 14 th Date day of ___May ___ , 2019.._, Month Year (1 ) ___ ___,T_,oc:..:m.:..M=u.::::ce::..:n.:.:s:.:..:k.:.....i _______ _ (and (2) ____________ ), Name(!/) of Signer($) p roved to me on the basis of satisfactory evidence to be t he person(.S) who . appeared before me. -----------------------------oPTIONAL ------------------------------ Though this section is optional, comple ting this information ca n deter alteration of the document or fraudulent reattachment of this form to an unintended d ocumen t. Description of Attached Document Title or Type of Document: --------------Document Date : _____ _ Number of Pages: __ Signer(s) Other Than Named Above: --------------- O<.~'t<(..~~~~'!.:iC>~~~~~·c<:c<.~~'9<,:~'!f<,~'g,'C(,~'C(;.~'Q(,~'t<(..~og,~'g;.'g..'C(,;C(,-c.<.'t~~'t<(..~'l ©2014 National Notary Asso ciation· www .NatlonaiNotary .o rg • 1-800 -US NOTARY {1-800-876-6827) Item 115910 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 I I See Attached Document (Notary to cross out lines 1-6 below) LJ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Documen t Signer No. 1 Signature of Document Signer No. 2 (i f any) A notary public or other officer completing th is ce rtificat e veri fies only the Identity of the Individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of RIVERS I DE , ..•...•..... ' ·_:,; '• KIMBER LY MAIN I -• NotAry Public · Cali fo rn ia i i Riverside County ~ ' · • Commission II 2263691 - '•• •• My Comm. Expires Oct 21, 2022 Seal Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this by 14th day of ___J,MJWa:!Jy'------' 20llL_, Date Month Year (1 ) ___ ___:N:.:.:a~t:!.!:ha~n.:....B:::.:e~yc..:.:le~r....:, C:::.:F~O~----- (and (2) ____________ ), Name(!J) of Signer($) proved to me on th e basis of satisfactory ev idence to be the person(t;) who appeared before me. --------------------------oPTIONAL ------------------------------ Though this sec tion is optional, completing this information can deter altera tion of th e document or fraudule nt reattachme nt of this form to an unintended d ocument. Description of Attached Document Title or Type of Document: --------------Document Date: _____ _ Number of Page s: __ Sign er(s) Other Than Name d Above: --------------- ,;(,"Q(..'Q(..'g;.~.og;.~'£<>'(;(,~W<>~-<~'C(,~·~~.x;<~~~'CCC<.'CCC<.'<!<!C(.~'U'(,'Q'(;'Y(,~'<.:~;;c~;~c~s.&'C<I(,l(;e<."Q<..'Y:(..'9<.."C<.'C(,'l ©2 014 National Notary Associat ion • www.NationaiNotary .org • 1-800-US NOTARY (1-80 0-876 -6827) Item #15910 Date Issued: April l 9, 20 19 City of Temple City, California As Advertised Bid Pa ckage, Rosemead Blvd Resurfacing Projecl P18 -06 Document Control Page 22 of92 Department of Industrial Relations (DIR) Contractor Registration Number Beg in n ing July 1, 2014, contrac t ors m ust regis t er with the Depa rtme nt of In dustria l Re lations {D IR) before bidd ing on pu bl ic works co ntract s i n Ca li fo rnia. For more in form at ion, plea se refer t o this section o f the Departme nt of Industrial Relat ions We bsi t e: http ://www .d ir.ca.g ov/P ublic-Works/P u bllcWork s.html~ Pe r this requirement, provide the followi ng information : Paveme nt Coatings Co . Contractor Name 1000003382 Contractor Department of Industrial Relati ons Registration Number: 6-30-2019 E)(piration Date of Re gistration Number *(THI S FOR M M UST BE SUBMI TIED WITH THE SEA LED BID)* BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Pa ge: C.9 Date Issu ed: April19, 2019 City of Temple City, California AJ Advertis ed Bid Package, Rosemead Blvd Resurfacing Projed. P18-06 Document Control Page 23 of 92 PROPOSAL GUARANTEE/BID BOND ROSEMEAD BLVD RESURFACING PROJECT CITY PROJECT ID : P-18-06 City ofTemple City SB 1 Fund ed Project KNOW ALL MEN BY THESE PRE SENTS that Paveme nt Coat ings Co. as BIDDER, and The Ohio Cas ualty Insurance Company , as SURETY, are held and firmly bound unto the City of Temple City, in the penal sum of Ten Percen t o f Amount Did dollars($ 10% o f AmL 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 paym ent of wh ich sum, BIDDER an d SURETY agree to be bound, j o intly and severally, firm by these presents. THE COND ITIO NS OF TH IS OB LI GATIO N ARE SUCH that, whereas BI DDER is about to subm it a bid to the City of Te mple City f o r th e above st ated project , i f said bid is rejected, or if said bi d is accepted and a contract is awarded an d en t e red Into by BIDDER in the manner and t ime specified, then this obligation shall be null and void, otherwise it sh all remai n in full force and effect in f avor of the City of Temple City. IN WITNES S WHEREO F t he parties hereto have set their names, t i t les, ha nds, and se als this~ day of M ay , 201.2_. BIDDER* ....."""""·• 10240 San Seva ine Way, Jurup a Valley, CA 9 17 52,95 1-790-6687 Ri cha rd L. Well , Attorney-i n-SO E. Orange thorpe Ave., Suite 100, Pla centia, CA 92870, 714-257-9644 *P rovi de BIDDER/SURETY name, address and t e lep ho ne number and the name, title, address and telephone n umber f o r authorized representative. Subscribed and sworn to this __ d ay of ---------,-' 201 . BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER 'S PROPOSAL" Page: C.lO IJl Q) 2 c ~Lib ertx \P) MutuaL SURETY This Powe r of Attorney limits the acts of those named herein, and th ey have no authority to bind t he Company except In the manner and to the extent herein stated . Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certifica te No: 820029 9-971991 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws ollhe Stale ol New Hampshire, that Uberty Mutual murance Company Is a corporation duly organized under the la ws of the State of Massachusetts, and West American Insurance Company Is a corporation duly organi zed under the laws olthe Stale of Indiana (herein collectively called the "Companies"), pursuant lo and by authority herein set forth, does hereby name, consijute and appoinl Brian A . McGo ldrick, Richnrd L. Wells all of the city of Placentia stale of Ca l iforn ia each individually if there be more than one named, its true and lawfu l allorney·in ·fact to make, execute, sea l, acknO't't1edge and deliver, lor and on its behalf as surety and as its ac t and dead, any and all underlakings, bonds, recognizances and other surety obligations. In pursuance of these presents and shal l be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREO F, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and lhe corporate seals of the Companies have been affixed theretothis~dayof Ja nuary .~. Uberty Mutual Insurance Company The Ohio Casualty lnslJ"ance Company West American Insurance Company .,dd;? David M. Carey, Assis tant Secretary ..; ~ Slate of PENNSYLVANIA ss c ~ ~ County ol MONTGOMERY <1l ~ c o <1> On this 15th day of Janunry • 20 19 before me personally appeared David M Carey , who acknowledged himself to be the Assistant Secre tary ol Uberty Mutual Insurance o o .2 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such. being authorized so lo do, execute the foregoing insllll"nenllor the purposes = t; (U ~ lhereil conlailed by signing on behalf of the corporations by himself as a duly authorized officer. ~ w ~ gj IN WITNESS WHEREOF , I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year flfst above written. ~ §. ·"0 '-o 5~ ~~ .§ ~ COMMONWEALTH OF PENNSYLVANIA <( '<t ~ No1111lol Seal t/i"'-/) -"0 Q). 0 r., ... Pallolhl, Nnlary Public (lj' ~ . . I ~ 0 c: 0 ~ UpperMerionlV.!>.,Montgorne<yCounty By: ~ :U 111 c. ~ 1< ~"'S 'I c~>'{l~ My Commiuion E.o.piru ~rch 28,2021 retesaPaSteUa, Notary Public ~ ~ Q) en ~flY~ -.Pennoytv•,....._..,_oiN ...... , a_ O i<~> ~~ .g> lt This Power of Allorney is made and executed pursuant lo and by authority of the following By-laws and Authorizations of The Ohio Casualty lnslJ"ance Company, Uberty Mutual :5 m o :5 Insura nce Company, and West American Insurance Company whi ch resolutions are now in lull force and effect reading as follows: o ~ ~ 2 ARTICLE IV-OFFICERS : Section 12. Pow er of Allorney. ~ ~ .E ~ Any officer or olher official of the Cor porati on authorized for that purpose in writing by the Chairman or the President. and su bject to such UmltaUon as the Chairman or the ;g 1l ~ Presiden t may prescribe, shall appoint such allomeys -in·fact. as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surely ~ o ro c any and all undertakings, bonds, recognizances and other surety obligations. Such altomeys ·ln·facl subject to the limitations set forth in their respective powers of attorney, shal ~ ~ i: ~ have full power to bind the Corporation by their signature and execution of any such instruments and to attach theteto the seal o1 the Corporation . When so executed, such ..... "'? ~ :J instruments shal be as binding as if signed by the President and attested to by the Secretary. Any powe r or authority granted to any representative or altorney.fl.facl under the § ~ 0 provisions of this article may be revoke d at any time by the Board, the Chairman, the President or by the officer or officers granting such power or au thority. 'E <? oo ARTICLE Xlll-Execution of Contracts: Section 5. Surety Bonds and Underlakings. o ~ Any officer ollhe Company au thorized for tha t purpose In writing by the chairmen or the president, and su bject to such limitations as the chairman or lhe president may prescribe, {:. ~ shall appoint such allorneys.fn.fael as may be necessary to act in behalf of the Company to make, executa. seal. acknowledge and delive r as surety any and aM undertakings, bonds, recogn izances and other surety obligaUons . Such allomeys·ln·fac l subject to the limitations set forlh in the ir respective powers of attorney, shell have tun power to bin d the Company by their signature and execution ol any such insllll"nents and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attesled by the secretary. Certificat e of Designation -The President of the Company, acting pursuentto the Bylaws ot the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys ·ln - fact as may be necessary to act on behalf ol the Company to make, execute, seal, aclmO'.vfedge and deliver as surety any and ell1.11dertaki ngs. bonds, recognizances and other surely obligations. Authorizat ion -By unaninous consent of the Company's Board of Directors, the Company consents lhat facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appeaMQ upon a certified copy of any power ol allomey issued by the Company in connection with surety bonds, shall be valid and blndilg upon the Company with lhe same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assis tan t Secretary, The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of allomey ol which the foregoing Is a full, true and correct copy of the Power ol Allorney executed by said Companies , Is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals ot said Companies th is 8U1 day of May • ..12..!2.._. By: 7i~ nR~en~e~e~c~.u~e~w;e~lly~n-.A~s~si~sl~an~t~s~ecr~e~tary~---------------- LMS·12873 LMIC OCIC WIIJC Multi Co_0620 18 CALIFORNIA JURAT A n o tary p ublic or oth er o fficer completing t h is certifi cat e verifies on ly the identity o f the ind1v1du al w h o sig n ed t h e document to w h ich this certifica t e is attach ed, and n ot the truthfulness, acc uracy, or va lidity of that d ocu m ent. proved to m e on the basis of sati sfa ctory e vidence to be the p erson (s ) who appe are d b e fo re me. f~ SANDY STALEY p 1 • • " CO MM . #224 68 1 0 z r ~ Y ' • • ::0 0 • . . ; . ~ No tary Public . Caliform a ~ o: ~ -·· Or ange County L ~ ··.; . M~ Co mm. Expi res June 18.: 202_tl (S eal) Optional Info rmat ion Al though the informatio n In t his sect ion is not req u ired by law, It coul d p revent f ra udulent removal and reauachment o f t h is j urat to an unauthorized document and m ay prove use fu l to persons relying o n t he attach ed d ocument . Desc ription of At t ac h ed Doc um ent This ce rtifi cate is attac hed to a docu me nt ti t led/fo r the p urpose of Notarial event is det ailed in notary journal on : Page # Entry I Notary contact: ___________ _ Other co ntain ing --- 0 Affiant(s) Thumbprl nt(s) 0 Oescribe: ---- 0 Copyright 2001 ·20 1 7 Notary Ro tory. PO Box 4 I ~00. Des Mo ines, lA 503 11·0501. All Ri yhts Re1erved . Item Number 10 1884. Pl ease contac t your Auth atlzed Reseller to purch a~t copies of this form . CALIFORNIA JURAT WI TH AFFIANT STATEMENT GOVERNMENT CODE § 8202 I I See Attached Document (No tary to c ross out lines 1-6 be low) I I See Statement Below (Lin es 1-6 to be completed only by document signer[s], not Nota Signa tu re of Do cument Signer No. 1 Signa t ure of Document Signer No . 2 (If any) A notary public or oth er offic er completi ng thi s cert ilicate verifies only the ident ity of the individua l who signed th e document to wh ich thi s cert ifica te is attached, and not th e tr uthfulness, accuracy, or va lid ity of th at document. State of Cali fornia County of _R~ivc.!::ec!-'rs~i!:!.de"'------- J\Jl\A R. VAlENZUElA Nolasy Public -Ca~t()IIUa ~ Ri'larsi~e County - commis$lon n 2220825 ~ly Comm . Expires Nov 5. 2021 Seal Place No tary Seal Above Subscribed and sworn to (or affi rm ed) before me on this .::..8 t::.:h:..___ day of _ __:M=ay;__ ___ , 2012._. by Date Month Year (1) ______ D_o_u~g;:_F_o_r_d ______ _ {and (2) ____________ ), Name($) of Signer($) proved to me on th e basis of satisfactory evidence to be the person(,S) who appeared before me . -----------------------------opnoNAL ___________________________ _ Though this section is optional, completing this information can deter alteration of the document or frau dulent reatta chment o f this form to an unin tended d ocum ent. Descri ption of Attached Docume nt Titl e or Type of Do c ument: ---------------Do cument Date: ------- Number of Pages: ___ Signer(s) Oth er Than Named Above:--------------- .;cc...&.~!.&'Y<.'g,'g.'g(:.-g'C(,-g.'C(,'C(,.'C(,."~xx..'C(,~"~'CC~~~'!..."-~"·<.'!...'<-'lli.'t<Q '(,~'!:(,'g'g(,'g,'g,~<.:(,'C(,'C(,.'C(,'C(,.'<:(,~'g.~ ©2014 National Notary Asso cia tion· www.NationaiNotary .org • 1-800 -US NOTARY (1-800-876-6827) Item 115910 c~ tings Co . pavement Coatings Co. 10i40~~y luruQO Volley, CA 97152 T>: (951) 682-1091 F: (714) 8 26-3129 Tomas Burokas Superintendent (95l) 903-3953 -rnurokos@Pavementrecycling.com The Rood to SmCifl So/llflonS ATTACHMENT C Bid analysis City of Tem ple City, Cai fomia Bid Analysis, Rosemead Blvd Resurfaci>g Plojecl P111·06 Document Control Page I of 29 1. BID TABUlATION PROJECT NAME: ROSEMEA D BLVD RESURFACING PROJECT ~rTY PROJECT ID: P18.06 Apparent Low Bidder 1 Apparent Low Bidder 2 BID TABUlATION AVERAGE BID VALUES LOWEST HIGHEST UNIT BID UNIT BID PRICE PRICE Pavement Coatings Co. All Americ an Asphalt Bid Item and Description Unff Price To tal Price UnffPrice Total Price Unff Price Total Price Construct Type II Microsurfacing on Rosemead Blvd from North Crty Umitto South City Umit to include curb returns of all intersecting streets . Wortt includes Crack fi Qing as specified on the Special Prov isions 1 Microsurfacing areas includes areas on crossing streets by the back o 70,000 SY $3.65 S255,500 .0C $3.430 $240, 100.0C Sl54 $247,800.0C $3.43 Sl65 the crosswalk line or limit tine or ECR, as shown on the Plans. If there is a cross gutter on the cross street, microsurfacing will stop at the Iron edge of cross gutter and will not extend into cross street. Remove existing pavement mM<.ings and striping including falsed 2 pavements markers and install pavement markings & striping inctudmg 1 LS $195,500.00 $195 ,500 .0( l$213,226.67 $213,226.6 $204,363.34 $204 ,363.31 $195,500.00 $213,226.67 markers . 3 Furnish and Install Conslructlon Project Information and Funding Identification Sign (SB 1) 2 EA $1,800.00 $3,600.()( $6.520.94 $13,041.81 $4,160.47 $8,320.9< $1 ,800.00 $6,520.94 4 City established allowance for any C&G/sidewalk/repair wortt, etc at 1 LS $15,000.00 $15,000.()( $15,000.00 $15,000.0C $15,000.00 $15,000.0C $15,000.00 $15,000.00 City's full discretion. Apparent Appa ren t BID RANKING Low Bidder Low Bidder 1 2 OTAL BID AMOUNT CALCUlATED BASED ON UNIT PRICES $469,600.00 $481 ,368.55 $475,484.28 OTAL BID AMOUNT INDICATED BY BIDDER $469,600.00 $481 ,36 8.55 ALCUlATION CORRECTIONS TO BID AMOUNT SUBMmED BY CONTRACTOR BASED ON $0.00 $0.00 CALCUlATED BID AMOUNT IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS SUBCONTRACTOR % AND AMOUNT SHOWN IN THE BID 32 .66% $153,378.0C 46.72% $224 ,877.0C DID THE BIDDER MEET ~ SUB CONTRACTOR (MIN 51 % WORK BY PRIME ~ES CONTRACTOR) REQUIREMENT pnsp S133,778.0C ~D $19,600.0C P>mpany ubberized = SUBCONTRACTORS MD Crack $19,600.0( nt $205,277.()( Fill inos ~OTA L S153,378.0C TOTA L $224 ,877.0( D:\Dropbox (Tronstech Engineers)\IOBRECRD\2018\18328 TC ROSEM EAD BL RESURFACING\WIP\12 BID ANA LYSIS\0 BID ANALYSISBID TABULATION 1 of 4 Ciy of T-'" City, Calbrio 91c!No~yoa, -....odlllvd Res~P!ojocl. Pl&-06 Documont Control Pogo 2 of 29 2. REVIEW OF APPARENT LOW BID ~ARENT LOW BID SUBMITTED BY: Pavtment Coalinga Co. APPARENT LO W BID AMOUNT: I $469,100.0C ~M REVIEWED/CHECKED REVIEW RESU LT BY DATE REMARKS ~D STAMPED AS RECEIVED PRIOR BID TIME: YES CITYCUERK 5116119 ~D BONO IN PROPER AMOUNT: YES CITY CUERK 51t61t9 ~ ACKNOWI.EDG€MENT: NONE ISSUED NIA 5120119 OTAL BID PRICES CALCULATED CORRECTLY. YES JA 5120119 ~BCONTRACTOR AMOUNT: $153,378.00 JA 5120119 !MIN PRIME CONTRACTOR '14 REOUIREMENT FOR WORK PER SPECIFICATIONS: 51.00'14 JA 51201t9 fRtME CONTRACTOR '14 CALCULATED PER BID SUBMITTAL (THS '14 MUST BE EQUAL OR MORE THAN ABOVE '14): 6734'14 JA 51201t9 ~DOER COMPUES WITH MIN PRIME CONTRACTOR '14 REQUIREMENT: YES JA 51201t9 ~ALLOWABLE SUBCONTRACTOR PERCENT PER SPECIFtCA TIONS: 49.00'14 JA 51201t9 isuB CONTRACTOR '14 CALCULATED PER BID SUBMITIAL (THIS '14 MUST BE EQUAL OR LESS THAN ABOVE '14): 32.66'14 JA 5120119 ~DOER COMPUES WI TH MAK. SUB CONTRACTOR % REQUIREMENT: YES JA 5120119 ~ME CONTRACTOR UCENSE STATUS: Pavement Coatings Co. :m609, ACTIVE JA 5120119 Print-out from CLSB Woo Page anachod (hllp:U.W.W.cslb.cagov~ ~ME CONTRACTOR DIR REGISTRATION STATUS. Pavement Coatings Co. IIXXXXXlJ82. REGISTERED JA 51201t9 Print-cut from DIR Woo Page "ta::ned (ht!j>IJ!eml!<dlr.ca.govlf'WCR/Seach) ~8 CONTRACTOR UCENSE STATUS: Clvisp Company 374600. ACTIVE JA 51201t9 Print-out 11001 CLSB Woo Page attached (lclp:U.W.W.cslb.ca.gov~ ~B CONTRACTOR DIR REGISTRATION STATUS Chrisp Company 11XXl000ll6, REGISTERED JA 5120119 Print-out 11001 DIR Woo Page "ta::ned (hltpo:llefli1g.dlr.ca.govlf'WCRJSeardt) ~B CONTRACTOR UCENSE STATUS: MDCraci<Fil 986686, ACTIVE JA 5120119 Print-out fl1ltn CLSB Woo Page anachod (hllp.U.W.W.cslb.cagov~ !suBCONTRACTOR DIR REGISTRATION STATUS. MDCraci<Fil 1<XXXXJ6438, REGISTERED JA 51201t 9 l'rint-oot '""" DIR Woo Page anachod (ht!j>IJ/efli1g.dlr.cagovlf'WCRJSeardt) pRIME CONTRACTOR DIE BARMENT STATUS FROM STATE ~RACTS: Pavement Coatings Co NOT ON STATE DEBARRED UST JA 5120119 Pmt-out !1001 DIR Woo Page "ta::ned (hllp:/lwww.clr.ca.govlc!seldeb•.htrrl) pRIME CONTRACTOR DIEBARMENT STATUS FROM fEDeRAL CONTRACTS: Pavement Coatings Co. NOT ON FEDIERAL DEBARRED UST JA 51201t9 Print-out '""" SAM W<IJ Page attached (ht!j>l:/lwww.sam.gov/SA~ pRIME CONTRACTOR DIEBA RM ENT STATUS FROM STATE k;oNTRAcrS: Chrisp Company NOT ON STATE DIEBARREDUST JA 51201t9 Print-out from DIR Woo Page "ta::ned (hllp:/lwww.cfr.ca.gov!:llseldebiW hlml) fRJME CONTRACTOR DIEBA RMENT STATUS FROM feDERAL CONTRACTS· Clvisp Company NOT ON FEDERAL DEBARRED UST JA 5120119 l'rint-oot from SAM Woo Page attached (hllpo.llwww.samgov/SA~ f'IIME CONTRACTOR DIEBARMENT STATUS FROM STATE ~CTS: MD Crack FHI NOT ON STATE DEBARRED UST JA 51201t9 Print-out from DIR Woo Page •ta::ned (httpJtwww.dr.ca.govldls.-•.html) f'IIME CONTRACTOR DIE BARMENT STATUS FROM EDIERAL CONTRACTS: MD Crack Fit NOT ON FEDIERAL DEBARRED UST JA 5120119 Print-oot from SAM Woo Page "'ached (hl!jl&JiwMo. sam.gov/SA~ ~FERENCE CHECK ACCEPTABLE; YES JA 51201t9 See Reference Check 0 :\[)t'opbox (Tr~rutem fnllneers)\JOSRECRD\2011\11321 TC ROSEMEAD 8L RESURFAONG\WlP\12 810 ANALYSIS\() 8 10 ANAlYSISREVlEW OF APPARENT lOW 810 2 o f 4 C>y~T-C<y.~ .... Bld~RoMmeed!hORitY1flclnO~P11.QI 3. REFERENCE CHECK OF APPARENT LOW BIDDER Pavement Coatings Co. REFERENCE CHECK FOR APPARENT LOW BIDDER REFERENCE DATA FOR APPARENT LOW BIDDER Answer "YES" if utisfied or "NO" W not n ti s fled ~ w ~ "'"' 8 Cll ~~ lL 0:: 0:: O::o gsa 8 8 0>-z 0 (.) (.) t;~ tl>-w;;: OWNER AND REFERENCE w ~1:1 ~~ g~ :X:"' REFERENCE PROJECT 1-g~ 1-< REMARKS NAME ::! zw z;;: ~gj (.)~ o=> oo 0"' ::x:,_ :::1 uo ow (.)< 50 tz 8 ~~ ww wzcn Wen ~~ ~Zo:: i~ ~ w ::>w ~~ --' 1-25~~ g:') w (§ §a §~ 0 '-" County JOC WO No. Los Angeles County Public 'Contractor is pretty good and great to wort JA ~34-400 Worts 562-869-1 176 S627,03t.OO Oct-18 Yes Yes No No Yes Brian Le, Project Manager w~h.' ~ Collnty JOC WO No. Los Angeles County Public 'They we re good and reaiable They were ~501 Worts 626-45&-5100 $602,681 00 Sep. 18 Yes Yes No No Yes also able to address all our questions Would JA Roger Aiaga, Pro)ea Manager wortw~again' 0 ~(Tn_,..t.d'l ("Cr....ni\H)IIt[OI0\2011\li.JZI TC ltOUMEAO I L ltESUitfAONG\WI'\UIIO ANAlnd'\OI X> A.NA&.Y'S~It£1 CHECI >-"' 0 w w ~ "' (.) w :X: (.) 51201201 51201201 l of 4 City alT ... Ci!j , Collomlo lldW,.,-BIYd!Uo~Pn>joco.PIJ.Oii OWEST RESPONS IBLE BID SUBMITTED BY: IN THE AMOUNT OF: 4. LOWEST RESPONSIBLE BID Pavement Coatings Co. $469,600.00 0'\DfOCJboa (Tr~~mtedt Enctneen)\1081UCJID\l011\l&lll TC JIIOSEMEAD ll RESUR FAONG\WIP\.12 liD AHAl.YS.IS~ ltD A.NAL't'$1Sl0W£ST R(SPOHSJIU 110 4 of4 City of Templ e Ci ty, California 5~sis , Ros em ead Blvd Resurfacing Project, P18-06 Check A License -Lice nse Detai l Document Control Page 5 of 29 CONT RACT ORS STAT E LICENSE BOARD Contractor's License Detail for License # 303609 DISCLAIMER: A license status check provides informati on taken from the CSLB license database. Before relying on this information, you should be aware of the followi ng limitat ions. CSLB complaint di sclosu re is restricted by law (B&P 7 124 .6 ) If this entity is subject to public complaint d isclosure, a link for compl aint disclosure w ill appear below. Click on the lin k or b utton to o btai n com plaint and/or lega l act ion infor mation. Per B&P 7071 .17 , only con struction rel ated civil j udgments reported to t he CSLB are d isclosed. Arbitrations are not listed u nless the con tractor fails to comply with the term s of the arbitrati on . Due to wor1<ioad, there may be relevant inform ation that has not yet been entered on to the Board's licen se database. Data current as of 5/20 /20 19 9 :31:58 AM his license is current and active. Business Informat ion PAVE M EN T COAT ING S CO 10240 SAN S EVAINE WAY JURUPA VALLE Y, CA 9 1752-1 100 Business Pho ne N umber :(7 14 ) 826-3 0 11 Entity Corporation Iss ue Date 03/03/197 5 Expire Date 09/30/2020 Lic ense Statu s II information below should be '-'re:..:v..:..ie=-w-'-e"-d:c... ___ _ A -GENERAL ENGINEER ING CONTRACTOR C32-PARK ING AND HIGHWAY IMPROVEMENT Classifications Bonding Informat ion Contractor's Bond fT his license filed a Contractor's Bond w ith FIDELITY AND DEPOSIT COMPANY OF MARYLAND. Bond Number : 8821094 Bond Amount : $15,000 Effective Date : 0 1/01/20 16 !contractor's Bond History Bond of Q ualifyi ng Ind iv idual hi s licen se fi led Bon d of Qua lifying Ind iv id ua l num ber 6481024 fo r DO UG LAS MAX FO RD in the am ount of $12,500 w ith FIRST NATIONA L INSURANCE COMPANY OF AMERICA. Effective Da t e : 04 /02/2008 BQ I's Bond Histo Workers ' Compensation tfhis licen se has workers co mpensati on in surance w it h the TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA Policy Number:UB9K1 685 0A 1825K Effect ive Date: 1 0/01/2 0 18 Expi r e Date: 10/01/20 19 ~o rkers' Compensation History ----------' City of Temple City, Ca liforn ia s· alysir,Rosemeadi31wResurfacingi>rojecr,P18=061-------------------------fliocumentControl Page-6-o~9 Person n el listed on this license (current or d isassociated) are listed on other licen ses . J https :/lwww2 .cslb .ca .gov/OnlineServices/ChecklicensellllicenseDetai l.aspx?LicNum=303609 212 City of Temple City, Californ ia 5~sis, Rosemead Blvd Resurfacing Project, P18-06 Check A License -License Detail Document Control Page 7 of 29 CONTRACTORS STATE LICENSE BOARD Contractor's License Detail for License # 37 4600 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complai nt disclosure is restricted by law (B&P 7124.6) If this entity is su bject to public complaint disclosure, a link for complaint di sclosure w ill appear below. Click on the lin k or button to obtain com plaint and/or lega l action information . Per B &P 707 1.17, on ly construction rel ated ci v il judgments reported to the CSLB a re d isclosed. Arbitrations are not li sted unless the contracto r fail s to comply with the terms of the arbitration . Due to workload , there may be re levant inform ation that has not yet been entered onto the Board's license database. his license is current and active. II information below should be review ed . Business Informat ion CHR IS P COM PANY PO BOX 1368 FREMON T, CA 94538 Business Ph one Number:(5 10) 656-284 0 Entity Corpo ration Issue Date 05 /16 /1979 Expire Date 05/31/2021 License Status Classificat ions -- -GENERAL ENGINEERING CONTRACTOR 3-FEN CIN G C32-PARKING AND HIGHWAY IM PROVEMENT Bonding Information Contractor's Bond Data current as of 5/20 /2 019 9 :47 :17 AM hi s license fi led a Con trac tor's Bon d with TRAVE LERS CASUALTY AND SURETY COMPANY OF AMER ICA. Bond Number: 104092955 Bond Amount: $1 5,000 Effective Date : 01 /0 1/201 6 ,Co ntra ctor's Bond H __ is:..:t..::cory.,L._ ______ _ Bond of Qualifying Individual ~he qual ifying individua l ROB ERT PAUL CHRISP ce rtified t hat he/she ow ns 10 perce nt o r more of th e voting stock/membership in terest of this company ; therefo re , t he Bond of Qua lifying Individual is not requi red . Effective Date: 01 /01 /1980 Workers' Compensation his license has workers compensation insuran ce with the ZURICH AMERICAN INSURANCE COMPANY Policy Number:WC021773 103 Effective Date : 12/0 1/2018 Expire Date : 12/01 /2019 orkers' Co mpe nsa ti on History I I City of Temple Ci ty, California a· lysls;-RosemeactelvctResurfacingi>roject;i>t 8·-M------ Person nel listed on this lice nse (current or disassociated) are listed on oth er lice nses. https://www2 .cs lb.ca .gov/Onl ineServices/Checl<Licen se ii/Licens eDe tai l.aspx ?LicNum =3746 00 212 City of Temple City, California s~sis, Rosemead Blvd Resurfacing Project, P18-06 Check A License -License Detail Document Control Page 9 of 29 CONTRACTORS STATE LICENSE BOARD Contractor's License Detail for License # 986686 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you shou ld be aware of the following limitations . CSLB complaint disclosu re is restricted by law (B&P 7124 .6) If this entity i s subj ect to public complaint disclosure. a li nk for comp la int disclosure will appear below. Click on the link or button to obtain complaint and/or l egal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are di sc losed . Arb itrations are not listed un less the contractor fail s to com pl y with the terms of t he arbitration . Due to workl oad, there may be relevant information that has not yet been entered onto the Board's license database. his license is current and active. II infor mation below should be reviewed . Business Information MD RUBBER IZED CRACKFILL LLC 32 RANCH O C IRCLE LAKE FOREST, CA 92630 Bu siness Phone Number:(714) 444 -1851 Entity Ltd Liabi lity Issue Date 09/11 /2013 Ex pire Date 09/30/2019 License Status Classifications fl\-GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond Data current as of 5/20/2019 9 :48:10 AM [This license filed a Contractor's Bond with FIDELITY AND DEPOSIT COMPANY OF MARYLAND. Bond Number: 7645452 Bond Amount : $15 ,000 Effective Date : 01/01 /2016 Contractor's Bond History LLC EMPLOYEE/WORKER BOND rT'his lice nse filed a LLC Employee/Worker Bond with FIDELITY AND DEPOSIT COMPANY OF MARYLAND. Bond Number: 7645453 Bond Amount: $100,000 Effective Date: 07/10/2015 LLC Emp loyee/Worker Bond History Bond of Qual ifying Individual he qualifyi ng indi vid ua l DANIEL TH OMAS MAAS certified that he/she owns 10 percent or more of t he voting stock/membersh ip nterest of th is company; therefore , the Bond of Qualifying Ind ividua l is not re qu ired. Effective Date: 09/11 /2 013 Workers' ComP-ensation City of Temple City, California a· ~~'W~~f3'l\1f8't~~srstacfb",!j,~~au~Pnsu rance w ith the Z URI CH AMERICA N INSURANCE CO MPANYDocoment Control Page10 ° 9 ollcy Number:WC373645314 ffective Date: 10/01 /2018 Expire Date: 10/01 /2019 orkers' Com ensation Histo liabil ity Insurance Information his l icense has li ability insurance w it h CRUM & FORSTER SPECIALTY INSURANCE COMPANY Polley Number: E P K12397 4 mount: $2,000,000 Effective Date: 08/30/2018 Expiration Date : 08/30/2019 Li abilit Insurance H i~ ~e rsonne l listed on this license (current or d isassociated} are listed on other licenses. https:/lwww2.cslb .ca .gov/OnlineServices/Checklicenseii/LicenseDetail .aspx?LicNum=986686 2/2 City of Temple City, California s~sis, Rosemead Blvd Resurfacing Project, P18-06 https ://cadir.secure .force .com/ContractorSea rch/PrintRegDetails Documen t Control Page 11 of 29 Contractor Information Legal Entity Name PAVEMENT COATINGS CO. Legal Entity Type Corporation Status Active Registrat ion Number 1000003382 Registration effective date 07/01/19 Registration expiration date 06/30/20 Mailing Address 10240 SAN SEVAINE WAY JURUPA VALLEY 91752 C. .. Physical Address 10240 SAN SEVAINE WAY JU RUPA VALLEY 91752 C. .. Email Address smain@pavementrecycling.com Trade Name/DBA PAVEME NT COATINGS CO . License N umber (s) CSLB:303609 Legal Entity Information Corpo rati on Number: C0724948 Federa l Employment Identification Number: Pres ident Name: DOUG LAS FORD Vi ce Presiden t Name: TIMOTHY SCHMID Treasurer Name: NAT HAN SEYLER Sec reta ry Name: TOM M UCENSKI CEO Name: Age nt of Service Name: Age n t of Service Mailing Address : CA United States of Amer ica https:llcadir.secure.force.com/ContractorSearch/PrintRegDetails Reg istration H ist ory Effect ive Date Expiration Date 05 /25/18 06/30/19 05 /09/17 06/30/18 05/04/16 06/30/17 06 /08 /15 06/30/16 12 /03/14 06/30 /15 07/01/19 06/30/20 112 City ofT emple City, Californ ia s~sis, Rosemead Blvd Resurfacing Project, P18-06 ht1ps ://cad ir.secure .force .com/ContractorSea rchiPrintRegDeta il s Worker's Compensation Do you lease employees N o through Professional Emp loyer Organization (PEO)?: Please p rovide your cu rrent wo r ker's compe nsa tio n insurance informat ion below: PEO PEO PEO PEO Inf ormationName Phone Email Insured by Carrier Policy Ho lder Name:PAVEM ENT COATINGS CO.I nsura nce Carrier: TRAVE LERS INDEMNITY COMPANY (THE)Policy Number:UB9K16850A1825K Inception date:10/01/18 Ex piration Date:10/01/19 ht1ps:/lcadir.secure .force .com/Con tra ctorSearc h/PrintRegDetails Document Control Page 12 of 29 212 City of Temple City, California s~si s, Rosemead Blvd Resurfacing Project, P18-06 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails Document Control Page 13 of 29 Contracto r Information Legal Entity Name CHRISP COMPANY Legal Ent ity Type Corporation Status Active Registration Number 1000000306 Registration effective date 07 /01/19 Registration expiration date 06/30/22 Mailing Address 43650 OSGOOD ROAD FREMONT 94539 CA Uni ... Phys ical Address 43650 OSGOOD ROAD FREMONT 94539 CA Uni. .. Ema il Address jhanson@chrispco .com Trade Name / DBA CHRISP COMPANY License Number (s) CS LB:374600 Legal Entity Information Corporation Number: CHRISP COMPANY Fede ral Employment Identificatio n Number: President Name: ROBERT CHRISP Vice President Name: DAVID MORRIS Treasurer Name: Secretary Name: TAMMIE ALUSON CEO Name: ROBERT CHRISP Agent of Service Name: Agent of Service Mai l ing Address: CA United States of Ameri ca https://cadir.secure .force.com/Contra c to rSearch/PrintRegDetails Registra ti on H istory Effective Date Ex piration Date 06/11/18 06 /30/19 05 /09 /17 06 /30/18 05/12/16 06/30/17 06 /12 /15 06 /30 /16 07/10 /14 06/30 /15 07 /01/19 06 /30/22 1/2 City of Temple City, Californ ia s~i s, Rosemead Blvd Resurfacing Project, P18-06 https ://cad ir.secure .force .com/ContractorSearch/PrintRegDetails Worker's Compensation Do you lease employees No through Profe ssio nal Employer Organization (PEO)?: Please provide yo ur cu rrent worker's co m pe nsa t ion i nsura nce information be low: PEO PEO PEO PEO InformationName Phone Email Insured by Carri er Policy Holder Name:CHRISP COMPANYlnsurance Carrier: ARTHUR J . GALLAGHER & COMPANYPo licy Number:WC 0217731-00inception date: 12/01/18Expiration Date:1 2/01/19 https://cadir.secure .fo rce.com/ContractorS earch/Pri ntRegDetails Document Control Page 14 of 29 2/2 City of Temple City , California s~is, Rosemead Blvd Resurfacing Project, P18-06 https://cadir.secure .force .com/ContractorSearch!PrintRegDetails Documen t Con trol Page 15 of 29 Contractor Information Registrat ion History Legal Entity Name MD RUBBERIZED CRACKFILL LLC Legal Enti ty Type LLC Status Active Registration Number 100000643B Registration effective date 06/18/18 Registration expiration date 06/30/19 Mailing Address 1312 E. WARNER AVE SANTA ANA 92705 CA Uni ... Phys ical Address 1312 E. WARNER AVE SANTA ANA 92705 CA Uni ... Email Address Trade Name/DBA License Number (s) CSLB :986686 Legal Entity Information Effective Date 06/18/18 06/18/18 05/09/17 06/08/16 06/19/15 01/22/15 Corporation Number:37-1717765Federal Employment Identification Number: Member Name(s):Agent of Service Name:Agent of Service Mailing Address : CA United States of America Corporation Number:37-1717765Federal Employment Identification Number: Member Name(s):Agent o f Service Name:Agent of Service Mai ling Address : CA United States of Ame r ica Worker's Compensation Do you lease employees through Professional Employer Organization (PEO)?: Please provide your current worker's rnmnPnc;.:~tinn i n c;11r-'lnrP https://cadir.secure.force .com/ContractorSearch/PrintRegDetails Expirat ion Date 06/30/19 06/30/19 06/30/18 06/30/17 06/30/16 06/30/15 112 City ofT emple City, Californ ia s~sis, Rose mead Blvd Resurfacing Project, P18-06 https://cadir.secure .force .com/ContractorSearch/PrintRegDetails Document Control Page 16 of 29 ~~···,.-~··~~--~·· ... J~·~··~~ information below: PEO PEO Informatio nName Insured by Carrier PEO Phone PEO Email Policy Holder Name:MD RUBBERIZED CRACKFILL LLCinsurance Carrier: ZURICH AMERICAN INSURANCE COMPANYPolicy Number:WC373645313Inception date: 10/01/12Expiration Date:l0/01/18 https://cadi r.se cure .force .com/ContractorSearch/PrintRegDetai ls 212 City of Temple City, California s~sis, Rosemead Blvd Resurfacing Project, P18-{)6 Public Works Document Con trol Page 17 of 29 {? Department of Industrial Relations Labor Commissioner's Office DL SE Deba rments D LS E Debarments Settu The following contractors are currently barred f ro m bi ddi ng on, acce pting, or performi ng any public works contracts, either as a con t racto r or subcontractor, for th e period se t forth below: As part of your due diligence, we suggest that you also check: • Contractor status at the Contractors State Licen se Board (CSLB ) • The Federal debarment list at the Excluded Partie s List System For a li st of past DLSE debarments of public works contractors, please contact: Susan Nakag ama Specia l Assi stant to t he Labor Commissi o n er 1515 Cla y Street Suite 401 Oakland, CA 94612 SNakagama @dir.ca .gov Name of contractor RMV Construction, Inc., A California Corporation; and Rob ert Michael Vasil II a.k.a. Robert Michael Vasil a.k.a . Mike Vasil , an Individual and CEO /RMO President of RMV Construction, Inc. CSLB Number: 892389 Gewargis Youkhanis Narso, an individual dba GEHVAC and Technologies, a sole proprietorship, And GEHVAC Co ., a sole proprietorsh ip CSLB Number: 899312 and 1013848 Joseph Brothers Enterprise, Inc.; Ken Joseph Individually an d https:l/www.dir.ca .gov/dlse/debar.htnnl Period of d ebarment 4/1/2017 through 8/18/2018 Decision LB 5266 2/1/2017 through 1/31 /2020 Deci s ion 40-48480 -516 4/3/2018 through 10/3/2019 1/11 City of Temple City, California s~sis, Rosemead Blvd Resurfacing Project, P18-06 Public Works Document Control Page 18 of 29 as CEO Decis i on SC 6390 CSLB Number: 849 169 Dave Cook Concrete Constru ction , Inc., and David William 3/1/2017 through 2/29/2020 Cook Decision LB 6207 34231 Camino Capi strano #102 Capistrano Be ach, CA 92624-1189 CSLB Number: 46189 7 Ba n naoun Engineers Constructors Corporation; Omar Maloof, 05/12/17 through 05/11/20 An Individual Decisi on SC 5517 P.O. Bo x 16599 Be verly Hills, CA 90209-2599 CS LB Number: 827829 Evans Roofing Co., Inc. 10/31/16 through 10/30/19 2020 South Yale Street Deci si on LB 6270 Santa An a, CA 92706 CSLB Number: 610549 Gu illermo l baibarri aga dba Sierra Nevada Stucco and 2K 05/14/17 through 05/13/20 Ro o fing Decision SC 6037 Sierra Nevada Stucco P.O. Box 8472 Reno , NV 89502 CS LB Number: 9 15812 2K Roofin g 820 Kuenzli Street Reno, NV 895 02 CSLB Number: 95455 1 Del Norte Construction, And Trinidad Manuel Canales, an 6/01/16 through 5/31/17 Individual Decision LB 5533 PO Box 5 101 Oxnard, CA 93030 https:/lwww.dir.ca.gov/dlse/debar.html 2/11 City of Temple City, California s~sis, Rosemead Blvd Resurfacing Project, P18-{)6 Public Works Document Control Pag e 19 of 29 5020 Wooley Rd. Oxnard, CA 93030 CSLB Number: #945723 Diversified Building & Electric Company, Inc. 2 /15/16 through 8 /15/17 409 Ten nant Station Decis i on SC 5714 Morgan Hill, CA 95037 Denis Andrew Maris, In dividu ally and Do i ng Bu siness as Diversified Electric Company CSLB Number: #7653 12 Fast Demolition, Inc. 4/1/44 through 3/31/47 601-C East Palomar St ree t #123 Decision LB5742 Chu la Vista, CA 919 11 4/1/41 through 3/31/44 CSLB Number: #792729 Decis ion LB5665 Rogelio Medina Vazquez., an i nd iv i d ual an d in hi s ca p aci t y as 4/1/36 through 3/31/39 Re sp o nsible Managi ng Offi cer of FAST DEMOLITION , INC . Decision LB5740 4/1/33 through 3/31/37 Decision LB5651 4/1/33 through 3/31/37 Decision LB57 39 4/1/24 through 3/31/27 Decision LB5741 4/1/30 through 3/31/33 Decision LB5743 4/1/27 through 3/31/30 Dec ision LB5666 4/1/21 through 3/31/24 Decision LB5667 4/1/18 through 3 /31 /21 Decision LB5668 4 /01/15 through 3/31 /18 Decisi on LB5345 https:Jtwv.w.dir.ca.gov/dlse/debar.html 3/11 City of Temple Ci ty, Californ ia s~sis , Rosem ead Blvd Resurfa cing Project, P18-06 Public Works Document Control Page 20 of 29 Amerivet Plumbing, Inc.; Walter Edward Jacob Kuhlmann Ill, 8 /6/15 through 8/5/18 Individually And dba Amerivet Plumbing Services Decisi o n CSLB Numbe r : #9 69048 and #91 9761 Ultimate Inc., And, Enrique Vera, an Individual 12 /1/15 through 11/30/18 PO Box 571117 Decisi on Ta rz ana, CA 9 1356-1117 CSLB Numbe r: #949229 Travioli Construction, Inc. 9/11/15 through 3/10/17 PO Box 231 Decisi on Visa lia, CA 93274 CSLB Number: #9368 32 Integrity Sheet Metal, Inc. 2/01 /15 through 1/31 /18 319 McArthu rWay Dec i sion Upland, CA 91786 CSLB #72 677 0 William Ben Hicks, an indi vidua l; Margaret Mary Hicks, an indiv i dua l LA Builders, Inc., a California Corporation 2/01 /15 through 1/31/18 15 63 5 Saticoy St reet, #H Dec i sion Va n Nu ys, CA 9 1406 CSLB #74859 1 Alon Gamliel, an i ndi v i dua l USA Wall Systems, Inc. 4/01 /15 through 3/31/18 8309 Su nsh i ne Lane De ci sion Ri ve rside, CA 92508 CS LB #929610 Edward Eugene Brammer, an i nd iv idua l an d in hi s ca paci t y as Presid en t /CEO/RMO Daughter Construction 4/01 /15 through 3 /31 /18 formerly dba Hy Carpentry Construction Deci si on 15407 Thornl a ke Ave nu e No rwalk, CA 90650 https ://www.di r.ca .gov/dlse/debar.htm l 4/11 City of Temple City, car,fomia s~sis, Rosemead Blvd Resurfacing Project, P18-06 Public Works Document Control Page 21 of 29 CSLB #979297 Sharon Jin Yoo , an ind ividual; Dae Hyun Yoo, an indivi dua l and i n his capacity as manager/supervi sor for Sharon J i n Yoo an d i n his capacity as Ge nera l Partner for HY Co nstructi on, a Genera l Partnership. RDA Construction, Inc. 1 2/15/14 through 12/14/16 1692 W. Bullard Av e., Decision Fresno, CA 93711 CSLB# 383306 Titan Electrical Construction, Inc. 11/3/14 through 11/2/17 Luca s Oliver Stickney, an in div idu al Decision Jamie Noel Fur r, an indivi dual 630 Natoma Street San Franci sco, CA 94103 CSLB# 919516 Ramos Painting 11/3/14 through 11/2/15 Carlos Ray Ramos, an individual Decision P.O . Box 3871 Paso Rob les, CA 93447 CS LB# 753575 Dick Emard Electric. 11/3/14 thorou gh 11/2/17 dba Emard Electric Luke Richard Emard, an individua l and RMO Decis i on 5930 Key Court, Suite A Loomis, CA 95650 CSLB# 7940 07 Nixon Electric 8/1/14 throu g h 7/31/17 Gordon Fulton Ni xon, a n in d i v i du al Decision 562 4 Fau st Ave. Wood land Hills, CA 91367 CSLB# 796802 Neris General Contractors, a California Corporation 2/28/14 through 2/27/17 Efren Neri, an i nd iv id ua l Decis i on Serva ndo Neri , an ind i vidual https:Jiwww.dir.ca .gov/d lse/debar.html 5/11 City of Temple City, Ca li forn ia 5~sis, Rosemead Blvd Resurfacing Project, P18-06 Publi c Works Document Control Page 22 of 29 Rebeca Neri, an i ndividual Lu is Abel ardo Castro, an i n div i dual 6087 Ca lifornia Ave. Long Beach, CA 90805 CSL B# 797967 Southland Construction 10/14/14 through 10/13/17 Reza Mohammedi, an individual Decision 3943 Irv ine Blvd ., #405, Irvin e, CA 92602 CSLB# 663784 (ex pired) National Drywall Corporation, 8/4/14 through 8/3/17 A Dissolved California Corporation Decision 603 S. Milliken Avenue, Suite F Onta ri o, CA 91761 CS LB #834335 Miguel Contreras, an Individual and Responsible Managing Officer/CEO /President Dora Maria Contreras, an Individual and Agent/Officer of the Corporation Tadros & Youssef Construction, Inc. 5 /10/14 throu gh 5/9/17 Kamel Shake r Tadros & Makram Yous sef Youssef, Individually Deci si on 1221 E 8t h Street, Unit A, Up l and, CA 91786 CSLB# 698182 (exp i red) Serenity Fire Protection 5/1/14 through 4/30 /17 417 S. Associated Road, Brea, CA 92821 Decis i on CSL B# 902927 Don Kelly Construction , Inc. 3/25/14 throu gh 3/24/17 Don Kelly, Individual and Lisa Kelly, Individual Decision 171 Northview Ridge Lane, P.O. Box 10760, Bozeman, MT 59719 Aldan, Inc. 2/28/14 through 2/27/17 P.O. Box 9428, Brea, CA 92822 Decision https:/!www.dir.ca.gov/d lse/debar.html 6/11 City of Temple City, Californ ia s~s. Rosemead Blvd Resurfacing Project, P18 -0 6 Public Works Document Control Page 23 of 29 CSLB #949229 Russell/Thompson, Inc. 10/31/13 through 10/31/16 James Jean Russell & Valery Alena Thompson, Individually Decision 4684 Oak Glen Dr., Redding, CA 96001 CSLB# 915036 (revoked) Ayodejia A. Ogundare, Individual 5/15/2013 through 5/15/2014 Dba Pacific Engineering Company Decision 6310 Stewart Way, Bakersfield, CA 93308 CLSB#710322 Wallcrete Industries, Inc.; Garit David 7/29/12 through 7 /28/15 Wallace and Amber Anderson, Individuals Deci sion 400 Kansa s, Redland s, CA 92373 CS LB#834220 FEI Enterprises, Inc 6/14/12 through 6/13/15 Gabriel Fedida, Individual Decision 5749 Venice Bl vd., Los Angele s, CA 900 19 CSLB#659252 Jeffrey Alan Matt and Michelle Matt, individuals 3/29/12 through 3 /28/15 Dda Integrity Landscape Deci sion 3756 Independ ence Avenue Sanger, CA 93637 CSLB#774222 Jensen Drywall & Stucco 3/31/11 through 3/30/13 Jeffrey E. Jensen Decision 3714 Lynda Place National City, CA 91950 -8121 CS B # 664168 Exp. 2/18/11 (ex pired ) All West Construction, Inc. 3/31/11 through 3/30/13 https ://www.dir.ca .gov/dlse/debar.html 7/11 City of Temple City, Californ ia s~sis, Rosemead Blvd Resurfacing Project, P18-06 Public Works Document Control Page 24 of 29 Donald Kent Russell Decision 495 N. Marks Ave . Fresno, CA 93706 CSB # 592321 Exp. 4/3/12 (suspended ) Country Builders, Inc. 3 /1 /11 through 2/28/14 Weldon Offill, individually Decision 5915 Graham Ct. Addendum Li ve rm o re, CA 94550 CS B # 699574 Exp. 11/30/12 (active) Sutter Foam & Coating, Inc. 7/1/10 through 6/30/13 909 A. George Wash i ngton Decision Yuba City, CA 95993 CSB # 732014 Exp. 1/31/09 (in active) David Alvin Trex ler, an individual 909 A. George Washington Yuba City, CA 95993 Kenneth A. Trexler, an individual 2603 Lago Lane Marysville, CA 95901 Soo Dong Kim , an i ndividual, 4/19/10 throu g h 4 /18/13 dba Soo Ki m Electric Company Deci sion 16224 Ri dgeview Lane La Mirada, CA 90638 CSB # 568103 Exp. 8/1/09 (i nactive) Hyo Nam Jung, an individual, dba Lucid El ectric 18621 Well Street Rowland Hei ghts, CA 91748 CSB # 9 14692 Exp. 4/3/10 Southwest Grading, 3/18/10 throu gh 3 /17/13 dba Southwest Grading Services, In c., Decision 2203 1 Wa ite Street Wildom ar, CA 92595 David Walter Cholewinski, an individua l 2203 1 Waite St ree t https :l/www.dir.ca .gov/dlse/debar.htm l 8/11 City of Temple City, Californ ia s~sis, Rosemead Blvd Resurfacing Project, P18-06 Public Works Document Control Page 25 of 29 Wildomar, A 92595 29970 Techno logy Drive, Ste. 205 Mu r ri et a, CA 92563 CS B #8404 16 Exp. 6/30/10 S.J. Cimino Electric, Inc., a California corporation, 10/15/09 through 10/14/12 3267 Dutton Av e. Decisio n Santa Ro sa, CA 95404 Salvatore Joseph Cimino, RMO , CEO and President of S.J . Cimino Electric, Inc. and sole owner of S.J. Cimino Electric, an individual 5825 Heights Rd. San ta Ro sa, CA 95401 CSB #343802 Exp. 2/28/10 CSB #29 4141 Exp. 9/30/13 (in active) Cedar Development Corporation 8 /5/09 through 8 /4/12 Serghon Gabriel Afram, individually Decision 12477 Fe ather Dr Mira Loma , CA 91752 CSB # 839898 Exp. 6 /30/10 (su spended) All Floors Commercial and Residenti al Flooring, Inc. 5/14/09 through 5/13 /12 Salvador Elias Perea , individually Decisio n 750 E. McGlinc y Lane, #103 Camp bell, CA 95008 CSB #430969 Exp. 7 /31 /09 1-AMD Construction, Inc. 3 /16/09 through 3/15/12 Alberto Mordoki , individually Decision> Mirella Mordoki, individually 5300 Beach Blv d., Suite 110-416 Buena Park, CA 9062 1 CSB #787533, revoked June 2018 https:/lwww.dir.ca.gov/dlse/debar.html 9/11 City of Temple City, Californ ia s~sis, Rosemead Blvd Resurfacing Proj ect , P18-06 Labor Commissioner's Off1ce Quick Links "" Bureau of Field Enforcement "" Wage Cl aim Adjudication .,.. Reta l iation (RCI) .,.. Re gi stration Services "" Pub lic Works "" Electrician Certification Unit .,.. Frequently asked questions .,.. Legis lative reports "" Labor Commissioner's Databases "" Pri vate Attorney General Act (PAGA ) Resources .,.. Frequently asked questions .,.. Labor Commissioner's Database s .,.. Legis l ative repo rts "" Publica ti ons .,. Forms About the Labor Commissioner 's Off1ce .,. About Us .,. Lo cat io ns, Contacts, and Hours of Ope rat io n Jobs at DIR https:/lwww.dir.ca.gov/dlse/debar.html Public Works Document Control Pag e 26 of 29 10/11 City of Temple City, Californ ia s~sis, Rosemead Blvd Resurfacing Project, P18-06 About DIR Who we are DIR Divisions, Boards& Commissions Contact DIR Learn More Acceso al idioma Frequently Asked Questions Site Map ll~D Back to Top Disclaimer Accessi bil1ty Contact DIR Public Works WAGE THEFT IS A [ij tJ tJ I A You can pay your bill online. Need t o make a payment? ( Haga u n p ago en linea.) Work with Us Jobs at DIR Licensing, registrations, certifications & permits Required Notifications Public Records Requests C0pyn , t LO 19 StatE-' of Cdliforn1a Document Control Pag e 27 of 29 Conditions of Use Pnvacy Policy S1te Help htt ps://wv.w.dir.ca.gov/dlse/debar. htm l 11/11 City of Temp le City, Californ ia s~sis , Rosemead Blvd Resurfacing Project, P18 -06 Advanced Search -Exclusions I System for Award Management Document Control Page 28 of 29 \ ll ......... , 5YST'Df FOR AI\\UlDMANAIJiloiL'IT ANEWWAYTOSIGN IN-If you already have a SA.t'\-f account, use your SAM e mail fo r login.gov. •• , •• ,1 Login.gov FAQs &, ALERT: June 11, 2018: Entities registerin g in SAM must s ubmit a notarized leiter appoint ing their authmi1.ed En t ity Adm in istrator. Read our yodated FAQs to learn mo re about changes to the notarized let1er review process and o ther syste m improvements. &, ALERT: SAM.gov will be down for scheduled maintenance Saturday, o6/t5/20J9, from S:oo AM to t:oo PM (EDT). &, ALERT: CAGE is currently experiencing a high volume of registrations, and is working the m in the order in w hich they are receh ·ed. When your registration is assigned to a CAGE Technician, you will be contacted by CAGE, if n ecessary, for any additional in formation. Advanced Search -Exclusion Si ngle Search • Multiple Names All • Name All • Name All • Name All • Name Al l • Name All • Name Exclusion Status Active PAVEMENT COATING S CHRISP COMPANY MD CRACK ALL • Selecting "All" displays both Active a nd Inactive Exclusions . IIZ!DD II!Z!I You may on ly perform a search wit h the criter ia conta in ed in one accordion. 0 I SSN/TIN Search : Jt; IJ I) httpsJ!www.sam.gov/SAM/pages/pub lic/searchRecords/advance dP IR Search.jsf Ulh .... \. t 'i \ "\ 1/1 City of Temple City, California E idAM~isn. ~~~~~~~mL--------------------------------------~~~~~~~ SAM Search Results List of records matching yo ur search for : Classification: Individual, Firm, Special Entity Designation, Vessel E ntity Na me : pave ment coatings , Entity Name: chrisp company, E ntity Name: md crack fill Functiona l Area: Performance fnformation Record Status: Active I No Search Results ==================================================~ May 20 ,2019 1:00PM https:/lwww.sam.gov Page 1 of 1