Loading...
HomeMy Public PortalAbout5) 7C Public Works Contract to All American Asphalt for Las Tunas Blvd Pavement RehabAGENDA ITEM 7.C. COMMUNITY DEVELOPMENT DEPARTMENT DATE: March 17, 2020 TO: The Honorable City Council MEMORANDUM FROM: Bryan Cook, City Manager By: Ali Cayir, PE, City Engineer Okan Demirci, PE, Project Manager SUBJECT: AWARD OF PUBLIC WORKS CONTRACT TO ALL AMERICAN ASPHALT FOR LAS TUNAS BOULEVARD (BLVD) PAVEMENT REHABILITATION, PHASE 1, FROM WEST CITY LIMIT TO SULTANA AVENUE, CIP NO. P20-05 RECOMMENDATION: The City Council is requested to: 1. Award a Public Works Contract (Contract) to All American Asphalt ("Attachment A") as the lowest responsible bidder for the Las Tunas Boulevard (Blvd) Pavement Rehabilitation, Phase 1, from west city limit to Sultana Avenue (Ave) (CIP No. P20- 05); 2. Authorize the City Manager to execute the Contract in an amount of $644,444; and 3. Authorize 10% of the awarded contract amount as contingency allowance to be used if necessary for unforeseen conditions at the City Manager's discretion. BACKGROUND: 1. On January 21, 2020, the City Council approved the Plans, Specifications, and Estimates (Bid Package) and advertisement of Notice Inviting Bids (NIB) for the Project; 2. On January 30, 2020, the NIB was issued. The NIB was published in the newspaper, on the City website, and in various trade publications. 3. On the due date of March 3, 2020, seven bids were received and opened publicly. City Council March 17, 2020 Page 2 of 3 ANALYSIS: Las Tunas Blvd from west city limit to east city limit is identified for pavement rehabilitation in the City's updated Pavement Management Program (PMP) Report. The pavement rehabilitation along Las Tunas Blvd will be completed in 2 separate phases. Phase 1 of Las Tunas Blvd Pavement Rehabilitation will cover west city limit at Muscatel Ave to Sultana Ave. Phase 2 will cover Sultana Ave to east city limit, which will be implemented and bid out under a separate contract and would include additional hardscape and beautification enhancements. Phase 1 will involve cold -milling of existing asphalt up to 4", installing a new asphalt base course up to 2", and asphalt wearing course up to 2". In addition, a localized cold mill and overlay with asphalt fabric will be performed over the existing culvert on the north leg of Rosemead Blvd to provide a new asphalt cover. The city received seven bids for Phase 1 of the Las Tunas Blvd Pavement Rehabilitation: Contractor Name 1' Total Bid Amount All American Asphalt $64,444 $644,444 Sully Miller Contracting Co. Budget allowance for construction management, inspections, and administration $656,000 Hardy and Harper, Inc. $779,776 $670,000 Sequel Contractors, Inc. $677,950 Excel Paving Co. $690,200 Gent Brothers, Inc. $707,170 Shawnan $781,500 The lowest responsive bid was submitted by All American Asphalt in the amount of $644,444. Staff conducted a bid analysis including checking California contractor licensing, Department of Industrial Relations registration, state and federal debarment list review for All American Asphalt. The bid submitted by All American Asphalt and the bid analysis completed by staff are attached (Attachments "B" and "C"). The following is the breakdown of the construction phase budget: Construction Budget $644,444 Contingency Budget allowance as necessary for unforeseen conditions (10%) $64,444 Total Construction Budget $708,888 Budget allowance for construction management, inspections, and administration $70,888 Project Total $779,776 City Council March 17, 2020 Page 3 of 3 CITY STRATEGIC GOALS: Implementation of the City's updated Pavement Management Program is consistent with the City Strategic Goals of Public Health and Safety, Quality of Life, and Sustainable I nfrastructure. FISCAL IMPACT: Funding for the project is included in the approved Fiscal Year 2019-20 City Budget. The total approved budget for the Las Tunas Drive Resurfacing project is $2,188,000 with $1,200,000 funded by Proposition C (Prop C) Fund. An additional $71,000 is being funded from the Transportation Development Act (TDA) Fund. However, the Phase I estimated cost of $779,776 will be funded with $756,776 from Prop C Fund and $23,035 from the TDA Fund. Please note that $375,450 of Prop C Funds and $23,035 of TDA Funds must be spent by June 30, 2020, ATTACHMENTS: A. Contract to be Executed with All American Asphalt B. Low Bid Submitted by All American Asphalt C. Bid Analysis ATTACHMENT A CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 1, FROM WEST CITY LIMIT TO SULTANA AVE, CIP NO. P20-05 THIS AGREEMENT ("Agreement") is made and entered into this day of March 2020, by and between the CITY OF TEMPLE CITY, a Municipal Corporation located in the County of Los Angeles, State of California ("CITY"), and ALL AMERICAN ASPHALT, a California Corporation, located at 400 E'Sixth 'Street, Corona CA 92879 ("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 and March the 3,'2020, for the following: C in the City of Temple City, California ("Project"). B. At 2:00'`PM on said date, in the Temple City Council Chambers, the bids submitted for the Project were opened. C. At its regular meeting held on March '1 T, 2020, the City Council of CITY accepted the bid of CONTRACTOR for the Project as being the lowest responsive bid received and directed that a written contract be entered into with CONTRACTOR. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises and of the mutual covenants and agreements herein contained, the parties do hereby agree as follows: 1. CONTRACT DOCUMENTS. This Agreement consists of the following documents ("Contract Documents"), all of which are made a part of this Agreement: (a) Notice Inviting Bids (b) Instructions to Bidders (c) Bid Form (d) Bid Proposal and/or Contract Proposal, as accepted, including the Certificate of Bidders' Experience and Qualifications and the List of Subcontractors 1 (e) Information Required by Bidder (f) Notice of Award (g) Notice to Proceed (h) This Agreement (i) Verification of California Contractor's License Q) Contractor's Certificate Regarding Workers' Compensation (k) Security for payment (labor and materials) (1) Security for performance (m) Certificate(s) of Insurance (n) General Conditions/Specifications (o) Special Provisions (p) Plans and Standard Drawings (q) Prevailing Wage Scales (r) Standard Specifications for Public Works Construction, including subsequent addenda and supplements (s) Change orders issued by the City and signed by the Contractor pertaining to the Contract after the Contract is awarded to Contractor (t) All addenda issued by the City with respect to the foregoing prior to the opening of bids, including, Addenda Nos. 1. In the event there is a conflict between the terms of the Contract Documents, the more specific or stringent provision shall govern. 2. SCOPE OF WORK. CONTRACTOR agrees to perform all work required 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, materials, tools, equipment, services 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. CONTRACTOR hereby agrees to receive and accept the total amount of six hundred forty' four thousand four hundred forty four Dollars ($644;444), based upon those certain unit prices set forth in CONTRACTOR's Bid Schedule, a copy of which is attached hereto as Exhibit "A" and incorporated herein by this reference, as full compensation for the Work. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance, including those for well and faithfully completing the Work in the manner and time specified in the Contract Documents, and also including those arising form actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension or discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. CITY shall retain five percent (5%) of the compensation until the provisions of Section 14 herein have been met. CITY hereby agrees to pay CONTRACTOR at the time, in the manner, and upon the conditions set forth in the CONTRACT DOCUMENTS. 4. UNAUTHORIZED ALIENS. CONTRACTOR promises and agrees to comply with all of the provisions of State and Federal law with respect to the employment of unauthorized aliens, including without limitation the Federal Immigration and Nationality Act (8 USCA 1101, et seq.), as amended. Should CONTRACTOR employ one or more unauthorized aliens for the performance of the Work, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens, CONTRACTOR hereby agrees to, and shall, reimburse CITY for the cost of all sanctions imposed, together with any and all costs, including attorney's fees, incurred by the CITY in connection therewith. 5. REPRESENTATIONS AND WARRANTIES. CONTRACTOR hereby represents and warrants that: (a) It is not currently, and has not at any time within the past five (5) calendar years been, suspended, debarred, or excluded from participating in, bidding on, contracting for, or completing any project funded in whole or in part by program, grant or loan funded by the federal government or the State of California; and (b) CONTRACTOR currently has, and for the past five (5) calendar years has maintained in good standing, a valid California contractor's license; and (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 shall complete work on the Project within sixty days (60) days after commencement. K3 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 disability, mental disability, medical condition, martial status, sex, age, or sexual orientation in the performance of this Agreement, and shall comply with the provisions of the 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 provisions of California Labor Code Sections 1720, et seq., as well as Sections 1771, 1773, 1773.1, 1773.61 1773.71 17747 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 prevailing rate for holiday and overtime work for each craft are available upon request from the City. A copy of the prevailing rate of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the CONTRACTOR. (b) CONTRACTOR acknowledges that under California Labor Code sections 1810 and following, eight hours of labor constitutes a legal day's work. CONTRACTOR will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Agreement by CONTRACTOR or any 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 1810. (Labor Code § 1813.) (c) CONTRACTOR must comply with Labor Code section 1771.1(a), which provides that CONTRACTOR is only eligible to perform the Work if CONTRACTOR is registered with the Department of Industrial Relations as required by Labor Code Section 1725.5, and that CONTRACTOR may award subcontracts for work that qualifies as a "public work" only to subcontractors which are at the time of award registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR must obtain proof of such registration from all such subcontractors. (d) CONTRACTOR, and any subcontractor engaged by CONTRACTOR, must pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of this Agreement. (Labor Code § 1774.) CONTRACTOR is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. (e) CONTRACTOR must comply with all provisions 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 paid less than the prevailing rates. Contractor may also be liable to pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the prevailing wage rate. (f) Nothing in this Agreement prevents CONTRACTOR or any subcontractor from employing properly registered apprentices in the execution of the Agreement. CONTRACTOR is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award information to the applicable joint apprenticeship committee, must employ apprentices 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 apprentices solely on the ground of sex, race, religion, creed, national origin, ancestry or color. 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 in apprenticeable occupations. (g) CONTRACTOR shall defend, indemnify and hold the CITY, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws, 9. PROJECT SITE CONDITIONS. (a) CONTRACTOR shall, without disturbing the condition, notify CITY in writing as soon as CONTRACTOR, or any of CON TRAC TOR's subcontractors, agents or employees have knowledge and reporting is possible, of the discovery of any of the following conditions: (i) The presence of any material that the CONTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code; (ii) Subsurface or latent physical conditions at the site differing from those indicated in the specifications; or, (iii) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of this character provided for in this Agreement. (b) Pending a determination by CITY of appropriate action to be taken, CONTRACTOR shall provide security measures (e.g., fences) adequate to prevent the hazardous waste or physical conditions from causing bodily injury to any person. 5 (c) CITY shall promptly investigate the reported conditions. If CITY, through its Director of Public Works, or his or her designee, and in the exercise of its sole discretion, determines that the conditions do materially differ, or do involve hazardous waste, and will cause a decrease or increase in the CONTRACTOR's cost of, or time required for, performance of any part of the Work, then CITY shall issue a change order. (d) In the event of a dispute between CITY and CONTRACTOR as to whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the CONTRACTOR's cost of, or time required for, performance of any part of the Work, CONTRACTOR shall not be excused from any scheduled completion date, and shall proceed with all work to be performed under the Agreement. CONTRACTOR shall retain any and all rights which pertain to the resolution of disputes and protests between the parties. 10. INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and hold harmless the CITY, its elective and appointive boards, officers, agents and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising form the performance of the Work, regardless of responsibility of negligence; and from any and all claims, loss, damage, injury and liability, resulting directly or indirectly from the nature of the Work covered by this Agreement, regardless of responsibility of negligence. (a) CITY does not, and shall not, waive any rights against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the insurance policies hereinafter described in this Agreement. (b) The indemnity provided by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the Work by CONTRACTOR, or any subcontractor, regardless of whether insurance policies are applicable to any of the damages or claims for damages. (c) The provisions of this section do not apply to claims occurring as a result of the City's sole negligence or willful acts or omissions. (d) The provisions of this section will survive the expiration or earlier termination of this Agreement. 11. BONDS. CONTRACTOR, before commencing the Work, shall furnish and file with CITY a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the faithful performance of this Agreement and a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100°/x) 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. 6 12. INSURANCE. CONTRACTOR shall not commence the Work until CONTRACTOR has obtained all insurance required by the Contract Documents and such insurance has been approved by CITY as to form, amount and carrier. CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until all similar insurance required of the subcontractor have been obtained and approved. (a) Workers' Compensation. CONTRACTOR shall take out and maintain, during the life of this Agreement, Worker's Compensation Insurance (Statutory 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 require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees, unless such employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in Work under this Agreement at the Project site is not protected under any Workers' Compensation law, CONTRACTOR shall provide and shall cause each subcontractor to provide adequate insurance for the protection of employees not otherwise protected. CONTRACTOR shall indemnify CITY for any damage resulting from failure of either CONTRACTOR or any subcontractor to take out or maintain such insurance. CONTRACTOR shall submit to Agency, along with the certificate of Insurance, a Waiver of Subrogation endorsement in favor of the Agency, its officers, agents, employees and volunteers. (b) Comprehensive General Liability Products/Completed Operations Hazard, and Contractual General Liability Insurance. CONTRACTOR shall take out and maintain during the life of this Agreement such comprehensive general liability, products/completed operations hazard, comprehensive automobile liability and contractual general liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR's or any subcontractor's operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: (i) 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 amount of not less than ONE MILLION DOLLARS ($1,000,000) per occurrence; and (iii) Contractual General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) per occurrence. 7 General aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the required minimum limits set forth hereinabove. (c) Comprehensive Automobile Liability. CONTRACTOR shall take out and maintain during the life of this Agreement, comprehensive automobile liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR's or any subcontractor's operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: (i) Comprehensive Automobile limiting. Liability Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) coverage normally provided by any insurance. combined single limit per accident. (d) Proof of Insurance. The insurance required by this Agreement shall be with insurers which are California Admitted and Best A rated or better. CITY shall be named as "additional insured" on the general liability and automobile liability required hereunder, and CONTRACTOR shall furnish CITY, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give CITY at least thirty (30) days' prior notice of the cancellation of any policy during the effective period of this Agreement. (e) Umbrella or excess liability insurance. (Optional depending on limits required], Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability and employer's liability. Such policy or policies shall include the following terms and conditions: . A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; . Pay on behalf of wording as opposed to reimbursement; . Concurrency of effective dates with primary policies; and . Policies shall "follow form" to the underlying primary policies. . Insureds under primary policies shall also be insureds under the umbrella or excess policies. (f) Requirements E3 not limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. E3 Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the CONTRACTOR maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the CONTRACTOR. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. (g) Primary/contributing. Coverage provided by the CONTRACTOR shall be primary and any insurance or self-insurance or maintained by Agency shall not be required to contribute to it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of Agency before the Agency's own insurance or self-insurance shall be called upon to protect is as a named insured. (h) Notice to Proceed. The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence the Work under this Agreement until CONTRACTOR has provided to the CITY the proof of insurance as required by this Section 12. 13. LIQUIDATED DAMAGES. The parties agree that it would be impractical and extremely difficult to fix the actual damages to the CITY in the event the Project is not commenced and/or completed on or before the dates specified for commencement and completion of the Project in the Contract Documents. The parties have considered the facts of a breach of this Agreement and have agreed that the liquidated damages sum hereinafter set forth is reasonable as liquidated damages in the event of a breach, and that said sum shall be presumed to be the amount of the damages sustained by the CITY in the event such work is not begun and/or completed and accepted by the times so specified in the Contract Documents. The sum of ONE THOUSAND DOLLARS ($1,000.00) shall be presumed to be the amount of damages suffered by the CITY for each day's delay in the starting and/or completion and acceptance of the Project after the dates specified in the Contract Documents for the start and/or completion thereof, and CONTRACTOR hereby agrees to pay said sum of ONE THOUSAND DOLLARS ($1,000.00) as liquidated damages for each day of delay in the starting and/or completing and acceptance of said Project beyond the dates specified in the CONTRACT DOCUMENTS. Any and all such liquidated damages assessed shall be done in accordance with that certain edition of the Standard Specification for Public Works Construction currently in effect on the execution date of this Agreement. CONTRACTOR 7 CITY OF TEMPLE CITY Date: Date: 14. NOTICE OF COMPLETION. Upon completion of PROJECT and acceptance of same by the City Council of the CITY, the City Manager of the CITY shall cause to be recorded a Notice of Completion with the office of the Los Angeles County Recorder; and, after thirty-five (35) days from the date said Notice of Completion is recorded, the Director of Finance of CITY shall release the funds retained pursuant to Section 3 hereof; provided there have been no mechanics' liens or stop notices filed 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 with all applicable statutes, laws and regulations, including, but not limited to, OSHA requirements and the Temple City Municipal Code. Contractor must, at Contractor's sole expense, obtain all necessary permits and licenses required for the Work, and give all necessary notices and pay all fees and taxes required by law, including, without limitation, any business license tax imposed by 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. (a) Authority to Execute. Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute this Agreement and to bind it to the performance of its obligations. (b) Assignment. CONTRACTOR may not assign this Agreement without the prior written consent of CITY, which consent may be withheld in the CITY 's sole discretion since the experience and qualifications of CONTRACTOR were material considerations for this Agreement. (c) Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the Parties. (d) Integrated Agreement. This Agreement, including the Contract Documents, is the entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed under this Agreement and supersedes all other agreements or understandings, whether oral or written, between CONTRACTOR and CITY prior to the execution of this Agreement. (e) Modification of Agreement. No amendment to or modification of this Agreement will be valid unless made in writing and approved by CONTRACTOR and by the City Council or City Manager of CITY, as applicable. The Parties agree that this requirement for written modifications cannot be waived and that any attempted waiver will be void. (f) Counterparts and Facsimile Signatures. This Agreement may be executed in several counterparts, each of which will be deemed an original, and all of which, when taken together, constitute one and the same instrument. Amendments to this Agreement will be considered executed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will have the same effect as an original signature. (g) Waiver. Waiver by any Party of any term, condition, or covenant of this Agreement will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach of the provisions of this Agreement will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by CONTRACTOR will not constitute a waiver of any of the provisions of this Agreement. (h) Interpretation. This Agreement will be interpreted, construed and governed according to the laws of the State of California. Each party has had the opportunity to review this Agreement with legal counsel. The Agreement will be construed simply, as a whole, and in accordance with its fair meaning. It will 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, void or unenforceable, the remaining provisions of this Agreement will not be affected and the Agreement will be read and construed without the invalid, void or unenforceable provision. 0) Attorneys' Fees. The prevailing party in any action to resolve a dispute concerning this Agreement shall be entitled to have and recover from the losing party the reasonable attorneys' fees and costs of such action. (k) Venue. In the event of litigation between the parties, venue in state trial courts will be in the County of Los Angeles. In the event of litigation in a U.S. District Court, venue will be in the Central District of California, in Los Angeles. (1) Notices. All written notices required or permitted to be given under this Agreement will be deemed made when received by the other Party at its respective address as follows: To CITY: City of Temple City 9701 Las Tunas Drive Temple City, California 91780 Attention: (Tel.) 11 (Fax) To Contractor: All American Asphalt 400 E Sixth Street Corona, CA 92879 Attention: Edward J. Carlson (Tel.) 951-736-7600 (Fax) Notice will be deemed effective on the date personally delivered or transmitted by facsimile. If the notice is mailed, notice will be deemed given three days after deposit of the same in the custody of the United States Postal Service, postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities. Any Party may change its notice information by giving notice to the other Party in compliance with this section. 12 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the day of , 20_1 by their 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 municipal corporation ALL'AMERICAN ASPHALT, a California corporation BY. CALIFORNIA ALLmPURPOSE ACKNOWLEDGMENT WWWWWWWW A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document - State of California 1 County of Los Angeles J} Cin before me, ffnrart M14rrrw n}IVoe'ary Puhdir arxl T✓t).ul who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authonzed capa€ity(ies), and, that by his/her/their sign.ature(s) on the instrument the person(s), or the entity upon behalf of which the persDn{s) anted, executed the instrument - I certify under p'ENiXL7Y 4E PERJURY underthe laws of the State of California that the foregoing paragraph is true and correct- WITfdE55 my hand and offecial seal - Signature Pkrta arotvey sand AbnvalSigraevja cf Notary F4a6.4'�e) OPTIONAL 77rough bhe information is not required by law, it may prove valuable to persons re44ng on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Leo Type of Qocunnemt. Document Qate9 signer(s) Other Than Named Above: _ rw,r%Fmmqn( M-114 ■ individual ■ Corporate Officer - Title (s) Partner 0 Limited 0 General ■ Attorney in Fact ■ Trustee ■ Guardian or CGnservator ■Other: Sioner is Representing: Nurnher of pages, ■ O. ■Partner ■ Limited ■ i raw.+. ■Attorney in Fact Trustee Guardian or Conservator ner is Representin ii: ■ ■ ■ ,� .' - CALIFORNIA .{ •.-. i ALL=PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califonrtia County of Los Angeles fin personally appeared r�,� rrar�,�y Samr Arwva �fnsart t4�erma of Nccnry �'uhhe arrd TrtAa�l who proved to me on the basis of satisfactory ewiden� to be the person(s) whose name(s) isfare subscribed to the within instrument and acknowledged to me that hefshejthey executedthe same in his/her/their authorized capacity(%es), and that by hislherAheir mature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PEP�IALTY t}C= P'Eft1LftV under the laws of the Slate of California that the foregoing paragraph is trLie and correct. WI7TdE5S my hand and! official seal - Signature �'Qrxotvtp a]h"utvry PuEilirJ fnoug" tfre rnformataon is not nequy law dt may prove vafuabPe to persons relyting on the document arnd could prevent fraudulent removal and reattachment of this form to another document. Description of A ttached document Title of Type of Duerr MU Docurnent Date: Signer(s) other -Than Named Above: _ - I ■ Individual ■21 Corporate Officer - Title(s) 2 0 Partner 0 Limited E) General El Attorney in Fact El Trustee ■ Guardian or Conservator ■ Otherm Siq ner is Representing: Momher of Pages: ■ ■Gorporate Officer ■Partner ■ Limited E:Trustee ■Attorney in Fact Guardian or Conservator ■ ■ ■ oh ATTACHMENT B ADDENDUM #1 BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: P2M5 CITY OF TEMPLE CITY Date Issued: February 24, 2020 Las Tunas Blvd Pavement Rehabilitation, Phase I From West City Limit to Sultana Ave, City Project 10: P20-05 Addendum 1 Addendum for: Las Tunas Blvd Pavement Rehabilitation, Phase I From West City Limit To Sultana Ave City Project ID: P20-05 Addendum No.: 1 Addendum Date: February 24, 2020 Issued by: City of Temple City Dotumenl Control Page 2 of 5 Reminder: Please sign Addenda Acknowledgement on page C-6 of BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS. Item 1, Q: Is the unit for Traffic Control in Bid Item 5 lump -sum? Item 1, A: Yes. The unit for Traffic Control in Bid Item 5 lump -sum, and the quantity is 1. An updated Bid Schedule (revised bid pages C-2 and C-3) showing Bid Item 5 clarification is provided as Attachment 1. price shall be the same Bidders can use the attached Bid Schedule or old bid schedule as included in the original Bid Package. If old bid schedule Included in the original bid package is used, the unit price and total price shall be the same amount. Bid Item "5. Traffic Control" is Please note, all bid items, numbers, description, quantities are the same. The only clarification is that Bid Item "5. Traffic Control" is Quantity: 1, Unit: L5. Item 2: Bld due date has been extended from 2:00 PM on February 26, 2020 to 2:00 PM on March 3, 2020 to provide additional time to bidders as a result of questions received. For all other questions, please contact via email: Okan Demirci, PE Project Manager City of Temple City E: okan.demirci@transtech.ore Addendum 1, Page 1 of 1 Las Tunas Blvd Pavement Rehablgtadon, Phase From West City Limit to Sultana Ave, City Pfgoct ID: P2D,05 Addendum? Document Control Page 3015 Attachment i —Revised eid Schedule per Addendum 1 CITY OF TEMPLE CRY BIOUNGA14D CONTRACT DOCUMENTS, PUNS AND SPECIFICATIONS b US TUNAS BLVD PAVEMENT REHAIMUTAl10N, PHASE I DaN, y n,,,,y NI 1020 FROMSYESTCITY LIMIT TO SULTANA AVE CITY PROJECT 10:,020405 DoOunenl Conyol Pogo 1401104 C. BIDDER'S PROPOSAL LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I, FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: P-20-05 City of Temple City Bidder's Name: All American Asphalt In accordance with the City of Temple City's Notice Inviting Sealed Bids, the undersigned BIDDER, hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project asset forth in the Plans, Specifications, and contract documents therefore, and to perform all work In the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and all other contract documents. If this proposal Is accepted for award, BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to the City of Temple City of the guarantee accompanying this proposal. BIDDER understands that a bid is required forthe entire work. The contract will be awarded on the prices shown on the bid schedule. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties and fees. In the case of discrepancies in the amounts of bid, unit prices shall govern over extended amount, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER'S default In executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the City of Temple City's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the City of Temple City and this bid and the acceptance hereof may, at the City of Temple City's option, be considered null and void, BID SCHEDULE To the Temple City's City Council, herein called the "Council". Pursuant to and in compliance with your Notice Inviting Bids and the other documents relating thereto, the undersigned bidder, having familiarized himself with the work as per the paragraph, Discrepancies and Misunderstandings, contained in the INSTRUCTIONS TO BIDDERS section, and with the terms of the contract, the local conditions affecting the performance of the contract, and the cost of the work at the place where the work is done, and with the drawings and specifications and other contract documents, hereby proposes and agrees to perform, within the time stipulated, the contract, 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 applicable taxes, utility and transportation services necessary to perform the contract and complete in a workmanlike manner, all in strict conformity with the Contract Documents on file at the office of the City Clerk of said City, per the following bid schedule: (Bidder shall provide a bid amount for each bid item listed below. Failure to provide a bid for each bid item shall render the bid non-responsive). BIDDER SHALL COMPLETE AND SUBMIT MLL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" las Tunas Blvd Pavement Rehabilitation, Phase I CITY PROJECT ID: P•20.05 City of Temple City LOCATION From West City Limit to Sultana Ave, City Project 10: P20.05 Addendum Document Control Page 4 o15 REVISED BID SCHEDULE PER ADENDUM 1 LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I, FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: P•20.05 City of Temple City LOCATION BID ITEM NO, AND DESCRIPTION QUANTITY UNIT PRICE TOTAL COST COLD MILL 4' EXISTING ASPHALT PAVEMENT u (INCLUDING REMOVAL OF ALL EXISTING STRIPING, •u/6 i LEGENDS, PAVEMENT MARKINGS, RAISED 190,000 SF �� " $ MOO MARKERS, LOOP DETECTORS AND FABRIC), PREPARE COLDMILLED AREA FOR ASPHALT APPLICATION, INCLUDING CRACK SEALING, Work Area 1. (Applicable to Plan CONSTRUCT LEVELING COURSE CONSISTING OF %S Sheet 2, work on Las 2, ASPHALT CONCRETE -TYPE B -PG 70-10(1.50' 11800 TONS S $ W-D&O Tunas Drive) THICKNESS), WORK ON LAS TUNASBLFROM WEST CITY LIMIT TO CONSTRUCT WEARING COURSE CONSISTING OF SULTANA AVE 3. ASPHALT CONCRETE, TYPE C2 -PG 70.10 2.50' 3,000 TONS $Z 8275000 THICKNESS), 4 E, STORE (INSTALL) TRAFFIC LOOP DETECTOR (TYPE 13 EA $'-AES 5. TRAFFIC CONTROL i LS $ 35� $ 3S87N COLD MILL UP TO 2' EXISTING ASPHALT PAVEMENT (INCLUDING REMOVAL OF ALL EXISTING STRIPING, 64 LEGENDS, PAVEMENT MARKINGS, RAISED 5,000 SF $*qq_ $ 2YS0 PAVEMENT MARKERS), PREPARE COLDMILLED AREA FOR ASPHALT APPLICATION, INCLUDING CRACK Work Area 2. SEALING OF CULVERT AND AC BASE, (Applicable to Plan Sheet 2, work on Rosemead BI, north 7. INSTALL PAVEMENT FABRIC(MARAFI MFK OR EQUAL) 21000 SF $ •�0 S %SOD leg) WORK ON NORTH 8 CONSTRUCT WEARING COURSEASPHALT 70 TONS $ 75' SIDE OF ROSEMEAD CONCRETE TYPE C2 -PG 70-10. BLFORPAVEMENT REPLACEMENT MEDIAN ISLAND REMOVALAND RELEVANT WORK, OVER EXISTING INCLUDING PAVEMENT RECONSTRUCTION, CULVERT 9, LANDSCAPE REMOVAL AND REPAIRS TO IRRIGATION, 1 LS $20000 $20000 RECONSTRUCTING NEW MEDIAN NOSE AND ANY OTHER RELEVANT WORK AS NECESSARY, 10, TRAFFIC CONTROL 1 LS $5000 g 5cc>e� INSTALL NEW STRIPING, LEGENDS, PAVEMENT INABOVEAREAS 11, MARKINGS, RAISED PAVEMENT MARKERS IN ABOVE AREAS PER EXISTING CONDITIONS (STRIPING IS 1 LS $ 3000 $ 13co0 SHOWN ON THE PLANS PER GOOGLE AERIALS, WHICH WILL BE THE BASIS OF NEW STRIPING), Page: C.2 as Tunes Blvd Pavement Rehabil0e$on, Phase I From West City Limit to Sultana Ave, City Project ID: P2OO5 Addendum Document Control Page 5 of5 REVISED BID SCHEDULE PER ADENDUM t In the wse LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I, FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: P•2OO5 City of Temple City LOCATION BID ITEM NO. AND DESCRIPTION QUANTITY UNIT PRICE TOTAL COST ALL WORK ASSOCIATED WITH CROSSWALK RELOCATION THAT INCLUDES CURB RAMP REMOVAL Work Area (APDOo Plan 12 AND CONSTRUCTION, SIGN REMOVAL AND 1 LS S20L00 $ 20000 INSTALLATION, MARKING B STRIPING REMOVAL AND mdeal .i Sheet 3. INSTALLATION AT TEMPLE CITY HIGHSCHOOL AT CRY Tempts y HS at LEMON AVE AND TRELAWNEY AVE. lemonAAve and TrelmneyAve) CONSTRUCT 2 POLE SYSTEM DOUBLE SIDED SOLAR - CROSSWALK POWERED RECTANGULAR FLASHING BEACON WITH RELOCATION, ADA DOUBLE SIDED LED BLINKING SCHOOL CROSSING ANDRRFBWORK 13. ASSEMBLY, SIGN Si -1, AND DOWNWARD ARROW 1 PAIR 331000 S 3/Ooo ATTEMPLECRY AT TEMPLE ECITY SIGN, Wt6.7P INCLUDING PEDESTRIAN PUSH HSCHOOLAT BUTTON, TYPE I,A POLEAND FOUNDATION PER IE AND DETAIL HEREON. TRELAWNEYAVE 14. TRAFFICCONTROL t LS $ 60p0 S 6600 ADJUST SEWERAND STORM DRAIN MANHOLE COVERTO GRADE, THIS ITEM WILL ONLY PAY IFTHE 15 WORK IS PERFORMED BY THE CONTRACTOR .IFTHE it EA S J100 $ WORK IS PERFORMED BY THE OWNER OF A MIANHOLEAND MANHOLE (UTILITY OWNER) NO PAYMENT WILL MADE VALVE TO THE CONTRACTOR, ADJUSTMENTS ADJUST VALVE COVER TO GRADE. THIS REM WILL ONLY PAY IF THE WORK IS PERFORMED BY THE lgrCoo 16, CONTRACTOR, IF THE WORK IS PERFORMED BY THE 24 EA $ ,SCJ $ OWNER OF A VALVE (UTILITY OWNER) NO PAYMENT WILL MADE TO THE CONTRACTOR CITY ALLOWANCE FOR MISC. PCC THIS IS A CITY ESTABLISHED ALLOWANCE FOR MISC. SIDEWALK REPAIRS 77 PCC SIDEWALK REPAIRS IF SUCH WORK IS 1 LS $25,000.00 $25,000.00 IF SUCH WORK IS APPROVED BY THE CRY. THIS AMOUNT MAY ONLY APPROVEDBYTHE BE USED AT CnTS DISCRETION. CITY TOTAL BID AMOUNT (Total of all Bid Items above) of discrepancies, total bid will be based on calculated amounts based on quantities and Unit Bid Amounts. The bid prices shall Include any and all costs, including 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. All other work Items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included In various bid Items and costs as applicable and as necessary. Note: Mobilization and demobilization is assumed to be part of various bid items. 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 maybe 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 compensation under the contract will be based upon the actual quantities of work satisfactorily completed. Bidder shall provide a bid amount for each bid Item listed below, Failure to provide a bid for each bid item shall render the bid non-respons Page: C.3 CHNOFTEATLECITY BIDDINOAND COMMCT DOCUMENTS, PUNS AND SPECIFICATIONS b IAS 7UNAS BLVD PAVEMM RENABIUTATION, PHASE I FROM WEST CITY NMT TO SULTANA AVE; CITYPROJECTID P" DESIGNATION OF SUBCONTRACTORS Da .Jwury3g2020 Dacunml C0 "IPNQ 170110/ BIDDER proposes to subcontract certain portions of the work which are in excess of one-half Of one percent of the bid and to procure materials and eauioment from suooliers and vendors as follows: Name, address, and phone number pf subcontractors, suppliers, and vendors Work to be Performed Contractor's License t1 DIR k Dollar Amount �; #oe 17 e.Jnnen. ktw"164CA 92SoZ 4'5'1-682 f Hey S�^rpf / ryq 901122 00 Od 11 750 $ /7`V5-0 C I;n9throrlroFetsienal iMobz. An 7 Ave Bi49 "A4en tc Mg17 N8 ee 7ra•� L�j� 7e3eo'7 1 0bcJ7 Ec $_.?7375`( G26- 810-133$ S S S S S S $ Total Subcontract Amount (shall not exceed 49% of Total Bid Amount) $ 5120y 610DER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PgGES IN SECTION "C. BIDDER'S PROPOSAL" BIDDING ANDCOCItt FROM DPNOITY UMOTOSULTA TB,PLANSAND U10:OATON9(a USTUNAS BLVD PAVEMENT REHABILITATION, PHASE FflOM YRST ClttlIMT TO SULTAN AVE; CITY Y PflOIECT ID: PHOS REFERENCES DA:Jamay98 XX OmmenlC 1191pvd 18M IN The City of Temple City is Interested in obtaining bids from the most qualified and capable contractors with a proven track record able to perform work desired by the Public Works Department. Any and all references required to be provided by the bid specifications must be for projects constructed by the bidding company; references for other projects performed by principals or other individuals 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 vears. Reference Contact information Reference Project Contract Date Name Value Com leted Agency Name: City of Simi Valley Simi Valley Minor Street Contact Name and Title: Sarah Sheshebor Rehabilitaiton $510,124,2 08/2019 Contact Tel No:805-583-6792 Agency Name: City of San Clemente Street Rehabilitation Contact Name and Title: for S. Avenue $384.055.00 10/2019 Darra Koger LA Esperanza Contact Tel No:949-361-3138 Agency Name:City of Lake Elsinore SB -1 Lincoln Street Pavement Rehabilitation $833,3so.o0 10/2019 Contact Name and Title: Nicole McCalmont Contact Tel No:951-674-3124 BONDS The following are the names, addresses, and telephone numbers for all brokers and sureties from whom eidderintendsto procure insurance hoods: Broker/ Surety: Fidelity and Deposit Company of Maryland 777 Figueroa St Los Angeles CA, 90017 213-270-0600 Insurance: Edgewood Partner's Insurance Center 3633 Inland Empire Bivd. Suite 640 Ontario, CA. 91764 909-919-7513 SITE INSPECTION The Bidder declares that he/she has carefully read and examined the plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who Inspected the site and date below) and that he/she understands the exact scope ofthe Project WITHOUT QUESTION, Name of Person who inspected the site: Maurice Ramirez Date of Inspection: 2/19/2020 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGGS IN SECTION "C. BIDDER'S PROPOSAL" 2019 PAST WORK REFERENCES City of Simi Valley 2929 Tapo Canyon Rd. Simi Valley, CA•93063 Contact: Sarah Sheshebor (805)583-6792 ssheshebOsimivallev.ora County of Ventura 501 Poli Street Ventura, CA 93001 Contact: Christopher Solis (805) 654-2054 chris.solis@ventura.ora City of Stanton 7800 Katella Avenue Stanton, CA. 90680 Contact: Guillermo Perez (714) 8904204 gperez(cD.ci.stantomca.us City of Compton 205 S. Willowbrook Avenue Compton, CA. 90220 Contact: John Strictland (310) 605-5505 jstrictlandOcomotoncitv.ora City of San Clemente 910 Calle Negocio San Clemente, CA. 92673 Contact: Darra Koger (949) 361-3138 koaerD(&san-clemente.ora City of South Gate 8650 California Avenue South Gate, CA, 90280 Contact: John Rico (323) 563-9594 jrico(asoaate.org Simi Valley Minor Street Rehabilitation ContractAmount: $510,124.25 Start Date: 07/2019 End Date: 08/2019 Yerba Buena Area Resurfacing Project Contract Amount: $3,919,808.95 Start Date: 06/2019 End Date: 12/2019 2019 Citywide Street Resurfacing Contract Amount: $1,206,869.00 Start Date: 10/2019 End Date: 12/2019 Road Repair Service (Pothole Repair) ContractAmount: $1,019,100.00 Start Date: 08/2019 End Date: 11/2019 Street Rehabilitation for S. Avenue to Esperanza Contract Amount: $384,055.00 Start Date: 09/2019 End Date: 10/2019 Circle Park Driveway Project Contract Amount: $268,576.00 Start Date: 06/2019 End Date: 09/2019 2019 PAST WORK REFERENCES Pardee Homes 1250 Corona Pointe Court, Ste. 600 Corona, CA. 92879 Contact: Nick Lasher (951) 4284442 nick.lasher(&Pardeehomes.com City of Fontana 8353 Sierra Avenue Fontana, CA. 92335 Contact: Kimberly Young (909) 3504632 kvoung(Wontana.orn DR Horton 2280 Wardlow Circle Ste, 100 Corona, CA. 92880 Contact: Keith Alex (951) 830-5872 kalex@drhorton.com City of Ontario 2201 Dupont Dr. #300 Irvine, CA. 92612 Contact: Kavous Emami (909) 628-6234 Irvine Community Development Company 550 Newport Center Dr. Ste, 550 B2 Newport Beach, CA. 92660 Contact: Mike Morse (949) 720-2560 City of Downey 11111 Brookshire Avenue Downey, CA. 90241 Contact: Desi Gutierrez, (562) 904-7110 dcutierrOdownevca.orn Railroad Canyon Widening Contract Amount: $5,062,746.00 Start Date: 11/2018 End Time: 08/2019 Citrus Avenue Improvements Contract Amount: $502,730.00 Start Date: 08/2018 End Date: 10/2019 Singiton Road ContractAmount: $1,684,000.00 Start Date: 07/2018 End Date: 12/2019 Eucalyptus Street Improvements ComractAmount: $1,580,580.00 Start Date: 3/2018 End Date: 10/2019 Portola Springs PA -6 Enclave 5B Phase1, 2 Contract Amount: $2,055,055.00 Start Date: 09/2018 End Date: 12/2019 FY 18/19 Slurry Seal Project Contract Amount: $313,425.87 Start Date: 06/2019 End Date: 12/2019 2019 PAST WORK REFERENCES City of Chino PO Box 667 Chino, CA. 91708 Contact: Dustin Postovoit (909) 334-3415 aoostovoit0.citvofchlno.ora City of Lancaster 44933 Fern Avenue Lancaster, CA, 93534 Contact: Greg Wilson (661) 570-8003 owilsonOcitvoflancasterca.org City of Colton 650 N. La Cadena Dr. Colton, CA. 92324 Contact: Victor Ortiz (909) 370-5099 vortizOcoltonca.aov City of Cathedral City 68700 Ave Lalo Guerrero Cathedral City, CA. 92234 Contact: John A. Corella (760) 770-0349 icorellaftathedralcity.gov City of San Clemente 910 Celle Negocio San Clemente, CA. 92673 Contact: Gary Voborsky (949) 361-6132 voborskva('1a san-clemente.org County of Orange 300 N. Flower Street Santa Ana, CA, 92703 Contact: Stephen Clayton (714)955-0206 Stephen clavtonO.)ocpw ocaov com Slurry Seai Maintenance Work Contract Amount: $372,805.00 Start Date: 1/2019 End Date: 12/2019 2018 Pavement Management Program Contract Amount: $2,720,103.65 Start Date: 3/2019 End Date: 12/2019 FY 1 B-19 Asphalt Paving Project Contract Amount: $1,377,700.00 Start Date: 3/2019 End Date: 11/2019 Ortega Road Widening Contract Amount: $459,998.00 Start Date: 2/2019 End Date: 12/2019 Arterial Street Pavement Maintenance Contract Amount: $1,187,187.00 Start Date: 3/2019 End Date: 7/2019 JOC Pavement Maintenance Contract Amount: $4,500,000 Start Date: 07/2019 End Date: 10/2019 2019 PAST WORK REFERENCES City of Lake Elsinore S&1 Lincoln St Pavement Rehabilitation 130 S. Main Street Contact Amount: $833,360.00 Lake Elsinore, CA. 92530 Start Date: 6/2019 Contact: Nicole McCalmont (951) 674-3124 End Date: 10/2019 nmcalmont011ake-eisinore.ora . City of Inglewood North La Brea Avenue One W. Manchester Blvd Contract Amount: $4,540,992.20 Inglew000d, CA. 90301 Start Date: 11/2018 Contact: Lea Reis (323) 2604703 End Date: 12/2019 Ireis(Mkoacora.com PAST WORK REFERENCES 20.18 City of.Moreno Valley 14177 Frederick St. P.O. Box 88005 Moreno Valley, CA 92552. Contact: Henry Ngo, P.G., (951) 413-3106 )lenryo@1110val.org City of Aliso Viejo 12 Journey Street Ste #100 Aliso Viejo, CA 92656 Contact: Mati Shakir, (949) 425-2556 6Ishakir a cf3,yofaiisoviejo.conl City of Laguna Niguel 301 I 1 Crown Valley Parkway Laguna Niguel, CA 92677 Contact: Frank Borges, (949) 6324300 FBarees �cityoflapunani tetel.org City of Jurupa Valley 8304 Limonite Avenue Suite M Jurupa Valley, CA 92509 Contact: Chase Keys, (951) 3324464 ckeysa jurupavalley.org City of frvindale 5050 N. Irwindale Avenue lrvindale, CA 91706 Contact: Richard Corpis, (626) 430-2200 rcoroisni rwindafeCA • eov County of Los Angeles P.O. Box 750$ Alhambra, CA 91802 Contact: Hoda Hassan, (626) 458-3144 H HASSANtadnw.lacounty.eov Allessandro Blvd. Street Improvements at Chogall Court and Graham Street Contract Amount: $445,821.50 Start: 05/2018 Cotiiplete: 11/2018 Aliso Creek and Road Rehab Contract Amount: $657,770.00 Start; 05/2018 Complete: 10/2018 FY 17-18 Alicia Parkwey.Arterlal Pavement Rehab Contract Amount: $2,211,700.00 Start: 08/2018 Complete: 11/2018 Van Buren Blvd. Pavement Rohab PH2 Contract Amount: $781,845.00 Start: 08/2018 Complete; 09/2018 Irwindale 2017-2018 Resurfacing Project Contract Amount: $285,503.10 Start: 67/201.8 Complete: 08/2018 Pine Canyon Road Contract Amount: $3,288;999.00 Start; 06/2018 Complete: 11/2018 PAST WORK REFERENCES 2018 LYOV Rolling Hills Estates 4045 Palos Verdes Drive Rolling Hills Estates, CA 90274 Contact: Scott Gibson (909) 210-0548 gibcoitr7i hrgreen.com City of Huntington Beach 2000 Main Street Huntingtcti Beach, CA 92648 Contact: Jim Escutia (714) 536-5525 jeseutiaalsurfcity-hb.org City. of.Fontana 8353 Sierra Avenue Fontana, CA 92335 Contact: Jazmine Pena (909) 350-6648 jitena@Fontana.or City of Lake Forest 25550 Commercentre Drive Lake Forest, CA 92630 Contact: Taylor Abernathy, (949) 461-3490 tabernathval ake forestea. pv City of La Qttinta 74-495 Calle Tampico La Quinta, CA 92253 UuavonC a-: 1• or City of Canyon Lake 31516 Railroad Canyon Road Canyon Lake, CA 92587 Contact: Kenneth Bailey, (951) 244-2955 kennethbaileyt<ele liKofessionals.com 2017-18 Street Resurfacing Project Contract Amount: $1,203,292.50 Start: 03/2018 Finish: 09/2018 Heil and Main Street Contract Amount: $2,285,562.00 Start: 11/2017 Finish: 06/2018 Valley Blvd. Median Improvement Project Contract Amount: $164,715.00 Start: 03/2018 Finish: 05/2018 Bake Parkway at Trabuco Road Contract Amount: $121,621.00 Start: 02/2018 Finish: 06/2018 Contact: Ubaldo Ayolt Jr., (760)777-7051 FY 16-17 Phase 2 Deselt Club Contract amount: $697,474.76 Starvdate: 06/2017 Finish date 12/2017 Slurry Seal FY 2017-2018 Railroad Canyon! Canyon Lake Drive Contract amount: $263,241.63 Start date: 03/2018 Finish date: 1212018 PAST WORK REFERENCES 2018 City of Newport Beach West Coast Highway Landscape Improvements, 100 Civic Center Drive Phase I, Contract No. 7189-I Newport Beach, CA 92660 Contract amount: $604,284.50 Contact: Alfred Castanon, (949) 644-3314 Start date: 06/2018 jaCastanonnewa6rtbeachca.eov_ Finish date: 11/2018 Town ofApple Valley 14955 Dale Evans Parkway Apple Valley, CA 92307 Contact: Rich Berger, (760) 240-7000 est 7530 rber er aapplevallev.orc City of Indian Wells 44-950 Eldorado Drive Indian Wells, CA 92210 Contacts Ken A. Seumalo, P.E•, (760) 346-2489 kseumalonlnd ian Wells.com Navajo Road Rehabilitation Contractamount: $849;182,00 Start date: 07/2017 Finish date: 12/2017 Cook Street Rubberized Pavement Overlay Contract amount: $599,599.59 Start date: 05/2018 Finish date: 12/2018 PAST WORK Khr K NCES 2017 City of Rancho Cucamonga 10500 Civic Center Drive Rancho Cucamonga, CA 91730 Contact: Romeo David, (909)477-2740 Romeo.David n cityofrc•u City Of Temecula 41000 Main Street Temecula, CA 92590 Contact: William Becerra, (951)694-6444 \Nill.becerra @ temecula.aov Town Of Apple Valley 14955 Dale Evans Pkwy Apple Valley, CA 92307 Contact: Rich Berger, (760)240-7000 rbereer .@pplevalley.or2 City Of Victorville 14343 Civic Dr. Victorville, CA 92392 Contact: Carlos Seanez, (760)955.5162 :sea nez@ victorvi II eca.g_ov_ City Of Santee 1D601 Magnolia Ave Building 4 Santee, CA 92071 Contact: Toby M. Espinola, P.E., (619)258-4100 tobvespinola @cityofsanteeca.2ov Base Line Rd. Pavement (telwb. Contract Amount: $1,130,470 Start: 05/2017 Completed: 07/2017 Margarita Road Pavement Rehab Contract Amount: $2,577,770 Start: 05/2017 Completed: 11/2017 Nayajo Road Rehabilitation Contract Amount: $849,182 Start: 08/2017 Completed: 11/2017 Water Warehouse tl1 Paving Project Contract Amount: $251,008 Start Date: 04/2017 Completed: 06/2017 Citywide Slurry Seal &Roadway Maintenance 2017 Contract Amount: $285,061.90 Start: 06/2017 Completed: 10/2017 PAST WORK REFERENCES 2017 City Of Yucaipa 34272 Yucaipa Blvd. Yucaipa, CA 92399 Contact: John Larose, (909)797-2489 J larose@yucaipa.Org City Of West Covina Eclipse Way & Jennifer PI West :Covina, CA 91.792 Contact: Hany Demitri, (626)939-8445 Iia ny. De mit ri @ westcoyi na.gov 2015-2016 Micro -Surfacing Program Project No.11043 Contract Amount: $252,379.06 Start: 07/2017 Completed: 08/2017 Residential Street Rehabilitation SP 17038 Contract Amount: $469,960.70 Start: 05/01/17 Completed: 06/09/2017 City Of Highland 2015-16 CD9G Streets Pavement McKinley Ave & 911 St Improvements San Bernardino, CA 92410 Contract Amount, $823,389.68 Contact Name: Carlos Zamano, (909)864-8732 Start: 06/05/17 czamano@clWofhighland.org Completed: 10/13/17 County Of Riverside 2950 Washington Street Riverside, CA 92504 Contact Name: Justin Robbins, (951)955-6885 JROBBINS@rctlma.ore City 0f Palm Springs 3400 E. Tahquitz Cyn Way Ste 1 Palm Springs, CA 92262 Contact Name: Robert Denning, (541)324-7321 Robert.dennins@aecom.com Gilman Springs Contract Amount: $1,662,671.20 Start: 11/2016 Completed: 08/2017 Taxiway J Rehabilitation Contract Amount: $291,482.99 Sta rt: 09/2017 Completed: 10/2017 PAST WORK REFERENCES 2016 City of Riverside 2014/2015 Preservation and Maintenance 3900 Main St. Contract Amount: $3,400,725.00 Riverside, CA 92501 Start: 01/2016 Contact: Steve Howard, (951)826-5708 Completed: 06/2016 City of Rancho Santa Margarita 2212 EI Paseo Rancho Santa Margarita, CA 9.2656 Contact: Max Maxirnous, (949)635-1800 City of Diamond Bar 21810 Copley Drive Diamond Bar, CA 91765 Contact: Kimberly Young, (909) 839.7044 City of Bell 6330 Pine Avenue Bell, CA 90201 Contact: Dahl Kim, (323)923-2628 Department of Transportation 72-800 binah Sliore Dr. Ste. 104 105 Palm Desert, CA 92211 Contnct: Khoi Vu, (951) 232-6263 Department of Trnnspottation 3251 '/e UniverslU• Dr. Trailer No. 2 Irvine, CA 92672 Contact: Peter Shieh, (949)279-8636 Cily of Victorville 14343 Civic Diive Victorville, CA 92392 Contact: Bruce Miller, (760) 269-0045 Annual Residential Overlay Con tract Amount: $245,190.00 Start: 01/2016 Completed: 09/2016 GrBttd Ave. Beautification ProjeG Contract Amount: $1,939,000.00 Start: 08/2015 Completed: 05/2016 Florence Avenue Overlay Contract Amount: $643,000.00 Start: 04/2014 Completed: 09/2016 Route 111, Contract No. 08-IC4604 Contract: $1,536,207.00 Start; 04/2016 Completed: 09/2016 Route 73, Contract No. 12 -OM 1104 Contract Amount: $1,545,163.00 Star(: 4/2015 Comple(ed: 07/2016 Bear Valley Road Reconstruction Contract Amount $2,611,215.00 Start: 04/2016 Completed: 07/2016 PAST WORK REFERENCES 2016 City of Perris 4a' Street Improvement Project 101 N. D Street Contract Amount: $545,680,00 Perris, CA 92570 Start Date: 03/2016 Contact: Brad Brophy, (951)943-6504 Completed: 07/2016 City of Palos Verdes Estates 340 Palos Verdes Drive West Palos Verdes Estates, CA 90274 Contact: Ken Rukavina,(310)378-0383 City of Newport Beach I00 Civic Center Drive Newport Beach, CA 92660 Contact: Alfred Castanon, (949)644-3314 City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Contact: Frank Tran, (949)644-3340 City of Aliso Viejo 12 Journey, Suite 100 Aliso Viejo, CA 92656 Contact: Chris Tanio, (949)425-2531 FY IS -IG St. Resurfacing &Slurry Seal Project Contract Amount: $876,455.00 Start: 11/2015 Completed: 06/2016 Corona Del Mar Entry Improvements Contract Amount:. $497,497.00 Start Date: 02/2016 Completed: 05/2016 Cameo Shores Pavement ReconstruoCiwt Contract Amount: $3,363,363.00 Start Date: 06/2016 Completed: 12/2016 Pacific Park Rehab. :Chase to 73 Fwv Contract Amount: $633,633.00 Start Date: 10/2016 Completed: 12/2016 PAST WORK REFERENCES 2015 City of Hawthorne Hawthrone Blvd Reconstruction 4455 W, 1.62114 Street Contract Amount: $121579,000.00 Hawthorne, CA 90250 Start: 4/2014 Contact: Heecheol Kwon, (310) 349-2980 Completed: 5/2015 City of Inglewood One Manchester Blvd, 3" Floor Inglewood, CA 90301 Contact; Hunter Nguyen, (310) 4124252 County of Ventura 800 S. Victoria Ave Ventura: CA 93009 Contact: Jeewoone Kim, (805) 654-3987 City of Montr"lair 51 I I Benito Street Ivlontc]air, CA 91763 Contact: Steve Stanton, (909) 625-9444 Riverside County Trfutsportation Commission 40801.emon Street, 3"t Floor Riverside, CA 92501 Conlact: Bill Seitz, (949) 300-9132 City ofRiverside' 3900 Main Street Riverside, CA, 92501 Contact: Steve Howard, (951) 826-5708 Long Beach United School District 2201 E. Market Street Long Beach, CA 92805 Contact: Nancy Chinchilla, (562) 997-7513 Florence Ave Contract Amount: $2,639,000.00 Start: 4/2015 Completed: 10/2015 Pavement Resurfacing, Phttse II Contract Amount: $2,4011970.00 St irt: 4/2.015. Completed: 10/2015 Northeast Montdlair Street Rehabilitation Contract Amount: $514,150.00 Start: 4/2015 Completed: 7/201`5 Route 74 Widening Contract. X1,970;004:00 Siait: 4/2014 Completed: 7/2015 2014/IS Arterial Streets Conh•nct Amount: $1,683,076.00 Start: 4/2015 Completed: 9/2015 Gar!'ield }'elementary School Pavement Contract Amount: $1,976,508.00 Start: 6/2015 Completed: 11/2015 CITY OF TEMPLE CRY BIDDINOANDOONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS W IAS TUNAS BLVD PAVEM ENTREHABILITATION,PHASE I Bab: Januay SD, 20A FROM WEST CITY LIMIT TO SULTANA AVE; CITY PROJECT EX. P200S DaaoneMConeol Page 10 o/ 104 ADDENDA ACKNOW LEDGMENT The Bidder acknowledges receipt of the following Addenda and has Included their provisions in this Proposal: Addendum Dated Z 4&1MbZb Addendum No. Dated Addendum No. Addendum Dated EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, Site, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER declares that the only persons or parties Interested in this proposal as principals are those named herein: that no officer, agent, or employee of the City of Temple Clty is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. BIDD[R SHALL COMPLETE AND SURMIT ALL DOCUMENTS AND PAGES IN SECTION "C. 6IDDER'S PROPOSAL" 1 ALL AMERICAN -ASPHALT- , AN EOJJAl 01TORPUNIIY EMPLOYER ALL AMERICAN ASPHALT AL1, AMERICAN AGGREGATES 1 51 m 16 F951.739-4671 P.U. 11OX 2229. C(iItONA. CA 92878-2229 EEO -•-AFFIRMATIVE ACTION -PROGRAM -BASIC POLICY TO ALL AMERICAN ASPHALT PERSONNEL: CONrMCTo0.5 LICINSE M2G7073 A,C I2 LAILM1000001031 ITIS THE STATED POLICY OF ALL AMERICAN ASPHALT THAT ALL EMPLOYEES AND APPLICANTS SHALL RECEIVE EQUAL CONSIDERATION AND TREATMENT. ALL RECRUITMENT, HIRING, PLACEMENT, TRANSFER AND PROMOTIONS WILL BE ON THE BASIS OF QUALIFICATIONS OF THE INDIVIDUAL FOR THE POSITION BEING FILLED WITHOUT REGARD TO RACE, RELIGION, COLOR, NATIONAL ORIGIN, AGE, SEX OR PHYSICAL HANDICAP, ALL OTHER PERSONNEL ACTIONS, SUCH AS COMPENSATION, BENEFITS, LAYOFFS, RETURN FROM'LAYOFF, TERMINATION'S, TRAINING AND SOCIAL AND RECREATIONAL PROGRAMS ARE ADMINISTERED WITHOUT REGARD TO RACE, RELIGION, COLOR, NATIONAL ORIGIN, AGE, SEX,SEXUAL ORIENTATION, MARITAL STATUS, NATIONAL ORIGIN, ANCESTRY, DISABILITY (MENTAL AND PHYSICAL, INCLUDING HIV AND AIDS), MEDICAL CONDITION (CANCER AND GENETIC CHARACTERISTICS), AND/OR AGE (40 AND OVER), EC]UAL OPPORTUNITY !S A CONTINUING EFFORT ANp REQUIRES THE FULL SUPPORT OF ALL OF US TO ENSURE THE DEVELOPMENT OF OUR MINORITY AND FEMALE EMPLOYEES. EACH POSSIBILITY TO HIRE OR PROMOTE SHOULD BE VIEWED AS AN OPPORTUNITY TOWARD OUR GOAL OF A FULLER UTILIZATION OF OUR MINORITY AND FEMALE EMPLOYEES, EACH MANAGER WILL COMMUNICATE TO EMPLOYEES THAT OUR COMMITMENT TO AN AFFIRMATIVE ACTION PROGRAM IS REAL, IS SUPPORTED BY OUR COMPANY, AND HAS A HI GH PRIORITY, WE ENCOURAGE ALL OF OUR EMPLYEES TO PARTICIPATE IN THIS EFFORT BY ENCOURAGING MINORITIES AND FEMALES TO APPLY FOR EMPLOYMENT AND TO SEEK PROMOTIONS, FOR ASSISTANCE IN THE EQUAL OPPORTUNITY PROGRAM, MANAGERS AND EMPLOYEES SHOULD CONTACT MARK LUER, EEO COORDINATOR. HE HAS THE SPECIFIC RESPONSIBILITIES TO MONITOR AND ASSESS THE PROGRESS FOR OUR EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION PROGRAMS, MARK LUER President February 13, 2015 Oh W 1"NHUTf E _'C'f, A',:!CC}'t'n3:.I C y:, OKYI S PLOTS A4:; S;ECIrr_A I F LIS ILY 5 i.VD PAU_I,EM1�j FEW9',iTATPM FII&SE i RaonSF, n:w:r ro r. n.RL AYE CITY FROX tm FAoC! BIDDER INFORMATION Bidder's Name: All American Asphalt and/or fict(tious Address: 400 E Sixth Street, Corona, CA. 92879 this proposal are as follows: Form of Legal Entity (i.e., individual, partnership, corporation, etc.) Corporation If a Corporation, State of Incorporation (i.e,, Calif,) California State Contractor's License No. and Class 267073 Class: A, CA2 DIR Registration No.: (Also provide DIR No's for subcontractors as separate attachment) 1000001051 Contact Person Information: Name Title E -mall Tel Edward J. Carlson Vice President pUbhcwI h allamericam It 951-7364600 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: Mark Luer, President 400 East Sixth Street, Corona, CA 92879 951.738-7600 Edward J. Carlson, Vice President 400 East Sixth Street, Carona, CA 92879 951-736-7600 Michael Farkas, Secretary 400 East Sixth Street, Corona, CA 92879 951-736-7600 The date(s) of any voluntary or involuntary bankruptcy judgements against any principal having an Interest iIn this proposal are as follows: 1►14 Ali current and prior DBA'S, alias, and/or fict(tious business names for any principal having an interest In this proposal are as follows: the following information: Previous contract performance history: 1. Was any contract terminated previous ly:N/A If the answer to the above is "yes'; provide the following information: Contract/project name and number: NIA Date of termination: Reason for termination: Owner's name: Owner contact person and tel, no.: 2. In the past ten years have BIDDER SHALL COMPLETE AND SUBMIT you filed a claim for money against any public entity? If the answer to the above is 'yes', provide the following information: ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Contract/project name and number; NIA Date of filing claim: Reason for filing claim: Owners name: Owner contact person and tel. no.: 3. In the past ten years have you been a party to legal action by or against a public entity arising out of the performance of a public works contract? If the answer to the above is "yes' provide the following information: Contract/project name and number: NIA Date of commencement of litigation: Reason for litigation: Owners name: Owner contact person and tel. no.: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the na s, titles, hands, and seals of all aforementioned principals this 2&rf day of February 20T Zp2t All American Secretary Carlson, Vice Pres(tlenl Subscribed and sworn to this _ t>�y/ , 201_. NOTARY Pl18LlC FtIDDER SNALL COMPLETE A D SUBMIT ALL DDCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" CALIFORNIA ALLoPURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracy, or vmlidily of that document. State of California County of Riverside on February 28.2020 before me, Kenona Naza3•i. Notary Public , Date Here Insed name and Tale or the OH r personally appeared Edward J. Carlson and Michael Farkas Nome(s) of Signerfs) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that heFshe/they executed the same in hls/hedtheir authorized capacity(tes), and that by his/her/their signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. KENONA NA'A j ^ Notary Public • CalNornla Riverside county � i certify under PENALTY OF PERJURY under the laws of the Stale of Commission M 2318601 California that the forgoing paragraph Is true and correct. 1 41t"� My Comm, Expires Jan 10, 2024 WITNESS my hand ansdpfficlk seal. Signature Place Notary seal Above Signature of ary Public OPTIONAL Though the Information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bidder's Inforfnation, Temple City Document Date: February 28, 2020 Number of Pages: 2 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signers Name: Edward J. Carlson o Individual X Corporate Officer—Title(s): Vice President ❑ Partner ❑ ❑ Limited o General o Attorney In Fact ❑Trustee ❑ torney in Fact Other: Signer is Representing: Signers Name: Michael Farkas ❑ Individual X Corporate Officer—Title(s): Secretary o Partner I n Limited o General R ❑At ❑Trustee ❑ Other: Signer is CNYOFTEWLECITY ROOM AND CONTRACT DOCUAANTS, PLANS ANDSPECIFICATIONS Iv1ASTUNAS BLVD PAVEMENTREHABUTARON, PHASE Ogle:JmuaF58, NID FROMWEST CITY UMT TO SULTANA AVE: CITY PROJECT IO: P2M Co ntCmYo1Pno22o11D4 Department of Industrial Relations (DIR) Contractor Registration Number Beginning July 1, 2014, contractors must register with the Department of Industrial Relations (DIR) before bidding on public works contracts in California. For more information, please refer to this section of the Department of Industrial Relations Website: http://www,dir.ca.gov/Public-Works/PublicWorks.htmll Per this requirement, provide the following information: All American AsphaR Contractor Name 1000001051 Contractor Department of Industrial Relations Registration Number: 6/30/2020 Expiration Date of Registration Number *(THIS FORM MUST BE SUBMITTED WITH THE SEALED BID)* BIDO[R SHAH CO MPLfTE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. DIDDEN'S PROPOSAL" '' Registrations !f Contractor Information Legal EntNy Neme corpanuon arlwa l00000msl 07/01119 06/30130 P090%2229 CORONA 92a7BGUnitad atatd arAmeMa 400 ESL%ni Sr CORONA 92B]9GUnited atatdarAmedra pu0llcwa W ®eliemedrendpaelt.mm Lkanee Numbr(el CalB:26]073. Legal Entity Information Corpo211an Entity Numb¢n Federal Employment ldendflcation Number. Presldenl Name: Vice President Name; treasurer Name: secretary Name: CEO Name: Agent o(Service Name: Agent o(Service Mailing Address: Worker's Compensation Page 1 of 2 sack to DIR» (httPs:/Awn9.dir,ce.0ovq _gym C0570879 952595043 MARK LUER EDWAROICARLSON MICHAEL FMKAS MICHAEL PARKAS MICHAEL PARKAS 400 E SIXTH Sr CORONA 92879 CA United States of America Oo you lease emptoyeeslhrough ProfesslanalEmployerOrgenbalion (PEO)7: No Please provide your current vrorkerbcampensalion Insurence inlarmallon belovr. PEO PEO PEO PEOlnfortnallonName Phone Ematl Insured by Canter Polity Hokter Name: �`�':;�,, ALL AMERICAN ASPHALT Insurence Cenler: � ZURICH AMERICAN INSUMNCECOMPANY Pollry Numben WC593208701 Inception date: 08103(18 Fxplretion Date: - 08/31/19 About DIR Yvho vre ere(hgps:INmw,dirca.govlaboutdlchtmq DIR Divisions, Boards 8 Commissions (hltpa:lAvvw.dir.p.gov/divislons_andyroprama.htrnl) Conted DIR(htlps:/Awnv.dir.ca.govlConlaclus.html) Work with Us Jobs el DIR(hgps•Jhw+w.dir.ca.govfdirJobs/dlrJobe.hRn) Licensing, regfaUatlons, ceNgcellons & permlla (htlps:lAvvAv.dlr.p.gov/permits•Itcenses•ceNgcatlons.hlmi) Required Notlggtlons (https•JNntW.dir.oa.gov/tloeh/Ftequired-NogRcatlons.htmq pubik RecoMs Requests (httpa•J/w.vw.dir.ca.govlp� requesl.hlml) Learn More Axeao al Idioms (http:lNnvw.dir.ca.gov/IBilinguaFServices•AcgdefauiLhuni) Frequently Asked Ouestlons(htlpsJAWM.dlr.ca.govllagalist.htmg SRe Map(hgps:/Avww.dlr.ea.gov/abemapfsgemap.hbnq htM¢•//roAir er>nnrn fnrro rnm/('notrartnrCaarr•h/rrnictrafinnCaarchilPtailc 12/2i/2�i 9 _STAfEwDucodhWCOARDACTIVE UCENSE % .- 01/31/2022 wwwcslb,ca.gov I kk CROMAN/RE:Rt FROY ANOL(YWIT TOdNNEYTS,E CIN JJECTIDCA11d150.v US TOM P1Vp P?h4'NEJIt PFJK9WLhiNN, F10APEI r, APN#y] Ju FRJNYffSi CIlYl411 t08VliNUAYE.C1TY VPpJECi IC M:ds Lban,nl fmwl vN* n M 1W Bid Bond No. 08597423 Bid Date: 02/26/2020 PROPOSAL GUARANTEE/BID BOND LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I, FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: 13-20.05 City of Temple City KNOW ALL MEN BYTHESE PRESENTS that All American Asphalt , as BIDDER, and Fidelity and Deposit Company of Maryland as SURETY, are held and firmly bound unto the City of Temple City, in the penal sum of Ten Percent of Total* dollars ($ 10% of Bid ), which is 10. percent of the total amount bid by BIDDER to the City of Temple City for the above stated project, forthe payment of which sum. BIDDER and SURETY agree to be bound, jointly and severally, firm by these presents. * Amount Bid THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to the City of Temple City for the above stated project, If said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER In the manner and time specified, then this obligation shall be null and void, otherwise It shall remain In full force and effect In favor of the City of Temple City, IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this 7th day of February, 2020 , 2817. BIDDER• All American Asphalt -400 East Sixth Street, Corona, CA 92879 Phone: SURETY' Fidelity and Deposit Company of Maryland - 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 David Wel (213) 270-0600 �R n� O 4P fh RyC A �Ail"C7'�n .h _ Rebecca Haas -Bates, Attorney -in -Fact *Provide BIDDER/SURETY name, address and telephone number and the name, title, address and telephone number for authorized representative. Subscribed and sworn to this _ day of 201_1 NOTARY PUBLIC: ** See Attached`* BIDDER SHALL COMPL EAN SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIODE 'S PROPOSAL" F CALIFORNIA ALLuPURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, find not the truthfulness, accurncv. or validity orthat document. State of California County of Riverside On February 28, 2020 before me, Kenona Nazari, Notary Public , Dale Here Insert name am! TWO of are Officer personally appeared Michael Farkas Nem,Wof Signer who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sheNhey executed the same in his/herNheir authorized capacity(ies), and that by his/her/the r signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. + KENONANA2ARI Notary Public California I certify under PENALTY OF PERJURY under the laws of the State of Riverside County California that the forgoing paragraph is true and correct. Commission M 2318601 al y Comm. Expires Jan 10, 2024 WITNESS my hand an al seal. Signature v Place Notary Seal Above Signature or V ary Public OPTIONAL Though the Information below Is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bid Bond City of Temple City Document Date: February 7, 2020 Number of Pages: 3 Signer(s) Other Than Named Above: Rebecca Haas -Bates Attorney -in -Fact Capacity(ies) Claimed by Signer(G) Signet s Name: Michael Farkas o Individual g Corporate Officer—Title(s): Corp, Secretary ❑Part neri ! o Limited o General ❑ Aitorney in Fact - ❑Trustee Tnv m n,n�,m Wore ❑ Other: Signer is Representing: Signets Name: Individual ❑ Corporate Officer—T ❑ Partner i ❑ Limited ❑ ❑Attorney in Fact ❑ Trustee ❑ Other: Representing: A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document, State of Cal(fomla ) County of Orange ) On 02/07/2020 before me, A. MacFarlane, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Namej's),ol SJgner� who proved to me on the basis of satisfactory evidence to be the. persons} whose name(s). Is/are subscribed to the within instrument and acknowledged to me that he/she/theft executed the same in hWher/their authorized capacity, and that by his(her/their signature] *on the instrument the person* or the entity upon behalf of which the persons) acted, executed the instrument, I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, WITNESS my hand and official seal. A,MACFAA ANE Notary Public - California 1 'SL's OrangeCounty Signature i Commisslon a 2189592 Signature of Notary Public p MyComm.Expires Mar27,2021 Place Notary Seal Above OPTIONAL Though this section Is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Att ached Document Title or Type of Document: Bid Bond 02/07/2020 Number of Pages: One(l) Signer(s) Document Date: Other Than Named Above: All American Asphalt Capacity(ias) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): El Partner — ❑ Limited ❑ General ❑ Individual [RAttomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other, Signer Is Representing: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY [WOW ALL MEN BY THESE PRESENTS:'17uat the Zl1RICH AMERtCAN MSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section S. ofthe By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in gull force and effect on the date hereof, do hereby nominate, constitute, and appoint William SYRKIN, Rebecca HAAS -BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine, California, EACH, its true and lawful agent and Attomeyin4act, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: say and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true wpy of Article V, Section 8, of the Bylaws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President hes hereunto subscribed hisAuer names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1 Ith day of June, A.D. 2019. L ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ;'� Bys.EaberlD:'dlivray Vlce 17residenJ, �GiX,IryL �'l>�v- By: Davin E Broir?t Sedretary Stale of Mrirylpud County ol'Bellimore On this 1 ith day of June, A.D. 2019, 6eforc the subscriber, a Notary Public of the State of Maryland, duly commissioned end qualified, Robert D. Murray, Vice President end Dewm E. Brows, Secretary of tha Companies, to me personally known to be the individuals end officers described in and who executed the preceding inammm4 and acknowledged the execution of same, and being by me duly sworn, deposeth end selth, that he/she is tha said oar of the Company aforesaid. and that the seals eRixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, l have hereunto set my hand and affixed my Official Seel the day and year first above writt en. l! /s `o INo_ F�. a Constance A. Dunn, Noun y Public kl'R11. My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the res u4 or any Executive Vice President or Vice President may, by written Instrument under the attested corporate seal, appoint attorneys -in -feet with authority to execute bonds, policies, recognixances, stipulations, undertakings, or other like instruments on behalf of the Company, and may author!= any officer or any such attomey-in-fact to of ix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or outhorityat any time." CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By - Laws of the Companies is still in farce. This Power of Attomey end Certificate may be signed by facsimile under end by authority of the following resolution of the Hoard of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signemre of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Anomey and Certificate may ba signed by facsimile under end by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seat of the company and facsimile or mechanicelty reproduced signature of any Vice -President, Secrotary, or Assistant Secmtary of the Company, whether made hemtofore or hemsfter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corpora te seals of the said Companies, this 7lh day of February , 2020 IA Dy: Hrian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Sure ty Claims 1299 Zurich Way Schaumburg, IL 60196-1056 wwwwww.re_portsfelaims(&zzurichna.com 8004264577 Bid Analysis, City of Temple City Las Tunas Blvd Pavement Rehabilitation, Phase I, From West Limit to Sultana Ave (P20-05) ATTACHMENT C Oocement Control Page 1 of 30 D:\Dropbox (Transtech Engineers)\IOBRECRD\2020\20001 TC PROPCANDTDA FUNDED REHAB PROIECT\WIP\9 BID ANALV515\O BID ANALYSISBID TABUTATIDN lOf7 1, BID TABULATION PROJECT NAME: LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I, FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: P-20.05 Apparent Low Bidder 1 Apparent Low Bidder 2 Apparent Low Bidder BID TABULATION All American Asphalt Sully Miller Contracting Hardy and Harper Inc Bid Item and Description 01y Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price COLD MILL 4" EXISTING ASPHALT PAVEMENT (INCLUDING REMOVAL OF ALL EXISTING STRIPING, LEGENDS, 1 PAVEMENT MARKINGS, RAISED PAVEMENT MARKERS, 190,000 SF $0.46 $871400.0( $0.50 $95,000.0 $0.49 $93,100.0 LOOP DETECTORS AND FABRIC), PREPARE COLOMILLED AREA FOR ASPHALT APPLICATION, INCLUDING CRACK SEALING. 2 CONSTRUCT LEVELING COURSE CONSISTING OF ASPHALT 14800 TONS $75.00 $1351000.0 $68.00 $1220400.0 $76.00 $136,800.0 CONCRETE -TYPE B -PG 70-10 (1.50'THICKNESS). it 3 CONSTRUCT WEARING COURSE CONSISTING OF ASPHALT 3 3,000 TONS $75.00 $2251000.0 $69.00 $207,000.a $76.00 $228,000.0 CONCRETE -TYPE C2 -PG 70-10 (2.50' THICKNESS). 4 RESTORE(INSTALL)TRAFFIC LOOP DETECTOR (TYPE E). 13 EA $305.00 $3,965.0 $37500 $4,875.0 $315.00 $4,095.0 5 TRAFFIC CONTROL 1 LS $35,879.00 $35,879.0 $63,425.00 $63P425.0C $47,425.00 $471425. COLD MILL UP TO 2' EXISTING ASPHALT PAVEMENT INCLUDING REMOVAL OF ALL EXISTING STRIPING, 6 LEGENDS, PAVEMENT MARKINGS, RAISED PAVEMENT 51000 SF $0.49 $2,450.0( $2.00 $101000.0( $2.10 $101500.0 MARKERS), PREPARE COLDMILLED AREA FOR ASPHALT APPLICATION, INCLUDING CRACK SEALING OF CULVERT AND AC BASE. 7 INSTALL PAVEMENT FABRIC (MARAFI MTK OR EQUAL) 21000 SF $0.90 $100.1) $1.25 $21500.0 $2.35 $4,700. a CONSTRUCT WEARING COURSE ASPHALT CONCRETE 8 70 TONS $75.00 $5,250.0 $200.00 $14,000.0 $150.00 $10,500.0 TYPE C2 -PG 70-10. 0 MEDIAN ISLAND REMOVAL AND RELEVANT WORK, INCLUDING PAVEMENT RECONSTRUCTION, LANDSCAPE 9 REMOVAL AND REPAIRS TO IRRIGATION, 1 ITS $20,000.00 $205000. $7,000.00 $7,000.0 $10,000.00 $100000.0 RECONSTRUCTING NEW MEDIAN NOSE AND ANY OTHER RELEVANT WORK AS NECESSARY. 10 TRAFFIC CONTROL 1 ITS $5,000.00 $5,000.0 $2,000.00 $2,000. $2,500.00 $21500. INSTALL NEW STRIPING, LEGENDS, PAVEMENT MARKINGS, a RAISED PAVEMENT MARKERS IN ABOVE AREAS PER > 11 EXISTING CONDITIONS (STRIPING IS SHOWN ON THE 1 ITS $13,000.00 $13,000.0 $26,000.00 $26,000.0( $13,000.00 $13tOODOC m PLANS PER GOGGLE AERIALS, WHICH WILL BE THE BASIS OF NEW STRIPING). D:\Dropbox (Transtech Engineers)\IOBRECRD\2020\20001 TC PROPCANDTDA FUNDED REHAB PROIECT\WIP\9 BID ANALV515\O BID ANALYSISBID TABUTATIDN lOf7 Bid Analysis, City of Temple City Las Tunas BNd Pavement Rehabilitation, Phase I, From West Limit to Sultana Ave (P20-05) Document Control Page 2 of 30 D:\Dropbox (Transtech Engineers)VOBRECRD\2020\20001 TC PROP [AND TDA FUNDED REHAB PROJECT\W IP\9 aID ANALYSIS\e BID ANALVSISBID TABULATION 2 Of 7 1. BID TABULATION PROJECT NAME: LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I, FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: P•20.05 Apparent Low Bidder Apparent Low Bidder Apparent Low Bidder BID TABULATION All American Asphalt Sully Miller Contracting Hardy and Harper Inc Bid Item and Description Oty Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price ALL WORK ASSOCIATED WITH CROSSWALK RELOCATION THAT INCLUDES CURB RAMP REMOVAL AND 12 CONSTRUCTION, SIGN REMOVAL AND INSTALLATION, 1 LS $20,000.00 $201000.0 $18,000.00 $181000.0 $20,000.00 $20,000. MARKING & STRIPING REMOVAL AND INSTALLATION AT TEMPLE CITY HIGHSCHOOL AT LEMON AVE AND TRELAWNEY AVE. of CONSTRUCT 2 POLE SYSTEM DOUBLE SIDED SOLAR - POWERED RECTANGULAR FLASHING BEACON WITH ar 3 13 DOUBLE SIDED LED BLINKING SCHOOL CROSSING 1 PAIR $31,000.00 $31,000.0 $32,000.00 $32,000.0 $35,000.00 $351000. ASSEMBLY, SIGN Si -i, AND DOWNWARD ARROW SIGN, W16 -7P INCLUDING PEDESTRIAN PUSH BUTTON, TYPE 1-A POLE AND FOUNDATION PER DETAIL HEREON. 14 TRAFFIC CONTROL i LS $6,000.00 $6,000.0 $51,1000.00 $5,000.0 $2,500.00 $2,500.0 ADJUST SEWER AND STORM DARIN MANHOLE COVER TO GRADE. THIS ITEM WILL ONLY PAY IF THE WORK IS 15 PERFORMED BY THE CONTRACTOR. IF THE WORK IS 11 EA $1,100.00 $12,100.0 $1,000.00 $11,000.0 $840.00 $91240.0 PERFORMED BY THE OWNER OF A MANHOLE (UTILITY OWNER) NO PAYMENT WILL MADE TO THE CONTRACTOR. ADJUST VALVE COVER TO GRADE. THIS ITEM WILL ONLY w PAY IF THE WORK IS PERFORMED BY THE CONTRACTOR. o 16 IF THE WORK IS PERFORMED BY THE OWNER OF A VALVE 24 EA $650.00 $15,600.0 $450.00 $101800.0 $735.00 $17,640. (UTILITY OWNER) NO PAYMENT WILL MADE TO THE CONTRACTOR. THIS IS A CITY ESTABLISHED ALLOWANCE FOR MISC. PCC a 17 SIDEWALK REPAIRS IF SUCH WORK IS APPROVED BY THE 1 LS $25,000.00 $251000.0 $25,000.00$251000.0( $25,000.00 $251000. CITY. THIS AMOUNT MAY ONLY BE USED AT CITY'S DISCRETION. Apparent Apparent Apparent BID RANKING Low Bidder Low Bidder Low Bidder 2 3 TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES $644,444.00 $656,000.00 $6703000.00 TOTAL BID AMOUNT INDICATED BY BIDDER $644,444.00 $656,000.00 $670,000.00 CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON $0.00 $0.00 CALCULATED BID AMOUNT IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS YES SUBCONTRACTOR% AND AMOUNT SHOWN IN THE BID 7.95% $51,204.0 9.47% $62,149.0 14.62% $971950.0 DID THE BIDDER MEET MAX 49% SUBCONTRACTOR (MIN 51% WORK BY PRIME YES ES YES CONTRACTOR) REQUIREMENT AT Tmckln $17450.0 AT Tracking $17450.0 AllAmerican $30100.0 PE $33754.0 PE $33754.0 TI $17450.0 BS Utilities $10945. DCrack011 $14400.0 SUBCONTRACTORS Ic El he $36000.0 OTAL 51204.0 OTAL 62149 0 . 7950.0 D:\Dropbox (Transtech Engineers)VOBRECRD\2020\20001 TC PROP [AND TDA FUNDED REHAB PROJECT\W IP\9 aID ANALYSIS\e BID ANALVSISBID TABULATION 2 Of 7 Bid Analysis, City of Temple City Las Tunas Blvd Pavement Rehabilitation, Phase I, From West Limit to Sultana Ave (P20 05) DocumeatConhot Page 3 of 30 D:\Dropbox ITranstech EngineersiVOBftEfRO\2020\20001 TC PROP C AND TDA FUNDED REHAB PROIECt\WIP\9 BID ANALYSIS\0 BID ANALVSISBID TABULATION 3 of 7 1. BID TABULATION PROJECT NAME: LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I, FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: P-20-05 Apparent Low Bidder Apparent Low Bidder Apparent Low Bidder BID TABULATION Sequel Contractors Inc Excel Paving Gentry Brothers Inc Bid Item and Description Qly Unit Unit Pnce Total Price Unit Price Total Price Unit Price Total Price COLD MILL 4' EXISTING ASPHALT PAVEMENT (INCLUDING REMOVAL OF ALL EXISTING STRIPING, LEGENDS, 1 PAVEMENT MARKINGS, RAISED PAVEMENT MARKERS, 190,000 SF $0.50 $951000.0( $0.53 $100,700. $0.70 $133,000.0 LOOP DETECTORS AND FABRIC), PREPARE COLDMILLED AREA FOR ASPHALT APPLICATION, INCLUDING CRACK SEALING. _ ac 2 CONSTRUCT LEVELING COURSE CONSISTING OF ASPHALT 11800 IONS $75.00 $1351000.0 $78.00 $1401400.0 $71.00 $127,800. a CONCRETE -TYPE B -PG 70-10(1.50' THICKNESS). 3 3 CONSTRUCT WEARING COURSE CONSISTING OF ASPHALT 31000 TONS $75.00 $225,000.0 $71.00 $2131000.0 $71.00 $2131000.0 CONCRETE -TYPE C2 -PG 70-10 (2.50° THICKNESS). 4 RESTORE (INSTALL) TRAFFIC LOOP DETECTOR (TYPE E). 13 EA $400.00 $5,200,0 $300.00 $3,900.01 $300.00 $3,900.0 5 TRAFFIC CONTROL 1 LS $65,000.00 $651000.0 $82,000.00 $821000.0 $98,000.00 $981000.0 COLD MILL UP TO 7 EXISTING ASPHALT PAVEMENT INCLUDING REMOVAL OF ALL EXISTING STRIPING, 6 LEGENDS, PAVEMENT MARKINGS, RAISED PAVEMENT 51000 SF $0.50 $2,500. $0.56 $2,800.0 $0.50 $2,500.0 MARKERS), PREPARE COLDMILLED AREA FOR ASPHALT APPLICATION, INCLUDING CRACK SEALING OF CULVERT AND AC BASE. 7 INSTALL PAVEMENT FABRIC (MARAFI MTK OR EQUAL) 21000 SF $2.00 $41000.0 $1.00 $2,000.0 $3.00 $61000.0 ¢ 8 CONSTRUCT WEARING COURSE ASPHALT CONCRETE 70 TONS $75.00 $5,250.0 $210.00 $14,700.0 $71.00 $4,970.0 TYPE C2 -PG 70-10, 0 MEDIAN ISLAND REMOVAL AND RELEVANT WORK, INCLUDING PAVEMENT RECONSTRUCTION, LANDSCAPE 9 REMOVAL AND REPAIRS TO IRRIGATION, 1 LS $7,000.00 $71000.0 $12,500.00 $12,500.0 $2,500.00 $21500.0 RECONSTRUCTING NEW MEDIAN NOSE AND ANY OTHER RELEVANT WORK AS NECESSARY. - 10 TRAFFIC CONTROL 1 ITS $150000.00 $151000.0 $7,000.00 $7,000.0 $4,000.00 $41000.0 INSTALL NEW STRIPING, LEGENDS, PAVEMENT MARKINGS, a RAISED PAVEMENT MARKERS IN ABOVE AREAS PER W 11 EXISTING CONDITIONS (STRIPING IS SHOWN ON THE 1 LS $150000.00 $151000.0 $15,000.00 $151000.0( $20,000.00 $20,000.0 m PLANS PER GOOGLE AERIALS, WHICH WILL BE THE BASIS z OF NEW STRIPING). D:\Dropbox ITranstech EngineersiVOBftEfRO\2020\20001 TC PROP C AND TDA FUNDED REHAB PROIECt\WIP\9 BID ANALYSIS\0 BID ANALVSISBID TABULATION 3 of 7 Bid Analysis, City of Temple City Las Tunas Blvd Pavement Rehalbritalion, Phase I, From West Limit to Sultana Ave (P20 05) at Control Page 4 of 30 D:\Dropbox (Transtech Engineers)VOBRECRD\2020\20001 TC PROP C ANO TDA FUNDED REHAB PROIECf\WIP\9 BID ANALYSIS\0 BID ANALYSISBID TAOBIATION 4 Of 7 1, BID TABULATION PROJECT NAME: LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I, FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: P-20.05 Apparent Low Bidder 4 Apparent Low Bidder 5 Apparent Low Bidder BID TABULATION Sequel Contractors Inc Excel Paving Gentry Brothers Inc Bid Item and Description Qty Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price ALL WORK ASSOCIATED WITH CROSSWALK RELOCATION THAT INCLUDES CURB RAMP REMOVAL AND 12 CONSTRUCTION, SIGN REMOVAL AND INSTALLATION, 1 LS $20,000.00 $20,000.0 $21,000.00 $21,000.0 $18,000.00 $18,000.0 MARKING & STRIPING REMOVAL AND INSTALLATION AT TEMPLE CITY HIGHSCHOOL AT LEMON AVE AND < TRELAWNEYAVE. a CONSTRUCT 2 POLE SYSTEM DOUBLE SIDED SOLAR - POWERED RECTANGULAR FLASHING BEACON WITH 3 13 DOUBLE SIDED LED BLINKING SCHOOL CROSSING 1 PAIR $35,000.00 $35,000.0 $30,000.00 $30,000.0 $35,500.00 $35,500. ASSEMBLY, SIGN 51-1, AND DOWNWARD ARROW SIGN, W16 -7P INCLUDING PEDESTRIAN PUSH BUTTON, TYPE 1-A POLE AND FOUNDATION PER DETAIL HEREON. 14 TRAFFIC CONTROL 1 LS $8,700.00 $8,700.0 $500.00 $500.0 $4,000.00 $41000.0 ADJUST SEWER AND STORM DARIN MANHOLE COVER TO GRADE. THIS ITEM WILL ONLY PAY IF THE WORK IS a 15 PERFORMED BY THE CONTRACTOR. IF THE WORK IS 11 EA $900.00 $9,900.0 $700.00 $7,700.0 $600.00 $61600.0 PERFORMED BY THE OWNER OF A MANHOLE (UTILITY J OWNER) NO PAYMENT WILL MADE TO THE CONTRACTOR. ADJUST VALVE COVER TO GRADE. THIS ITEM WILL ONLY w PAY IF THE WORK IS PERFORMED BY THE CONTRACTOR. 0 16 IF THE WORK IS PERFORMED BY THE OWNER OF A VALVE 24 EA $250.00 $61000.0 $500.00 $12,000. $100.00 $21400.0 a (UTILITY OWNER) NO PAYMENT WILL MADE TO THE 2 CONTRACTOR. THIS IS A CIN ESTABLISHED ALLOWANCE FOR MISC. PCC aSIDEWALK 17 REPAIRS IF SUCH WORK IS APPROVED BY THE 1 LS $252000.00 $25,000.0 $25000.00 $252000.0 $25,000.00 $25,000.0 CIN. THIS AMOUNT MAY ONLY BE USED AT CITY or DISCRETION. Apparent Apparent Apparent BID RANKING Low Bidder Low Bidder Low Bidder 4 5 6 TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES $678,550.00 $690,200.00 $707,170.00 TOTAL BID AMOUNT INDICATED BY BIDDER $677,950.00 $690,200.00 $707,170.00 CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON $600.00 E0.00 $0.00 CALCULATED BID AMOUNT IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS SUBCONTRACTOR% AND AMOUNT SHOWN IN THE BID 24.02% $1631000.0 21.94% $1511454.0 9.19% $651000.0 DID THE BIDDER MEET MAX 49 SUBCONTRACTOR (MIN 51% WORK BY PRIME ES ES ES CONTRACTOR) REQUIREMENT CTm01c $202000.0 $89050.0 vmt Rehab $10000. PE $33000.0 iRehab $10400.0 3upedor $25000. $900000 CPE $33,754.0 7E INC $30000. SUBCONTRACTORS ase Lard $4000.0 CAT Trackinn $17450.0 ahole Ad. $16,000.0 OTAL $163,000.0( OTAL151454.0 OTAL 165.000.Oi D:\Dropbox (Transtech Engineers)VOBRECRD\2020\20001 TC PROP C ANO TDA FUNDED REHAB PROIECf\WIP\9 BID ANALYSIS\0 BID ANALYSISBID TAOBIATION 4 Of 7 Bid Analysis, City of Temple City Las Tunas Blvd Pavement Rehabilitation, Phase I, From West Limit to Sultana Ave (P20-05) at Control Page 5 of 30 D:\Dropboz (Transtech Engineers)VOBRECRO\2020\20001 TC PROP C ANDTDA FUNDED REHAB PROJECI\W IP\9 BID ANALYSIS\0 BID ANALVSISBIDTABULATION 5 Of 7 1. BID TABULATION PROJECT NAME: LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I, FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: P•20,05 Apparent Low Bidder 7 BID TABULATION AVERAGE 8I1) VALUES LOWEST HIGHEST UNIT BID UNIT BID Shawano PRICE PRICE Bid Item and Description qty Unit Unit Pace Total Pace Unit Pace Total Price COLD MILL 4' EXISTING ASPHALT PAVEMENT (INCLUDING REMOVAL OF ALL EXISTING STRIPING, LEGENDS, 1 PAVEMENT MARKINGS, RAISED PAVEMENT MARKERS, 190,000 SF $0.60 $1141000.0 $0.54 $1021600.0( $0.46 $0.70 LOOP DETECTORS AND FABRIC), PREPARE COLDMILLED AREA FOR ASPHALT APPLICATION, INCLUDING CRACK SEALING. 2 CONSTRUCT LEVELING COURSE CONSISTING OF ASPHALT 11800 TONS $70.00 $128t000.0C $73.29 $1311914.2 $68.00 $78.00 a CGNCRETE-TYPE &PG 70.10 (1.504THICKNESS). 3 3 CONSTRUCT WEARING COURSE CONSISTING OF ASPHALT 3,000 TONS $70.00 $210,000. $72.43 $217,285.71 $69.00 $76.00 CONCRETE -TYPE C2 -PG 70-10 (2.50' THICKNESS). 4 RESTORE (INSTALL) TRAFFIC LOOP DETECTOR (TYPE E). 13 EA $300.00 $33900. $32786 $4,262.1 $300.00 $400.00 5 TRAFFIC CONTROL 1 LS $112,000.00 $112,000. $71,961.29 $71 s961.2E $35,679.00 $112,000.00 COLD MILL UP TO Y EXISTING ASPHALT PAVEMENT INCLUDING REMOVAL OF ALL EXISTING STRIPING, 6 LEGENDS, PAVEMENT MARKINGS, RAISED PAVEMENT 51000 SF $1.00 $51000.0( $1.02 $5,107.14 $0.49 $2.10 MARKERS), PREPARE COLOMILLED AREA FOR ASPHALT APPLICATION, INCLUDING CRACK SEALING OF CULVERT AND AC BASE. 7 INSTALL PAVEMENT FABRIC (MARAFI MTK OR EQUAL) 21000 SF $3.00 $61000.0 $1.93 $3,857.14 $0.90 $3.00 Y 6 CONSTRUCT WEARING COURSE ASPHALT CONCRETE 70 TONS $180.00 $12,600.0 $13729 $91610.0 $71.00 $210.00 ce TYPE C2 -PG 70-10. R: MEDIAN ISLAND REMOVAL AND RELEVANT WORK, INCLUDING PAVEMENT RECONSTRUCTION, LANDSCAPE 9 REMOVAL AND REPAIRS TO IRRIGATION, 1 LS $37,000.00 $371000,0 $13,714.29 $13,714.2 $2,500.00 $37,000.00 RECONSTRUCTING NEW MEDIAN NOSE AND ANY OTHER RELEVANT WORK AS NECESSARY, 10 TRAFFIC CONTROL i LS $10,000.00 $101000.0 $6,500.00 $6,500.0 $2,000.00 $15,000.00 INSTALL NEW STRIPING, LEGENDS, PAVEMENT MARKINGS, RAISED PAVEMENT MARKERS IN ABOVE AREAS PER 11 EXISTING CONDITIONS (STRIPING IS SHOWN ON THE 1 LS $40,000.00 $40,000.0 $20,285.71 $20,265.71 $13,000.00 $40,000.00 m PLANS PER GOGGLE AERIALS, WHICH WILL BE THE BASIS OF NEW STRIPING). D:\Dropboz (Transtech Engineers)VOBRECRO\2020\20001 TC PROP C ANDTDA FUNDED REHAB PROJECI\W IP\9 BID ANALYSIS\0 BID ANALVSISBIDTABULATION 5 Of 7 Bid Analysis, City of Temple City Las Tunas Blvd Pavement Rehabilitation, Phase I, From West Limit to Sultana Ave (P20-05) Document Control Page 6 of 30 D:\Dropboa (Transtech Englneers)VOORECBD\2020\20001 TC PROP C AND TDA FUNDED REHAB PROJECI\W IP\9 BID ANALYSIS\0 BID ANALYSISBID TABULATION 6 Of 7 1, BID TABULATION PROJECT NAME: LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE I, FROM WEST CITY LIMIT TO SULTANA AVE CITY PROJECT ID: P-20-05 Apparent Low Bidder 7 BID TABULATION AVERAGE BID VALUES LOWEST HIGHEST UNIT BID UNIT BID Shawnan PRICE PRICE Bid Item and Description Qty Unit Unit Price Total Price Unit Price Total Price ALL WORK ASSOCIATED WITH CROSSWALK RELOCATION THAT INCLUDES CURB RAMP REMOVAL AND 12 CONSTRUCTION, SIGN REMOVAL AND INSTALLATION, 1 LS $20,000.00 $20,000. $19,571.43 $19,571.4 $18,000.00 $21,000.00 MARKING & STRIPING REMOVAL AND INSTALLATION AT TEMPLE CIN HIGHSCHOOL AT LEMON AVE AND TRELAWNEY AVE. CONSTRUCT 2 POLE SYSTEM DOUBLE SIDED SOLAR - POWERED RECTANGULAR FLASHING BEACON WITH 3 13 DOUBLE SIDED LED BLINKING SCHOOL CROSSING 1 PAIR $35,000.00 $352000.0 $33,357.14 $33,357.14 $30,000.00 $35,500.00 ASSEMBLY, SIGN S1-1, AND DOWNWARD ARROW SIGN, W16 -7P INCLUDING PEDESTRIAN PUSH BUTTON, TYPE 1-A POLE AND FOUNDATION PER DETAIL HEREON. 14 TRAFFIC CONTROL 1 LS $2,000.00$2,000.0 $4,100.00 $4,100. $500.00 $8,700.00 ADJUST SEWER AND STORM DARIN MANHOLE COVER TO GRADE, THIS ITEM WILL ONLY PAY IF THE WORK IS a 15 PERFORMED BY THE CONTRACTOR. IF THE WORK IS 11 EA $1,000.00 $11,000.0 $877.14 $9,648.5 $600.00 $1,100.00 PERFORMED BY THE OWNER OF A MANHOLE (UTILITY J OWNER) NO PAYMENT WILL MADE TO THE CONTRACTOR. ADJUST VALVE COVER TO GRADE THIS ITEM WILL ONLY < . PAY IF THE WORK IS PERFORMED BY THE CONTRACTOR, 0 16 IF THE WORK IS PERFORMED BY THE OWNER OF A VALVE 24 EA $500.00 $12,000.0 $45500 $10,920.0 $100.00 $735.00 i (UTILITY OWNER) NO PAYMENT WILL MADE TO THE CONTRACTOR. THIS IS A CITY ESTABLISHED ALLOWANCE FOR MISC. PCC a a 17CITY. SIDEWALK REPAIRS IF SUCH WORK IS APPROVED BY THE 1 LS $25,000.00 $25,000.0 $25,000.00 $25,000.0 $25,000.00 $25,000.00 THIS AMOUNT MAY ONLY BE USED AT CITY'S DISCRETION. Apparent BID RANKING Low Bidder 7 TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES $781,500.00 TOTAL BID AMOUNT INDICATED BY BIDDER $781,500.00 CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON $0.00 CALCULATED BID AMOUNT IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS SUBCONTRACTOR %AND AMOUNT SHOWN IN THE BID 6.81% $531200.0 DID THE BIDDER MEET MAX 49% SUB CONTRACTOR (MIN 51% WORK BY PRIME REQUIREMENT 20006.0 LESCONTRACTOR) $33200.0 SUBCONTRACTORS 53200.0 D:\Dropboa (Transtech Englneers)VOORECBD\2020\20001 TC PROP C AND TDA FUNDED REHAB PROJECI\W IP\9 BID ANALYSIS\0 BID ANALYSISBID TABULATION 6 Of 7 saanysMPwTartRob W Tures BFM PevmrenlRaSehiagm,PFaeel, Fm Wdl WYIb SJbre AvelP2g05) 5!^r^.4SU^E7SRt!4n. 2. REVIEW OF APPARENT LOW BID PPARENTLOWBIDSUBMITTEDBY: All Ameacen Asphalt APPARENTLOWBIDAMOUNT: f6NAd1.0 TEM RME'NEDICHECKED REVIEWRESULT BY DATE REMARKS D STAMPED AS RECEIVED PRIOR BID TIME YES CITYCIEW( W DBONDINPROPERAMQUNT: YES CITYCLERI( W ENDAACKNOWLEOGEMENT: YES AS 1 OTAL BID PRICES CALCUTATEO CORRECTLY: YES AB 1 BCONTRACTORAMWM: 551,201.00 AB 3 IN PRIME CONTRACTOR% REQUIREMENT FOR WORK PER SPECIFICARONS: 51.00% AS W IME CONTACTOR% CALCULATED PER BIO SUBMITTAL (MIS % MUST BE EQUAL OR MORE THAN ABOW 9205% AB W IDDER COMPLIES WITH MIN PRIME CONTRACTOR %REQUIREMENT. YES AB & ALLOWABLE SUBCONTRACTOR PERCENT PER SPECIFICATIONS am% AD & US CONTACTOR% CALCULATED PER BID SUBMUAL (THIS % MUST BE EQUAL OR LESS THAN ABOVE%): 7.95% AS & IDDER COMPLIES WITH MA% SUB CONTRACTOR %REQUIREMENT: YES AB W RIME CONTRACTOR LICENSE STATUS AIIAmmw AWhdt 267073 am A Ci2 AB W RinlWM fm MB Web Page aBa Rftp/Axww. mgwo RIME CONTRACTOR DR MUSTMTION STATUS: NlAmmm Asphdt 100X01051 AB SIM PdnlWM fm DR Web Page atlaMed(Alps//eNiig.diccaOwIPNCR/Seamhl UBCONTRACTORUCENSESTATUS: CAT Tf Irg 991122 AB Smm PdnlWM fm ME Web Page alta (h11p:lAw w. c&g O UB CONTRACTOR DID REGISTRATION STAN& CATTm IiV 1=1175) AB XM PRinbM fm UR Web Page atla (hllpe/Ieairg.d1mmg IPNCRISeamh) UBCONTMCTORUCENSESTATUS: CPE 793907 AB TM PnnlWN fw% USE Web Page allac Bbp:l�.mhmgwO UB CONTRACTOR DIR REGISTRATION STATUS CPE lwTR3)9 AS SIM PnnlWetfw%DR Web Page MlxlmdlMlSS/MYlrpolrcagovlFWCWSeamh) RIME CONTRACTOR DEBARMENT STATUS FROM STATE �ONTFACT& NlArtancanfthdl NOTONSTATEDEBARREDUST AB XM PnnWiA fm UR Web Page allttlmdlMlp/Avxx.dlr.cagwldse/debar.hWI) IME CONTRACTOR DEBARMENT STATUS FROM EOERALCONTMCT 3 NlAmwaan AWW NOT ON FEDERAL DEBARRED LIST AB 3MM PdnlWet fm SAM Web Page aua BupslM .eamgwlSAw IME CONTRACTOR DEBARMENT STATUS FROM STATE O�ONTFACTS: CATFa kg NOTONSTATEDERARREDUST AB 3' PdnbM fm INR Web Page allacled(hgp/M 61LMEW11ae' U. NMI) IME CONTRACTOR DEBARMENT STATUS FROM EDERALCONTRACTS: CATTrxWS NOT ON FEDERAL DEBARRED LIST AB 3' RinlWM fmn SAM Web Page ahaahad lMlpa:IMwa.samgwlSW RIME CONTMCTOR DEBARMENT STATUS FROM STATE )ONTRACTS CPE NOTON STATE DEBARRED LIST AB SNOB PdnbM fm DR Web Page atlaaled(hllpllwnw.dir.cagwldaeMebar.hbnl) RIME CONTRACTOR DEBARMENT STATUS FROM EDEMLCONTMCTS: CPE NOT ON FEDERAL DEBARRED UST AS 3' PdnlWet fm SAM Web Page alta BRFSJAWx.eamgmISAMA EFERENCE CHECK ACCEPTABLE: YES AB WW See Relemm Check p:AonPb>.Dae,aa.En,Ing,�lveeaE�eouo:ouoporsPROP�nrvnronwnoFORaHAe>Ro,Emwlneelo.MLrsl:welnu+.L.:I:REelewor APe.aENTLOW No ] of ] PH Anand4 Cry of Tempe city as Three BNd Paromenl RRIbrui titan, Pham I, Fran West lint to Boom Aw (Pma51 Limit WUCONTRACTORS STATE LICENSE BOARD s.. . )Contractor's License Detail for License # 267073 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. ULB is restricted by aw(U 7124.6) If emPubnm ery is subject to c<oplaht alelosure,a link formmplalna disclosure %A[[ appear below. Chick � ck on the link arto button obsa ntomplalNand/or legal anion Information. r PereaPi021.li,anty<ansWalan relatee mllludgmentzreporcee tatnecsLBaredisdas<d. Amamuanaa,enamnm anteaam«anea<wmnam< mvlrwitn tnekrmrormeamio-amn. , on<mrwnmaatherein arb<mlewntnromammnatnaenawt b«nentered onto the Board's tic Thio llc<nae la current and active. All information below should be revie wed. s p -GENERAL ENGINEERING CONTRAROR na<a,t.ba:<. Data current as of 3/4/202012:50:24 PM 8uslnoss Inlonnatlon ALL AMERICAN AS PH ALT P 000%2229 CORONA,CA92878 Business Phone Number:(951i 736-7600 Entity Corporation Issue Date 01/19/1971 Expire Date 01/31/2023 License Status Classifications Bonding Informafion Contractor's Band This license fled a Contractor's Bond with FIOELItt AND DEPOSITCOMPANVOF MARYLAND. Bond Number; 0022]441 Bond Amount: 515,000 EReactive Date:01/01/2016 Contminess Bond History Bond of Qualifying Individual This license filed Bond of Qualifying Individual number LPM7627119 for MARK ALBERT LUER in the amount of $12,500 with FIDELITY AND DEPOSIT COMPANY OF MARYLAND. ERective Date: 12/30/2011 BQrs Bond History Workers' Compensation Thiz licenze hasworkers compensation Insurance with the ZURICH AMERICAN INSURANCE COMPANY Policy Number:WC593205706 ER<ctive Oate:08/01/2039 Expire Date: 08/01/2020 Workers' Compensation History Other k Personnellisted on this license lcu rentprdisassocia[edi are listed on other licenses. Brit I([J ) Cori it ow, of Use Fr acyP I �<res;ibi Iity Ak ( -i l t Iity Certi(it, a tion BdM lw SWI PaVo vement P�cq oon,mam control Page s or a0 n aNd Pai eCitt Ii axon, Ph F West limitNSultans Aw IPZODS) Copyright © 2020 State of California BH Amher% Ch"I Tempe Qty lLas TrnazBNd PaeemenlfteM1eCiliWGan.Fees 1, Flom West Ur inkaullaraAvasafi 51 Home WU CONTRACTORS STATE LICENSE BOARD m. Xontractor's License Detail for License # 991122 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. Coo complaint disclosure Is restricted by law (UP ]1x4.6) If enury is subject to public complaint disclosure,a link for complaint disclosure will appear bemw.Ellck on the link or button to obtain complaint and/or legal action information. a Per e6Pio]l.tr, y nstmcllon related cNil udgmenn repanecloth eCSLBareaisdased. r Arbrtntrons aranot Pstea unless mewntractorlails tocomplywim lhetermsoHhe arbivation. Dpe lo,wMloaa, meremarbe meaanomarmamn III aim.noiremeenemmeaanNth TNIa R<em.Ia <arrene.na.aro.. All information below should be reviewed. eaeams6aeneeaatabaee. Data current as of 3/4/202012:51:31 PM Business Infomlation CAT TRACKING INC 17COMMECIALAVE RIVERSIDE, CA 92507 Business Phone Number:(951) 682-1494 Entity Corporation Issue Date 03/10/2014 Expire Date 03/31/3010 License Status Classifications r A -GENERAL ENGINEERING CONTRAROR t B -GENERAL BUILDING CONTRAROR a GB -CONCRETE ' C12- EARTHWORK AND PAVING k C32 -PARKING AND HIGHWAY IMPROVEMENT F C31- CONSTRUCTION ZON E TRAFFIC CONTROL Bonding Informatlon onlraclor'a Band This license filed a Contractor's Bond with WESCOINSURAN<E COMPANY. Band Number: 04WB060104 Band Amount: 535,000 EHective Date: 01/01/2016 Contractors Bond History Bond of Qualifying Individual This license fled Bond of Qualifying Individual number T1667L1 for N l<HOLAS JAMES TONKINSON in the amount of $12,500 with CASH DEPOSIT IN THE FORM OFA CERTIFIED OR CASHIERS CHECK. EHective Date: 12/10/2014 BQI's Bond History Workers' Compensation This license haswolkers mmpenzalion insurancewith the STATE COMPENSATION INSURANCE FUND Polley Number:912269] EHeclive Dace:Ol/16/2015 Expire Bate:01/16/2021 Workers' Compensation History Ibewnenl CmOol Pape 10 of 00 kd Analysis City of Tremble Chr Otil i Las Tunas pad Parameter Robabilhn[on, Phass 1, From West to Sultana ArejP(X)5) Oocmentanlml Page 110130 Copyright ©2020 State of California r Personnel listed on this license (cu rent or disassociated) are listed on other licenses. 6ad<toTop Condi olsoI Use Privacy 1 10lCy Accessib(I ity A( COSqibfttty Certification Copyright ©2020 State of California BHAnalysl;Gitraheoplecity Lee name Bbd argument RehaMldatlan, Phase 1, Fan West "HoBdima Ase (p2005i b. Home CONTRACTORS STATE LICENSE BOARD W. Contractors License Detail for License It 793907 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. ebylaw (UP 7124.6) If ennw upla is subject public complaint disclosure, link for comps disclosure will appear below. Click on the link orbuturet obtain complaint and/or legal action in formation. a Nbitratlons are If ted unless tM1e wntracbrfall s to cpmply wines terms oftM1e arbitration. emavominaa were r e,xlaxanunrom,alnn ma naanmrelbanemereennm meBnam'a[Ice This Iiceme is current end active. All information below should be reviewed. 2 410 -ELECTRICAL mea.mbaae. Data current as of 3/4/202012:52:11 PM Business Information CALIFORNIA PROFESSIONAL ENGINEERING INC 19062 SAN JOSE AVE LA PUENTE, CA 91748 Business Phone Number.(626) 810-1338 Entity Corporation Issue Bete 04/16/2001 Expire Date 04/30/1031 License Status Glassificatlons s A-GENEMLfNGINEERING CONTRACTOR a 420 -WARM -AIR HEATING, VENTILATING AND AIR-CONDITIONING Bontliny Infomlayon contrcners s acne This license Rled a Contractor's Bond with SURETEC INOEMNIIY COMPANY. Bond Number:1138]3 Bend Amount: $152000 ENeeded Bate: 01/01/2016 Cantractofs Band History Bond of Qualifying Individual The qualifying individual VAN TAN NGUVEN Certified that he/she owns 10 percent or more of the voting stock/membership interest of this ompany: therefore, the Bond of Qualifying Individual is not required. ERective Date: 08/09/2011 BQI's Bond History Workers' Compensation Thiz license has worken compensation insurance with the TRAVELERS PROPERTY CASUALTY COMPANY OFAMERICA Polity Number:U83N0999431926e EHeclive Dale:05/19(2019 Expire Date: 05/19/2020 Workers' Com Psnsation History Back to Top Conditions of Use Privacy Policy Accessibility Accessibility Certification Copyright ©2020 State of California 312111W'RAlysis, City of Temple City https://cadir.seCure.force.com/ContractorSearch/PrintRegDetails Las Tunas Blvd Pavement Rehabilitation, Phase I, From West limit to Sultana Ave (P20-05) Document Control Page 13 of 30 .ontractor Information Registration History Legal Entity Name Effective Date ExpirationDate ALL AMERICAN ASPHALT Legal Entity Type 5/11/2018 6/30/2019 Corporation Status 5/8/2017 6/30/2018 Active Registration Number 5/2/2016 6/30/2017 1000001051 Registration effective date 6/9/2015 6/30/2016 7/1/2019 Registration expiration date 8/25/2014 6/30/2015 6/30/2020 Mailing Address 7/1/2019 6/30/2020 PO BOX 2229 CORONA 92878 CA United States ... Physical Address 400 E SIXTH ST CORONA 92879 CA United State... Email Address Trade Name/DBA License Number(s) CSLB:267073 Legal Entity Information Corporation Number: 057879 Federal Employment Identification Number: President Name: MARK LUER Vice President Name: EDWARD 1 CARLSON Treasurer Name: MICHAEL FARKAS Secretary Name: MICHAEL FARKAS CEO Name: Agent of Service Name: MICHAELFARKAS Agent of Service Mailing Address: 400 E SIXTH ST CORONA 92879 CA United States of America Workers Compensation Do you lease employees No htlps:/lcadicsecure.force.com/ContractorSearch/PrintRegDetails 1/2 31�r�Ai-'ri���dlysis,����City ,,of Temple City https://cadir.secure.force.com/ContractorSearch/PrintRegDetails L ihP6ugrld I'r0 ant R O�Ia�Oon, Phase I, From West Limit to Sultana Ave (P20-05) Employer Organization (PEO)?: Please provide your current workers compensation insurance information below: PEO PEO PEO PEO Information Name Phone Email Document Control Page 14 of 30 Insured by Carrier Policy Holder Name:ALL AMERICAN ASPHALTInsurance Carrier: ZURICH AMERICAN INSURANCE COMPANYPolicy Number:WC593205701Inception date: 7/31/2018Expiration Date:8/30/2019 haps://cadir.secure.force.comlContractorSearchlPrintRegDetails 2/2 3/ lysis, City of Temple City haps://cadir.secure.force.com/ContractorSearch/PrintRegDetails Las Tunas Blvd Pavement Rehabilitation, Phase I, From West Limit to Sultana Ave (P20-05) Document Control Page 15 of 30 Information Legal Entity Name CAT TRACKING INC Legal Entity Type Corporation Status Active Registration Number 1000011750 Registration effective date 7/1/2019 '.. Registration expiration date ',.. 6/30/2020 Mailing Address 17 Commercial Avenue RIVERSIDE 92507 CA Un... Physical Address 17 Commercial Avenue RIVERSIDE 92507 CA Un... Email Address Trade Name/DBA CAT TRACKING INC License Number(s) CSLB:991122 Legal Entity Information ', Corporation Number: ', C3592541 Federal Employment Identification Number: President Name: PAMELA FOLLMER Vice President Name: PAMELA FOLLMER Treasurer Name: PAMELA FOLLMER Secretary Name: PAMELA FOLLMER CEO Name: PAMELA FOLLMER Agent of Service Name: PAMELA FOLLMER Agent of Service Mailing Address: 17 Commercial Avenue RIVERSIDE 92507 CA United States of America 'll Workers Compensation Registration History Effective Date ExpirationnDate 6/15/2018 6/30/ 6/7/2017 6/30/ 6/16/2016 6/30/ 7/16/2015 6/30/ 2/24/2015 6/30/ 7/1/2019 6/30/ haps://cadicsecure.force.com/ContractorSearchlPrinlRegDetails , t/2 3/�La' RAlyssis, City of Temple City https://cadir.secure.force.comlContractorSeaFch/PrintRegDetails UOun Uvea meempi'OyenShas(N From West Limit to Sultana Ave (P20-05) through Professional Employer Organization (PEO)?: Please provide your current workers compensation insurance information below: PEO PEO PEO PEO Information Name Phone Email Insured by Carrier Policy Holder Name:CAT TRACKING INCInsurance Carrier: STATE COMPENSATION INSURANCE FUNDPolicy Number:9122697-19Inception date: 1/15/2019Expiration Date:1/15/2020 Page 16 of 30 haps://cadicsecure.force.com/ContractorSearchlPrintRegDetails 2/2 31WRAlysis, City of Temple City https://cadir.secure.force.com/ContractorSearch/PrintRegDelails Las Tunas Blvd Pavement Rehabilitation, Phase I, From West Limit to Sultana Ave (P20-05) Document Control Page 17 of 30 Contractor Information Registration History Legal Entity Name California Professional Engineering, Inc. Legal Entity Type Corporation Status Active Registration Number PW -LR -1000377609 Registration effective date 7/1/2019 Registration expiration date 6/30/2020 Mailing Address 929 Otterbein Avenue, Unit E La Puente 91748 CA ... Physical Address 929 Otterbein Avenue, Unit E La Puente 91748 CA ... Email Address Trade Name/DBA License Number(s) CSLB:793907 Legal Entity Information ', Corporation Number: '.. Federal Employment Identification Number: President Name: '.. Van Nguyen Vice President Name: Treasurer Name: Secretary Name: Van Nguyen CEO Name: Agent of Service Name; Van Nguyen Agent of Service Mailing Address: 929 Otterbein Avenue, Unit E La Puente 91748 CA United States of America Workers Compensation Do you lease employees No through Professional Employer Organization (PEO)?: Effective Date Expiration Date 7/1/2019 6/30/2020 hllps://cadicsecure.force.com/ContractorSearch/PrintRegDelails 1/2 31218 Alysis, City of Temple City https://cadir.secure.force.com/ContractorSearch/PrintRegDetails F'Iease 1prEOVIwV VOUCtation, Phase 1, From West Limit to Sultana Ave (P20-05) current workers compensation insurance information below: PEO PEO PEO PEO Information Name Phone Email Insured by Carrier Policy Holder Name:California Professional Engineering Inc.Insurance Carrier: Travelers Property Casualty Company of AmericaPolicy Number:UB9K108041 Inception date:5/18/2018Expiration Date:5/18/2019 Document Control Page 18 of 30 haps:/Icadicsecure.force.comlContractorSearchlPrintRegDetails 212 311VFRAlysis, City of Temple City Public Works Las Tunas Blvd Pavement Rehabilitation, Phase I, From West Limit to Sultana Ave (P20-05) Document Control Page 19 of 30 Department of Industrial Relations DLSE Debarments The following is a list of contractors barred from bidding on, accepting, or performing any public works contracts, either as a contractor or subcontractor. Please refer to the "Period of Debarment" for status of debarment period as noted below: As part of your due diligence, we suggest that you also check: • Contractor status at the Contractors State License Board (CSLB.. • The Federal debarment list at the Excluded Parties List System Name of contractor httpsaAw✓w.tlir.ca.gov/dlse/debar.hlml 1110 Period of debarment Avi Shechter, Individually 5/6/2019 through 5/5/2022 DBA Avi Shechter Decision LB 6328 ................4.......................................4444... CSLB Number: 908891 and 1018353 Patrick Kim, Individually 8/21/2018 through 8/20/2019 DBA Ritecon Plumbing Decision LB 6762 .......................................4....................... CSLB Number: 991018 Bighorn Construction, Inc. 5/5/2018 through 5/4/2021 Decision LB 6658 ...........................................44.4.4.............. CSLB Number: 597866 Doug Parks, Individually dba 10/11/2017 through 10/10/2019 Doug Parks and Son Plumbing Decision SC 5807 ................................ ............................... CSLB Number: 411825 Worthington Construction, Inc.; 6/15/2018 through 9/16/2019 Dale Worthington, an individual and CEO/RMO of Decision LB 5267 31Mlysis, City of Temple City L Public Works sW0CTnilig ont(.OIISLYUtLIOth, fromWet L it to Sultana Ave (P20A5) haps:l/www.dir.ca.govldlse/debar.html 2110 Document control Page zu or Holi Jeanne Worthington, an individual and Officer of Worthington Construction CSLB Number: 714836 RMV Construction, Inc., A California Corporation; and Robert 4/1/2017 through 8/18/2018 Michael Vasil 11 a.k.a. Robert Michael Vasil a.k.a. Decision LB 5266 ............................................................... Mike Vasil, an Individual and CEO/RMO President of RMV Construction, Inc. CSLB Number: 892389 Gewargis Youkhanis Narso, an individual dba 2/1/2017 through 1/31/2020 GEHVAC and Technologies, a sole proprietorship, Decision 40-48480-516 And GEHVAC Co., a sole proprietorship ....................................................I.I........................I. CSLB Number: 899312 and 1013848 Joseph Brothers Enterprise, Inc.; Ken Joseph Individually and 4/3/2018 through 10/3/2019 as CEO Decision SC 6390 .................................I.............. ....... ........ CSLB Number: 849169 Dave Cook Concrete Construction, Inc., and David William 3/1/2017 through 2/29/2020 Cook Decision LB 6207 ............................................................... 34231 Camino Capistrano #102 Capistrano Beach, CA 92624-1189 CSLB Number: 461897 Bannaoun Engineers Constructors Corporation; Omar Maloof, 05/12/17 through 05/11/20 An Individual Decision SC 5517 .......................I.I.0.I.I.0................. P.O. Box 16599 Beverly Hills, CA 90209-2599 CSLB Number: 827829 Evans Roofing Co., Inc. 10/31/16 through 10/30/19 2020 South Yale Street Decision LB 6270 .....................................I......................... Santa Ana, CA 92706 31`4lysis, City of Temple City Public Works L s Tunas Blvd Pavement Rehabilitation, Phase I, From West Limit to Sultana Ave (P20-05) Document Control Page 21 of CSLB Number: 610549 Guillermo Ibaibarriaga dba Sierra Nevada Stucco and 2K 05/14/17 through 05/13/20 Roofing Decision SC 6037 ............................................................... Sierra Nevada Stucco P.O. Box 8472 Reno, NV 89502 CSLB Number: 915812 2K Roofing 820 Kuenzli Street Reno, NV 89502 CSLB Number: 954551 Del Norte Construction, And Trinidad Manuel Canales, an 6/01/16 through 5/31/17 Individual Decision LB 5533 ............................................................... PO Box 5101 Oxnard, CA 93030 5020 Wooley Rd, Oxnard, CA 93030 CSLB N u m ber: #945723 Diversified Building & Electric Company, Inc. 2/15/16 through 8/15/17 409 Tennant Station Decision SC 5714 ................................. ............. Morgan Hill, CA 95037 Denis Andrew Maris, Individually and Doing Business as Diversified Electric Company CSLB Number: #765312 Fast Demolition, Inc. 4/1/44 through 3/31/47 601-C East Palomar Street #123 Decision LB5742 ............................................................. Chula Vista, CA 91911 4/1/41 through 3/31/44 CSLB Number: #792729 Decision LB5665 ............................................................. Rogelio Medina Vazquez., an individual and in his capacity as 4/1/36 through 3/31/39 Responsible Managing Officer of FAST DEMOLITION, INC. Decision LB5740 https:IMnvw.dicca.govPolseldebachlml 3/10 https:IMnvw.dicca.govPolseldebachlml 3/10 314gMlysis, City of Temple City L Public Works s Tunas Blvd Pavement Rehabilitation, Phase I, From West Limit to Sultana Ave (P20-05) httpsa/vnmva.dicca.govldlseldebachtml 4f1 4/1/33 througholy5Tr/troi Page 22 of Decision LB5651 ................................ ....... ........... 4.4........ 4/1/33 through 3/31/37 Decision LB5739 ............................................................ 1 4/1/24 through 3/31/27 Decision LB5741 ................ ............ III ... I ..... .... .......... I ... ... 4/1/30 through 3/31/33 Decision LB5743 4/1/27 through 3/31/30 Decision LB5666 ............................................................. 4/1/21 through 3/31/24 Decision LB5667 ...............................I.I.....I.I................... 4/1/18 through 3/31/21 Decision LB5668 ............................................................. 4/01/15 through 3/31/18 Decision LB5345 ......................................................... ..4. Amerivet Plumbing, Inc.; Walter Edward Jacob Kuhlmann III, 8/6/15 through 8/5/18 Individually And dba Amerivet Plumbing Services Decision SC 5756 ............................................................... CSLB Number: #969048 and #919761 Ultimate Inc., And, Enrique Vera, an Individual 12/1/15 through 11/30/18 PO Box 571117 Decision LB 5655 & LBS659 Tarzana, CA 91356-1117 ............................................................................................... CSLB Number: #949229 Travioli Construction, Inc. 9/11/15 through 3/10/17 PO Box 231 Decision SC 5800 Visalia, CA 93274 ............................................................I.I CSLB Number: #936832 Integrity Sheet Metal, Inc. 2/01/15 through 1/31/18 319 McArthur Way Decision LB 5596 Upland, CA 91786 ............................................................... CSLB #726770 William Ben Hicks, an individual; Margaret Mary Hicks, an individual 0 Public Works hitps://�.dicca.govldlse/debar.hlml 5110 L A Builders, Inc., a California Corporation 2/01/15 through 1/31/18 15635 Saticoy Street, #H Decision 171....... .LB5........ ............................................... Van Nuys, CA 91406 CSLB #748591 Alon Gamliel, an individual USA Wall Systems, Inc. 4/01/15 through 3/31/18 8309 Sunshine Lane Decision LB 5323 Riverside, CA 92508 ............................................................... CSLB #929610 Edward Eugene Brammer, an individual and in his capacity as President/CEO/RMO Daughter Construction 4/01/15 through 3/31/18 formerly dba Hy Carpentry Construction Decision LB 5466, LB5467, LB5468 & ........ .......................4...... 15407 Thornlake Avenue LB5520 Norwalk, CA 90650 ................................ CSLB #979297 Sharon Jin Yoo, an individual; Dae Hyun Yoo, an individual and in his capacity as manager/supervisor for Sharon Jin Yoo and in his capacity as General Partner for HY Construction, a General Partnership. RDA Construction, Inc. 12/15/14 through 12/14/16 1692 W. Bullard Ave., Decision 40-40508-522 & 44-40509-522 .................................................................................................................................... Fresno, CA 93711 CSLB#383306 Titan Electrical Construction, Inc. 11/3/14 through 11/2/17 Lucas Oliver Stickney, an individual Decision SC 5539 ..........................................................4.... Jamie Noel Furr, an individual 630 Natoma Street San Francisco, CA 94103 CSLB#919516 Ramos Painting 11/3/14 through 11/2/15 3/`blysis, City of Temple City L Public Works a(West Limit to Sultana Ave (P20-06) s (.2 YICISdKay Kamos; anal Ph se hltpsa/www Decision SC 19`ftpem L'ontrol F'age Z4 of .....................................I....................... P.O. Box 3871 Paso Robles, CA 93447 CSLB# 753575 Dick Emard Electric. 11/3/14 thorough 11/2/17 dba Emard Electric Luke Richard Emard, an individual and RMO Decision SC 5521 5930 Key Court, Suite A ............................................................... Loomis, CA 95650 CSLB# 794007 Nixon Electric 8/1/14 through 7/31/17 Gordon Fulton Nixon, an individual in L9 .Decis.....................o...........B44.........5.................... 5624 Faust Ave. Woodland Hills, CA 91367 CSLB# 796802 Neris General Contractors, a California Corporation 2/28/14 through 2/27/17 Efren Neri, an individual Decision LB4511, LB4512 & LB4521 .................................... .................... Servando Ned, an individual Rebeca Ned, an individual Luis Abelardo Castro, an individual 6087 California Ave. Long Beach, CA 90805 CSLB# 797967 Southland Construction 10/14/14 through 10/13/17 Reza Mohammedi, an individual Decision SAC 5492 3943 Irvine Blvd.,#405, Irvine, CA 92602 ......................................................... d. d.... b.. CSLB# 663784 (expired) National Drywall Corporation, 8/4/14 through 8/3/17 A Dissolved California Corporation Decision SAC 5506 ................................................................... 603 S. Milliken Avenue, Suite F Ontario, CA 91761 CSLB #834335 Miguel Contreras, an Individual and Responsible Managing Officer/CEO/President Dora Maria Contreras, an Individual and Agent/Officer of the Corporation .dicca.gov/dlse/debachtml e,110 Public Works hffpsa/www.dicca.gov/dlse/debachtml 7/10 Tadros & Youssef Construction, Inc. 5/10/14 through 5/9/17 Kamel Shaker Tadros & Makram Youssef Youssef, Individually Decision SAC 5308 ........................................6.6.6.6.................... 1221 E 8th Street, Unit A, Upland, CA 91786 CSLB# 698182 (expired) Serenity Fire Protection 5/1/14 through 4/30/17 417 S. Associated Road, Brea, CA 92821 Decision LB 4202 .............................................................. CSLB# 902927 Don Kelly Construction , Inc. 3/25/14 through 3/24/17 Don Kelly, Individual and Lisa Kelly, Individual Decision LB 4484 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 LB5175 ...................I........,...._ ................. CSLB #949229 Russell/Thompson, Inc. 10/31/13 through 10/31/16 James Jean Russell & ValeryAlena Thompson, Individually Decision SC 5309 ................................6666........................... 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 6310 Stewart Way, Bakersfield, CA 93308 Decision SAC 1039 ....................0................166.6......................... CLSB#710322 Wallcrete Industries, Inc.; Garit David 7/29/12 through 7/28/15 Wallace and Amber Anderson, Individuals Decision SAC 5175 400 Kansas, Redlands, CA 92373 ................................................................... CSLB#834220 3/dbi'r�/a'�dlysis, City of Temple City L Public Works s h t1 t Y1L2YpYISeS) 1 jj� tion, Phase I, From West Limit to Sultana Ave (P20-05) https://www.dicca.govldlse/debachtml 8110 6/14/12 thro ug�orur/Ipot �,potrol Page 26 of 3/1y Gabriel Fedida, Individual Decision SC 5198 ............................................................... 5749 Venice Blvd., Los Angeles, CA 90019 CSLB#659252 Jeffrey Alan Mott and Michelle Mott, individuals 3/29/12 through 3/28/15 Dda Integrity Landscape Decision SC 5160 3756 Independence Avenue ................................1.1.1.......................... Sanger, CA 93637 CSLB#774222 Jensen Drywall & Stucco 3/31/11 through 3/30/13 Jeffrey E. Jensen Decision SC 5095 3714 Lynda Place ................................................. A............. National City, CA 91950-8121 CSB # 664168 Exp. 2/18/11 (expired) Ad All West Construction, Inc. 3/31/11 through 3/30/13 Donald Kent Russell Decision se 5013 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 SC 5053 5915 Graham Ct. ...........................................................I .. A Addendum SC 5053 Livermore, CA 94550 ....................................................................... CSB # 699574 Exp. 11/30/12 (active) Sutter Foam & Coating, Inc. 7/1/10 through 6/30/13 909 A. George Washington Decision SAC 5012 Yuba City, CA 95993 ................................................................... CSB # 732014 Exp. 1/31/09 (inactive) David Alvin Trexler, an individual 909 A. George Washington Yuba City, CA 95993 Kenneth A. Trexler, an individual 2603 Lago Lane S/ d lysis, City of Temple City Public Works L sNiarysvllie,l.H ySyMttion, Phase I, From West Limit to Sultana Ave (P20-05) Umument control Page z/ of Soo DongKim, an individual, 4/19/10 through 4/18/13 dba Soo Kim Electric Company Decision SAC 1064 16224 Ridgeview Lane................................................................... La Mirada, CA 90638 CSB # 568103 Exp. 8/1/09 (inactive) Hyo Nam Jung, an individual, dba Lucid Electric 18621 Well Street Rowland Heights, CA 91748 CSB # 914692 Exp. 4/3/10 Southwest Grading, 3/18/10 through 3/17/13 dba Southwest Grading Services, Inc., Decision SAC 1058 22031 Waite Street Wildomar, CA 92595 David Walter Cholewinski, an individual 22031 Waite Street Wildomar, A 92595 29970 Technology Drive, Ste. 205 Murrieta, CA 92563 CSB #840416 Exp, 6/30/10 S.J. Cimino Electric, Inc., a California corporation, 10/15/09 through 10/14/12 3267 Dutton Ave. Decision SAC 1052 ................................................................... Santa Rosa, 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. Santa Rosa, CA 95401 CSB #343802 Exp, 2/28/10 CSB #294141 Exp. 9/30/13 (inactive) Cedar Development Corporation 8/5/09 through 8/4/12 Serghon Gabriel Afram, individually Decision SAC 1042 12477 Feather Dr............................................................ Mira Loma, CA 91752 https:l/wvnv.dir.ca.gov/dlse/dehachtml g/�0 https:l/wvnv.dir.ca.gov/dlse/dehachtml g/�0 3/jgMlysis, City of Temple City t�ublic Works La I§2 Wvdiggn�t �eXpbililaq§186e From Was i t�)o Sultana AveAve(P20-05) All Floors Commercial and Residential Flooring, Inc. Salvador Elias Perea, individually 750 E. McGlincy Lane, #103 Campbell, CA 95008 CSB #430969 Exp. 7/31/09 1 -AMD Construction, Inc. Alberto Mordoki, individually Mirella Mordoki, individually 5300 Beach Blvd., Suite 110-416 Buena Park, CA 90621 CSB #787533, revoked August 2019 Doamant Control Page 28 5/14/09through 5/13/12 Decision SAC 1040 ........................... 3/16/09 through 3/15/12 Decision SAC1037 ............................................................. haps:Ihvww.dicca.gov/dlseldebar.html 10/10 3l'O'RUysis, U1, Advanced Search - Exclusions I System for Award Management ANEW WAY TO SIGN IN - If you already have a SAM account, use your SAM entail for login.gov. - Login.gov FAQs ® ALERT:SAM.gov will be dmm for scheduled maintenance Saturday, 03/14/2020 from 8:00 AM to 3:00 PM Advanced Search - Fxclusion O Single Search O+ Multiple Names All r Name ALL AMERICAN ASPHALT All � Name CAT TRACIGNG INC All Name CALIFORNIA PROFESSIONAL ENG All Name _ All Name All v Name Exclusion Status Active � SeleMing "All"displays both Ac[ive and Inactive Exclusions. ® You may only perform a search with the edteria contained in one accordion. O SSN/TIN Search ® Search Records Disclaimers FAPHSgov Daly Access Accessibility GSA.gm/LAE Check Status Privacy Policy GSA.gov About I1SA.gov IEM-P-_ozooa 14-I46q7 Help WWWb 'Ibis iso U.S. tnnvrel$rivice.3.{tlniiaislrv[ion retleral(?r+�rnnrrnl c„manle nlhal is"hirN Ofh'ICIAI.I!sr:OnL\."This system is Buhl„�ttn nr�niNrin,�,. ratll+ichrnis found yeifinm ;, aulhniiutl artivilies ere sul+jee[to tlisriplinary action incl+i,li �c+rimiiral lvrrs+•cnlion. https:INaww.sam.govlSAM/pages/public/searchRecordsladvancedPlRSearch.jsf 1/1 'Ii'cMlysis, City of Temple City Advanced Search Results I System for Award Management SAM a.s.r fce for BAIll.gov � �SAMsM ANEW WAY TO SIGN IN -If you already have a SAM account, use your SAM email for login.gov. SYSf 6M FOR AIYARD b1ANA0FMENr Login.gov FAQs ® ALERT:SAM.gov will he dmm for scheduled maintenance Saturday, 03/14/4020 from S:oo AM to 3:oo PM Search Results Advanced Search Results Total records: o Save PDF Export Results Print Result Page: Sort h} Relevance T Order hr Descending No records found. Result Page: Save PDF Export Results ' Print ® Search Records Disclaimers FAPTIS1, Data Access Aceessibili[y GSA.gov/lAE Check Status Privaq Poliev GSA.gov About USA.gov [M -P-20200214-154? Help vwwo I,.lsn 11. s. n real 'Aa ii I` a ial a��. nm,ntamu lu rv1 n-1 i"n01E Or FILIAL L¢L O\I1'. ll �t.in kaulg,ot l�mun'Wr' k.l 1 dunld foi,,ntl i R�rmina imx�utM1orirud acrivitias enes�lt�irrc to Ji.,riplinary xctinn incliiJiny rriniinnl rrnsrcini��n. haps://w�wvsam.gov/SAM/pages/publiGsearchRecords/advancedPlRSearchResults.jsf 1/1