Loading...
HomeMy Public PortalAbout07) 7D Award of Contract for Las Tunas Drive Pavement Rehab Phase 2_Staff Report COMMUNITY DEVELOPMENT DEPARTMENT MEMORANDUM DATE: September 1, 2020 TO: The Honorable City Council 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 THE LAS TUNAS DRIVE PAVEMENT REHABILITATION PHASE 2 FROM SULTANA AVENUE TO EAST CITY LIMIT (WEST OF BALDWIN AVENUE), CIP NO. P20-07 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 Blvd Pavement Rehabilitation, Phase 2, from Sultana Avenue to East City Limit (west of Baldwin Avenue), CIP No. P20-07, Las Tunas Drive Resurfacing; 2. Authorize the City Manager to execute the Contract in an amount of $974,333; 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 April 2, 2019, City Council approved the City’s updated Pavement Management Program (PMP). Las Tunas Drive from west city limit to from Sultana Avenue to east city limit (west of Baldwin Avenue) is identified for pavement rehabilitation in City’s updated PMP. The Pavement rehabilitation along Las Tunas Blvd is being completed in 2 separate phases. 2. In May, 2020, Las Tunas Avenue rehabilitation Phase 1 from west city limit to Sultana Avenue was completed. 3. On July 21, 2020, the City Council approved the Plans, Specifications, and Estimates (Bid Package) and advertisement of Notice Inviting Bids (NIB) for the City Council September 1, 2020 Page 2 of 3 Project. The NIB was published in the newspaper, on the City website, and in various trade publications. 4. On the due date of August 20, 2020, eight bids were received and opened publicly. ANALYSIS: This project is referred to as Phase 2 of Las Tunas Blvd Pavement Rehabilitation, it will cover the area from Sultana Avenue to East City Limit (west of Baldwin Avenue) west city limit at Muscatel Ave to Sultana Ave. The rehabilitation work in Phase 2 involve cold-milling of existing asphalt up to 3”, and installing a new asphalt base course up to 1” and asphalt wearing course up to 2” with localized dig-out at areas as necessary per field conditions. This rehabilitation method was developed based on field reviews and engineering evaluations as the structurally and economically optimum approach to improve the pavement conditions. The City will also consider, in the future, developing plans to implement hardscape and beautification enhancements in sidewalk areas on Las Tunas under a separate contract, subject to budget availability. The following bids were received: Company Name Bid Amount All American Asphalt $974,333.00 Hardy and Harper, Inc. $1,011,000.00 Palp, Inc. DBA Excel Paving $1,052,950.00 Calmex Engineering, Inc. $1,091,442.16 Gentry Brothers, Inc. $1,161,180.00 Sully Miller Contracting Co. $1,163,000.00 Onyx Paving Company, Inc. $1,441,000.00 Shawnan $1,631,150.00 The lowest responsive bid was submitted by All American Asphalt in the amount of $974,333.00. The bid prices are within the current industry range. Staff conducted a bid analysis including checking CA 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"). City Council September 1, 2020 Page 3 of 3 The following is the breakdown of the construction phase budget: Construction Budget $974,333.00 Contingency Budget allowance as necessary for unforeseen conditions (10%) $97,433.00 Total Construction Budget $1,071,766.00 Budget allowance for construction management, inspections, and administration (services provided under City Engineering Contract with Transtech) $107,176.00 Construction Phase Total $1,178,942.00 The work will be performed at night-time to minimize impacts to adjacent businesses and traffic flow along Las Tunas Drive. The estimated duration of night work is approximately 3 weeks. CITY STRATEGIC GOALS: Resurfacing streets is consistent with the City Strategic Goals of Public Health and Safety, Quality of Life, and Sustainable Infrastructure. FISCAL IMPACT: Funding for the Las Tunas Drive Resurfacing, Project 20-07, is included in the approved Fiscal Year (FY) 2020-21 City Budget. The total budget for this construction phase of the project in the amount of $1,178,942 will be funded from the Proposition C Fund. ATTACHMENTS: A. Contract to be Executed with All American Asphalt B. Low Bid Submitted by All American Asphalt C. Bid Analysis ATTACHMENT A 1 CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2, FROM SULTANA AVENUE TO EAST CITY LIMIT (WEST OF BALDWIN AVENUE), CIP NO. P20-07 THIS AGREEMENT (“Agreement”) is made and entered into this 1st day of September 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 August 20, 2020, for the following: LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2, FROM SULTANA AVENUE TO EAST CITY LIMIT (WEST OF BALDWIN AVENUE), CIP NO. P20-07 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 September 1, 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: ATTACHMENT A 2 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 (e) Information Required by Bidder (f) Notice of Award (g) Notice to Proceed (h) This Agreement (i) Verification of California Contractor’s License (j) Contractor’s Certificate Regarding Workers’ Compensation (k) Security for payment (labor and materials) (l) 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. 1-2-3. 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. ATTACHMENT A 3 3. COMPENSATION & PAYMENT. CONTRACTOR hereby agrees to receive and accept the total amount of nine hundred seventy four thousand three hundred thirty three Dollars ($974,333), 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 W ork during its progress or prior to its acceptance, including those for well and faithfully completing the W ork 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 W ork, suspension or discontinuance of the W ork, and all other unknowns or risks of any description connected with the W ork. 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 W ork, 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 W ork on the date specified in the Notice to Proceed to be issued to CONTRACTOR by the ATTACHMENT A 4 Director of Public Works of CITY, and shall complete work on the Project within thirty working days (30) days after commencement. 7. NONDISCRIMINATION. CONTRACTOR shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical 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, 1773.6, 1773.7, 1774, 1775, 1776 and 1777, pertaining to the obligation to pay prevailing wages with respect to the performance of work (“Prevailing W age 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. ATTACHMENT A 5 (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 CONTRACTOR’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. ATTACHMENT A 6 (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 W ork, 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 W ork, 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 W ork, 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 W ork 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%) 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. ATTACHMENT A 7 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 W ork 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. 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. ATTACHMENT A 8 (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 Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) combined single limit per accident. (d) Proof of Insurance. The insurance required by this Agreement shall be with insurers which are California Admitted and Best A rated or better. CITY shall be named as “additional insured” on the general liability and automobile liability 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 not limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the CONTRACTOR maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the CONTRACTOR. Any ATTACHMENT A 9 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 W ork 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 CITY OF TEMPLE CITY By ___________________________ By __________________________ Date: _________________________ Date: ________________________ ATTACHMENT A 10 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 W ork 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. ATTACHMENT A 11 (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. (j) 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. (l) 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.) _______________ (Fax) _______________ ATTACHMENT A 12 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. ATTACHMENT A 13 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the _____ day of _____________________, 20__, by their respective officers duly authorized in that behalf. CITY OF TEMPLE CITY, a municipal corporation ATTEST: By______________________________ ___________________ _______________________________ Peggy Kuo, City Clerk Date: APPROVED AS TO FORM: ___________________________________ Eric S. Vail, City Attorney ALL AMERICAN ASPHALT, a California corporation By______________________________ _____________________, ________ By______________________________ _____________________, ________ ATTACHMENT A 14 LA #4847-5837-1653 v1 DRAFT 3/23/17 ATTACHMENT A 15 LA #4847-5837-1653 v1 DRAFT 3/23/17 ADDENDUM #3 BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2 FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave) CITY PROJECT ID: P-20-07 CITY OF TEMPLE CITY Date Issued: August 14, 2020 ATTACHMENT B Addendum for: Las Tunas Blvd Pavement Rehabilitation, Phase 2 From Sultana Ave To East City Limit {West Of Baldwin Ave) City Project ID : P20-07 Addendum No.: 3 Addendum Date: August 14, 2020 Issued by: Reminder 1: Reminder 2: City of Temple City Please sign Addenda Acknowledgement on page 19 of 102 of BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS. Due to Covid-19, the City Hall is closed to public. To subm it your sealed bids for the project, please ring the door bell at the City Hall main entrance through Kaufmann Avenue, and the front desk receptionist will open the door, time stamp and accept the bid. Bids will be received from 8 am to 12 pm , and 1 pm to 5 pm, Monday through Friday. The bids received will be publicly opened virtually through Gotomeeting approximately 15 minutes after the bid submittal deadline. On your computer, please go to https:ljglobal.gotomeeting.com/join/552223277 to join the virtual bid opening. The bid deadline remains unchanged, at 2:00 PM on August 19, 2020. Below are further questions received and responses provided: Question 1: Is night work counted as a work day? Response 1: Yes. Night work is a 8 hr work shift. For night work, selected contractor will be allowed to work from 9:30 PM to 5:30 AM. Also, see Addendum 1, which provides the construction schedule breakdown, including day work and night work. Question 2: Can you give us an idea on what kind of removal widths and lengths you will require when these areas are replaced in Bid Item 4? Response 2: For Bid Item 4, assume the removal and replacement area s are at 5 location s with each averaging 2,000 SF . Question 3: Does "chip seal" apply to this project? Response 3: No. There is no chip sea l involved in this project. Addendum 3, Page 1 of 2 Question 4: On the plans, sheet 2 under "Special Notation & Legend": Are these items part of this bid? Response 4 : No, special notations from A through G as shown on sheet 2 is not applicable to the contract. Question 5 : Bid Item 11 concrete repairs, do we need to list a subcontractor at time of bid for these items not shown on plans? Response 5 : Yes. If Contractor does not perform PCC work in-house, please list a subcontractor for such work. For all other questions, plea se contact via email: Okan Demirci, PE Project Manager City of Templ e City E: okan.demirci@transtech .org Addendum 3, Page 2 of 2 Addendum 2, Las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Ave to East Citv Limit, P-20-07 ADDENDUM #2 Document Control Paae 1 of 5 BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2 FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave) CITY PROJECT ID: P-20-07 CITY OF TEMPLE CITY Date Issued: August 13, 2020 Addendum 2, Las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Ave to East City limit, P-2 0-07 Documen t Cont ro l Page 2 of 5 Addendum for: Las Tunas Blvd Pavement Rehabilitation, Phase 2 From Sultana Ave To East City Limit (West Of Baldwin Ave) City Project ID : P20 -07 Addendum No.: 2 Addendum Date: August 13, 2020 Issued by: Reminder 1: Reminder 2: City of Temple City Please sign Addenda Acknowledgement on page 19 of 102 of BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS. Due to Covid-19, the City Hall is closed to public. To submit your sealed b i ds for the project, please ring the door bell at the City Hall main entrance through Kaufmann Avenue, and the front desk receptionist will open the door, time stamp and accept the bid. Bids will be received from 8 am to 12 pm, and 1 pm to 5 pm, Monday through Friday. The bids received will be publicly opened virtually through Gotomeeting approximately 15 minutes after the bid submittal deadline. On your computer, please go to https://global.gotomeeting.com/join/552223277 to join the virtual bid opening. The bid deadline rema i ns unchanged, at 2:00 PM on August 19, 2020. This Addendum 2 reissues page 15 and 16 of 102 of the Bid Package with Attachment A - Revi sed Bid Schedule per Addendum 2. The revision on the bid schedule is on bi d item 4: Total CAB thickness shall be 7", instead of 6". Bidders shall complete and submit Revised Bid Schedule per Addendum 2 as part of Section C.Bidder's Proposal to be considered responsive . Attachments: Attachment A -Revised Bid Schedule per Addendum 2 For all other questions, plea se contact via email: Okan Demirci, PE Project Manager City of Temple City E: okan.demirci@transtech.org Addendum 1, Page 1of1 Addendum 2, Las Tunas Blvd Pavement Rehabilitation Phase 2 Fr0m Sultana Ave to East City Limit, P-20-07 Attachment A -Revised Bid Schedule per Addendum 2 Document Control Page 3 of 5 ADDENDUM #1 BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2 FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave) CITY PROJECT ID: P-20-07 CITY OF TEMPLE CITY Date Issued : August 12, 2020 Addendum for: Las Tunas Blvd Pavement Rehabilitation, Phase 2 From Sultana Ave To East City Limit (West Of Baldwin Ave) City Proj ect ID: P20-07 Addendum No.: 1 Addendum Date: August 12, 2020 Issued by : Reminder: To All Bidders: City of Temple City Please sign Addenda Acknowledgement o n page 19 of 102 of BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS . Due to Covid-19, the City Hall is closed to public. To subm it your sealed bids for the project, please ring the door bell at the City Hall main entrance through Kaufmann Avenue, and the front de sk receptionist will open the door, time stamp and accept the bid. Bids wil l be received from 8 am to 12 pm , and 1 pm to 5 pm, Monday through Friday . The bids received will be publicly opened virtually through Gotomeeting approximate ly 15 minutes after the bid submittal deadline. On your computer, please go to https ://global.gotomeeting.com/join/552223277 to join the virtual bid opening. The bid deadline remain s unchanged, at 2:00 PM on August 19, 2020. Below are the questions received and responses provid ed: Question 1: Specifications mention on Page 34, Section 13 Contract time, working hours are between 8:30AM -3PM. Specifications page 8 for Project Schedule mention 10 Working Night work for coldmilling, crack sealing and overlay as well as 2 Working nights for Striping and 3 working nights for final striping. What scopes are to be completed at night? Response 1: Please see the project sc hedule provided in Section "B. INSTRUCTIONS TO BIDDERS ", Sub sect ion "C ONSTRUCTION SCHEDULE., PROGRESS OF WORK, LIQUIDATED DAMAGES". Below is a summary of night-time and day-time work items : Addendum 1, Page 1 of 2 Total construction duration Coldmill, crack sealing and overlay Striping cat-tracking Final striping Total Night-time work duration 30 Workdays Night-time work 10 Night-time work (counted as 10 work days) 2 Night-time work ((counted as 2 work days) 3 Night-time work (counted as 3 work days) 15 Night-time work (counted as 15 work days) Day-time work Remaining days for other misc. items, 15 Day-time work (counted as 15 work days) punch list and project close out Total Day-time work duration 15 Day-time work (counted as 15 work days) Question 2: Project plans call all for Construction notes 1 and 2 on side streets off of Las Tunas Dr. Are these areas to be included for bidding purposes? Project plans note "Work shown within side streets will only be done if directed by the City" Response 2: No side streets are included. Please bid the p roject per the plan s and bid quantities shown on the Bid Schedule. For all other questions, please contact via email: Okan Demirci, PE Project Manager City of Temple City E: okan.demirci@transtech .o rg Addendum 1, Page 2 of 2 Kenona Nazari From: Kenona Nazari Sent: To: Wednesday, August 12, 2020 8:25 AM 'Okan Demirci' Subject: RE: Addendum 1, Temple City, Las Tunas Blvd Pavement Rehabilitation, Phase 2, From Sultana Ave to East City Limit, City Project ID: P-20-07 Good morning, I am acknowledging the Addendum No. 1 and we look forward to bidding on the above project on August 20'"· Have a wonde1ful day. Thank you Kenona Nazari All American Asphalt From: Okan Demirci [mailto:okan.demirci@transtech.org] Sent: Wednesday, August 12, 2020 7:25 AM Subject: Addendum 1, Temple City, Las Tunas Blvd Pavement Rehabilitation, Phase 2, From Sultana Ave to East City Limit, City Project ID: P-20-07 ADDENDUM! LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2 FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave) CITY PROJECT ID: P-20-07 City of Temple City Please see attached Addendum 1 issued for this project. Bidding and Contract Documents, Plans and Specifications Available: The complete Bidding and Contract Documents, Plans and Specifications is available to download from the link below: https://www.dropbox.com/s/gcvpn6vb6rz06bt/BID%20PACKAGE%2C%20TC%2C%20LAS%20TUNAS%20FROM%20SUL TANA%20T0%20EAST%20CITY%20LIMIT%20%28W%200%20BALDWIN%20AVE%29%2C%207-22-20.pdf?dl=O Pre-Bid Meeting: There is no pre-bid meeting for this project. Estimated Cost of Work: Estimated cost is $1,800,000. If there are any questions regarding this project, please contact in writing via e-mail: Okan Demirci, PE okan.demirci@transtech.org All inquiries must be submitted in writing. 1 Click here to report this email as spam. 2 Bid Package, las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Ave to East City limit, P-20-07 CITY OF TEMPLE CITY, CALIFORNIA Doc ument Control Page 1 of 102 BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2 FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave) CITY PROJECT ID: P-20-07 Date Issued: July 22, 2020 Bid Due Date: August 19, 2020, 2:00 PM Submit bids to: Office of the City Clerk City of TEMPLE CITY 9701 Las Tunas Drive, TEMPLE CITY, CA 91780 Bid Package, Las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Ave to East City Limit, P-20-07 I Bidder's Name: C. BIDDER'S PROPOSAL LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2 FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave) CITY PROJECT ID: P-20-07 City of Temple City All American Asphalt Document Control Page 14 of 102 In accordance with the City of Temple City's Notice Inviting Sealed Bids, the undersigned BIDDER, hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination 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 for the entire work. The contract will be awarded on the prices shown on the bid schedule. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties and fees. In the case of discrepancies in the amounts of bid, unit prices shall govern over extended amount, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the City of Temple City's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the City of Temple City and this bid and the acceptance hereof may, at the City of Temple City's option, be considered null and void. BID SCHEDULE To the Temple City's City Council, herein called the "Council". Pursuant to and in compliance with your Notice Inviting Bids and the other documents relating thereto, the undersigned bidder, having familiarized himself with the work as per the paragraph, Discrepancies and Misunderstandings, contained in the INSTRUCTIONS TO BIDDERS section, and with the terms of the contract, the local conditions affecting the performance of the contract, and the cost of the work at the place where the work is done, and with the drawings and specifications and other contract documents, hereby proposes and agrees to perform, within the time stipulated, the contract, 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). Addendum 2, Las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Ave to East City Li mit, P-20-07 REVISED BID SCHEDULE PER ADDENDUM 2 LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2 FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave) CITY PROJECT ID: P-20-07 City of Temple City QUANTITY ITEM DESCRIPTION OF ITEM UNIT PRICE NO. NO. UNIT UNITS MEAS. 1 3" COLD MILL ASPHALT PAVEMENT 375,000 SF $ • a:~ 2 CONSTRUCT ASPHALT RUBBER HOT MIX-GAP 5.000 TONS $ ~1.r-0 GRADE (ARHM-PG-64-16-GG) 3 CONSTRUCT ASPHALT CONCRETE TYPE C1 -PG 64-2,500 T ONS $ IS' 10 SAWCUT AND REMOVE 11"THICKAC/BASE PAVEMENT SECTION A ND RECONSTRUCT 11" AC 4 PAVEMENT SE CTION CONSISTING OF 2" ARHM 10,000 SF $ (J.7'r (TYPE ARHM-PG-64-16-GG) ON 2" AC (TYPE B-PG 64- 10) ON 7 " CAB (AREA TO BE DETERMINED BY THE ENGINEER DURING CONSTRUCTION) REMOVE EXISTING MARKINGS AND STRIPING IN EXISTING PCC CONCRETE SURFACES ON LAS 5 TUNAS (WEST END EAST OF TEMPLE C ITY), AND 1 LS $~aoo. oo REINSTALL NEW STRIPING MARKINGS. (ALL STRIPING SHALL COMPLY WITH CURRENT ST A NDARD S, AND SHALL HAVE RAISED MARKERS. RESTORE ALL MARKINGS AND STRIPING IN ALL )(J ,()V.00 6 PAVED AREAS.(ALL STRIPING S HALL COMPLY WITH 1 LS $~~ C URRE NT STANDARDS, AND SHALL HAVE RAISED MARKERS.) 7 REMOVE AND RESTORE TRAFFIC L OOP DETECTOR 85 EA $ (u :Jo.~o (WITH VARYING, SHAPE & SIZES) 8 ADJUST STORM DRAIN/SEWER MANHOLE FRAME 16 EA $ ~SQ.oo A ND COVER TO GRADE ADJ U ST VALVE COVER T O GRADE _ THIS ITEM WILL ONLY PAY IF THE WORK IS PERFORMED BY THE $ 7 ~o.oo 9 CONTRACT OR. IF THE WORK IS PERFORMED BY 70 EA THE OWNER O F A VALVE (UTILITY OWNER) NO PAYMENT WILL BE MADE TO THE CONTRACTOR. Document Control Page 4 of 5 TOTAL PRICE $ ~~ooo.oo $ 01071 rro.oo $ tiz ,svo.oo $ W'7, t;'OQ,{y) $ ),~oo.oo $ YiJiOffJ ,(JO $ f!}. 700. 00 $ IS-,i2oo .oo $ 5ft'.'.1 (J_Oo. Oo I 10 TRAFFIC CONTROL 1 LS $ 1g,u'3 ;2,o: $ I~ /)3"J,QQ THIS IS A C ITY ESTABLISHE D ALLOWANC E FOR 11 MISC. PCC SIDEWALK R E PAIRS IF SUCH WORK IS 1 LS $25,000.00 $25,000.00 APPROVED BY THE CITY. THI S A M O UNT MAY O NLY BE USED AT CITY'S DISCRETION. TOTAL BID AMOUNT (Tota l of all Bid Items above) $g7l/1'3'.)'3.oo In the case of discrepancies, total bid will b e based on calculated amounts b ased on quantities and Unit Bid Amounts. T h e bid prices sh a ll include a ny and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and a ll other inc ide ntal costs t o complete the project, in complia n ce with the Bid and Co ntract Doc ume nts a nd all applicable codes and st a ndards. Addendum 2, las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Ave to East City limit, P-20·07 Document Control Page 5 of 5 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 may be negotiated to adjust unit bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final 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 n~ responsive Bid Package, las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Ave lo East City llmil P·20-07 DESIGNATION OF SUBCONTRACTORS Document Control Page 17 of 102 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 equipment from suppliers and vendors as follows· Name, address, and phone number pf Work to be Performed Contractor's DIR# Dollar Amount subcontractors, License II suppliers, and vendors ~Uf Wtr ~cW€W'GVI~ l/ild.v\\: ~~ (7111) qqs--q/oo 17G 3«; \DooooJqJ& $ :39 I QS-3.D" ~1 ii c1rr1.J.1 >r· Lvr~~~ ~ ~)O Sl-Y\11Ji"'~ 'ti\ >{) R01Ji;e,.<'1-t kl l>{o{] H~ (~119) )7){;130 q~w/W I voo0<'.(1139 $ l!d/d.2~. 00 '>I-l\i;\l\J.,-a L\f. L~~~.f g rtS ~ ((oiJ~ 'i"(I / C l Suv vtAf ~Vi~ 1 ~ D\4pt \ 1t n q f ~Mnln;; h J M°IO' ~ (q()'.j) l.f~t(l/fJ.00 Suvvl!t~ L~ ~J-3/ \<!JOOOO 7 / lo(J $ !3,too.oo (_!)((}{kl, ")-• %d-.., $ ~\/1-'[(~~0VI C\WvJl ~7/ll) lfCJ/-q ST(p h14S1~ 100000/<tJIO $ Sl;tX:lD.0° \~ ~ % 6 v(!rl-P,(I~ ~Vl 1filf hL Low~ olWff qJZ<p7 $ $ $ ' ~ Total Subcontract Amount (shall not exceed 49% ofTotal Bid Amount) $I 17i97ff.OO Bid Package, Las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Ave to East City Limit, P-20-07 REFERENCES Document Control Page 18of102 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 B h rt d . I k . h' h IDDER as pe orme s1mi arwor Wit mt e [ astthree years. Reference Contact Information Reference Project Contract Date Name Value ComQleted Agency Name: City of Simi Valley Simi Valley Minor Street Contact Name and Title: Rehabilitation-Project 08/2019 Sarah Sheshebor Agency Contact $510 124.25 Contact Tel No: (805) 583-6792 Agency Name: City of San Clemente Street Rehabilitation for S. Avenue LA Contact Name and Title: $384,055.00 10/2019 Darra Koaer Anencv Contact Contact Tel No: (949) 361-3138 Agency Name: City of Fontana Citrus Avenue Improvements Contact Name and Title: $ 502.730.00 10/2019 Kimberlv Youna Aaencv Contact Contact Tel No: (909) 350-7632 BONDS The following are the names, addresses, and telephone numbers for all brokers and sureties from whom Bidder intends to procure insurance bonds: Fidelity and Deposit Company of Maryland 777 S. Figueroa St. #3900 LA.CA 90017 (213) 270-0600 Brown Insurance Millennium Corporate Solutions 5530 Trabuco Rd. Irvine, CA 92620 (949) 857-4500 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 of the Project WITHOUT QUESTION. Name of Person who inspected the site: Date of Inspection: Maurice Ramirez 0811212020 " 2019 PAST WORK REFERENCES Awarding Agency. City of Simi Valley 2929 Tapo Canyon Rd. Agency Simi Valley, CA 93063 Contact " Contact: Sarah Sheshebor (805)563-6792 sshesheb@simivalley.org County of Ventura 501 Poli Street Ventura, CA 93001 Contact: Christopher Solis (805) 654-2054 chris.solis@yentura.gm City of Stanton 7600 Katella Avenue Stanton, CA. 90660 Contact: Guillermo Perez (714) 890-4204 gperez@ci.stanton.ca.us City of Compton 205 S. Willowbrook Avenue Compton, CA. 90220 Contact: John Strictland (310) 605-5505 jstrictland@comptoncitv.org City of San Clemente 910 Calle Negocio San Clemente, CA 92673 Contact: Darra Koger (949) 361-3136 koaerD@san-clemente.org City of South Gate 8650 California Avenue South Gate, CA. 90280 Contact: John Rico (323) 563-9594 jrico@soaate.org Simi Valley Minor Street Rehabilitation " Project Contract Amount: $510, 124.25 Start Date: 07/2019 End Date: 06/2019 " Completion Date Verba Buena Area Resurfacing Project Contract Amount: $3,919,606.95 Start Date: 06/2019 End Date: 12/2019 2019 Citywide Street Resurfacing Contract Amount: $1,206,669.00 Start Date: 10/2019 End Date: 12/2019 Road Repair Service (Pothole Repair) Contract Amount: $1,019, 100.00 Start Date: 0812019 End Date: 11/2019 Street Rehabilitation for S. Avenue LA Esperanza Contract Amount: $384,055.00 Start Date: 09/2019 End Date: 1012019 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) 428-4442 nick.lasher@pardeehomes.com City of Fontana 8353 Sierra Avenue Fontana, CA 92335 Contact: Kimberly Young (909) 350-7632 kyounq@fontana.org DR Horton 2280 Wardlow Circle Ste. 100 Corona, CA 92880 Contact: Keith Alex (951) 830-5872 kalex@drhorton.com SL Ontario Development Co LLC 2201 Dupont Dr. #300 Irvine, CA. 92612 Contact: Kavous Emami (909) 628-6234 Irvine Community Development Company 550 Newport Center Dr. Ste. 550 82 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 dgutierr@downeyca.org 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 Singlton Road Contract Amount: $1,684,000.00 Start Date: 07/2018 End Date: 12/2019 Eucalyptus Street Improvements Contract Amount: $1,580,580.00 Start Date: 3/2018 End Date: 10/2019 Portola Springs PA-6 Enclave 58 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 13220 Central Avenue Chino, CA 91710 Contact: Austin Postovoit (909) 334-3415 apostovoit@cityofchino.org City of Lancaster 44933 Fern Avenue Lancaster, CA. 93534 Contact: Greg Wilson (661) 570-8003 qwilson@cityoflancasterca.org City of Colton 650 N. La Cadena Dr. Colton, CA. 92324 Contact: Victor Ortiz (909) 370-5099 vortiz@coltonca.gov City of Cathedral City 68700 Ave Lalo Guerrero Cathedral City, CA. 92234 Contact: John A. Corella (760) 770-0349 jcorella@cathedralcity.gov City of San Clemente 910 Calle Negocio San Clemente, CA. 92673 Contact: Gary Voborsky (949) 361-6132 voborskyg@san-clemente.org Slurry Seal Maintenance Work Contract Amount: $372,805.00 Start Date: 1/2019 End Date: 12/2019 2018 Pavement Managemer;it Program Contract Amount: $2, 720, 103.65 Start Date: 3/2019 End Date: 12/2019 FY 18-19 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 Bid Package, Las Tunas Blvd Pavemenl Rehabilitation Phase 2 Prom Sullana'Ave to East City Limit, P-20-07 ADDENDA ACKNOWLEDGMENT Document Control Page 19 of 102 The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No. ___ 1 _____ Dated 8/12/2020 Addendum No. 2 Dated 8/13/2020 -------- Addendum No. 3 Dated 8/14/2020 -------- Addendum No. ________ Dated ______ _ EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, Site, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of work to be subcontracted, and that such affirmative actions have been fully documented, that said 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 City 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. :JC. /\Ll AM ERICA t\J A\1111 A l I ,. I "\I \l 1'l l •l I• "''I •II'•'' /\l l 1\/\\1 IU l ';\t J 1\\1,l l t \l I t\ l I /\ /\ I I I U ('I\ t ~ /\ C ; < i I U (I /\ I l \ I I • I I I •I ' I• t I I i I I ) ' I)' ' t l tf I t ; I \ ' ' l I • J I EEO ---AFFIRMATIVE ACTION-PROGRAM · BAS IC POLIC Y I I I • I t \ ' I~ ' 11 I '' t l I l \I \ \ t I ! l tlJ t 1''1<• 1'1•• I ro All AMERICAN ASPH ALT PERS ONNEL IT IS THE STATED POLICY OF ALL AMERI CAN ASPHALT THAT ALL EM PLOYE ES AN D APPLICANTS SHALL RE CEIVE EQUA L CONSIDERATION AND TRE ATMENT . ALL RECR UI TMENT , HIRING , PLACEM ENT, TR ANSFER AND PROMOTIONS W ILL BE ON THE BASIS OF QUALIFICATIONS OF THE INDIVIDUAL FOR THE POSITION BEING FILLED WITHOUT REGAR D TO RACE, RELIGION, COLOR, NATIONAL ORIGIN, AGE, SEX OR PHYSICAL HANDICAP. All OTHER PERSONNEL ACTIONS , SUCH AS COMPENSATION . BENEFITS, LAYOFFS, RETURN FROM'LAYOFF, TERM INATION 'S, TRAINING AND SOCIAL AND RECREATIO NAL PROGRAMS ARE ADMINISTERED WITHOUT REGARD TO RACE , RELIGION, COLOR , NATIONA L ORIG IN, AGE , SEX.SEXUAL ORIENTATION, MARITAL STATUS, NATIONAL ORIGIN, ANCESTRY , DISAB ILITY (MENTAL AND PHYS ICAL , INCLUDING HIV AND AIDS ), MEDICAL CONDIT IO N (CANCER AND GENETIC CHARACTERISTICS ). AND/OR AGE (40 AND OVER). EQUAL OPPORTUNITY IS A CONTINUING EFFORT AND 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 HIGH PR IORITY . WE ENCOURAGE All OF OUR EMPLYEES TO PARTI CIPATE IN TH IS EFFORT BY ENCOURAGING MINORITIES AN D FEMALES TO APPLY FOR EMPLOYMENT AND TO SEE K PROMOTIONS . FOR ASS ISTANCE IN THE EQUAL OPPORTUNITY PROGRAM , MANAGERS AND EMPLO YEES SHOULD CONTACT MARK LUER, EEO COORDINATOR. HE HAS THE SPECIFIC RESPONSIBILITIES TO MONITOR AND ASSESS THE PROGRESS FOR OUR EQUAL EMPLOYMENT OPPORTUN ITY AND AFFIRMATIVE ACTION PROGR AM S. MARK LU ER President Fe bruary 13, 2015 Bid Package, Las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Ave to East City limit, P-20-07 BIDDER INFORMATION Bidder's Name: All American Asphalt Address: 400 East Sixth Street, Corona, CA. 92879 Document Control Page 20of102 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 A. C-12 DIR Registration No.: (Also provide DIR No's for subcontractors as 1000001051 separate attachment) Contact Person Information: Name Title E-mail Tel Edward J. Carlson Vice President p blicworks@allamericanasphalt.< om 951-736-7600 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 951-736-7600 Edward J. Carlson, Vice President 400 East Sixth Street, Corona, 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 in this proposal are as follows: N/A All current and prior DBA'S, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A Previous contract performance history: l. Was any contract terminated previously: N/A If the answer to the above is "yes", provide the following information: Contract/project name and number: ____ _,,,,ca.. ___________ _ Date of termination: _______________________ _ Reason for termination: ______________________ _ Owner's name: ________________________ _ Owner contact person and tel. no.:------------------- 2. In the past ten years have you filed a claim for money against any public entity? If the answer to the above is "yes", provide the following information: N/A Bid Package, Las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Aye to East City Limi~ P-20-07 Document Control Page 21 of 102 Contract/project name and number: ___ ~....__ _____________ _ 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: _____ N_IA _____________ _ Date of commencement of litigation: ___________________ _ Reason for litigation: ______________________ _ Owners name: _________________________ _ Owner contact person and tel. no.:------------------ IN WITNESS WHEREOF, BIDDER executes an ~~mits this proposal with the names, titles, hands, and seals of all aforementioned principals this I day of August , 2020. M ichael Fa rkas, S ecretary CALIFORNIA JURAT GOV CODE § 8202 A notary public or other officer completing this certificate verifies only th e identity of th e individual who signed the document to which this ce11ificate is attached, and not the truthfuln ess, accuracy, or validity of that document. State of California County of Riverside Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this 19th day of August , 2020, Date Month By(1) ____ =E=dw-'-"'-=a~rd~J~·~C~a~rl=so=n-'--___ _____. Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me(.) (,) (and (2) Michael Farkas ----~~~~---~ Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me .) ----------OPTIONAL----------------- Though the information below is not required by law, it may prove valu ab le to person relying on the document and co uld prevent fraudulent re moval and reattachme nt of this form to another document. Further Description of Any Attached Document Title or Type of Do cument Bidders Information Document Date: 8-19-2020 Number of Pages: _2_ Signer(s) Other Than Named Above: -~N=o~ne~---- R IGHT THUMBPRINT OF SIGNER Top of thumb here RIGHT THUMBPRINT OF SIGNER Top of thumb h ere ~ ..... ,.... CONTRACTORS ~ I ......,C::C3 STATE LICENSE BO~ARCDORP . !, --·-·-ACTIVE LICENSE "~-267073 ~~ .. ~ ALL AMERICAN ASPHALT ·~"""" 01/31/2022 www,cslb,ca,gov • Bid Package, Las Tunas Blvd Pavement Rehabilitation Phase 2 From Sultana Ave to East City Limit, P-20-07 Department of Industrial Relations (DIRI Contractor Registration Number Document Control Page 22 of 102 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.html, Per this requirement, provide the following information: All American Asphalt Contractor Name 1000001051 Contractor Department of Industrial Relations Registration Number: 01/31/22 Expiration Date of Registration Number *(THIS FORM MUST BE SUBMITTED WITH THE SEALED BID)* / '-..I 11f• •I 1l1f••'11i.1 1 · · ~ Department of Industrial Relations C ontractor Information Logal En l il y Name ~fl>Oll tlon AtVv• 100000105 1 0 7/01120 06/30/23 PO BOX 22211 C OR ON A 929 79 CA UM .a Stal•• ol America 4 00 E SI X TH S T CO RONA g29 7 g C A Uni ted SlalH of Amerl<I oubt>eWOfb@a1t1me11can1sonan.tom L i cen se Number (a) C S LB 2 670 7 3 C SLB 2670 7 3 Legal Entity Information C orpor;itl o n Ent i t y Number: Fed er;it Empto ym•nt ldenllllc;itlon Numb•r: Pr u l d•nt N ;i m e: Vic• President N;i m•: Tr•:.su rer N:.me : S•cr.t ary Name: CE O N;im e: Age n c y fo r S e rvic e A g ent of Servic e N;ime: AL L AMERICAN ASPHALT C0570 879 9 5 2595043 MARK L UER EDWARD J C ARLSON M IC HAEL FARKAS M ICHAEL FAR KAS M IC H AEL FARKAS Agent of Se rvice M;illln g A ddr ess: 400 E SIXTH S T CORONA 92879 CA unneo S tates Of Ame nta Wo rker's Compensat ion Oo y ou lnse tmpt oyus t hrou gh Pr ofessional Employer Orga nl zatlon (PE O)?: No PIHH p rov l elt your cu r rent worker's compen s;iUo n l nsul'l!nc t Inform ation below : PEO PEO PEO PEO lnformationNam e lnsureo by Carrie r Polley Hold er Na mt : Insurance c;irrter: Polley Numbt r: Inception el at e: Expi ration Datt : IC All AM ER ICAN ASPHALT Otta1I : Atlk lt•ilon Num11t1: SttM · CSL8 Numbfl : l fl•I Cnill'f l ypt: M1lllngAddt tS• Counl'f. Ct•": Em•l t: Phone Email 10000010 $1 A<ti\"t 267073 Corpo ·•I ~' ?0 80 0229 CORONA CA92a78 Riv.r slc:te P11~'ng /H :,n,••y/l nip:omnt n 1 p..;b'?cwor . ..s~• 11merfc1nHpll"rt cc m AL L AMERICAN AS PHALT ZU RI CH AM ERI CAN INSURANCE COMPANY WC59320570 1 06101/19 08/31/20 Regi st1a11on History U!t<lo-.. O.~· 11 wo;o 7/l/'/0 19 5/11 /20 18 5/812017 5/21 2016 6/9/lO l S 8121120 14 b o'1>:1o<\0.1t 6/lOl lOH 6/l0/}020 6/l0/201 9 6130/20 18 6/l0/20 17 6/30/20 16 6/l0/201 5 ·, Bid Package, Las Tunas Blvd Pavement Rehabililalion Phase 2 from Sultan~ Ave lo East City Limit. P-20-07 Bid Bond No. 08597423 Bid Date: 08/19/2020 PROPOSAL GUARANTEE/BID BOND LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2 FROM SUL TANA AVE TO EAST CITY LIMIT (West of Baldwin Ave) CITY PROJECT ID : P-20-07 City of Temple City Document Con trol Page 23 of 102 KNOW ALL MEN BY THESE PRESENTS that All American Asphalt , as BIDDER, and Fidelity and Deposit Company of Maryland , as SURETY, are held and firmly bound unto the City of Temple City, in the penal sum of Ten Percent ofTotal Amount Blddollars ($ 10% of Bid ), w hich is 10 percent of the tot al amount bid by BIDDER to the City of Temple City for the above stated project, for the payment of w hich sum, BIDDER and SURETY agree to be bound, jointly and severa ll y, firm by these presents. TH E CO NDITIONS OF THIS OBLIGATION ARE SUCH that, whe r eas BIDDER is about to su bmit a bid to the City of Temple City for the above stated project, if said bid is r ejected, or if said bid is accepted and a contract is awarded and entered into by BI DDER in the manner and time specified, then this obligation shall be null and vo id, otherwise it shall remain in full force and effect in favor o f t he City o f Templ e City. IN WITNESS WHEREOF the parties hereto h ave set th eir names, titles, hands, and sea l s this 2!h_ day of August , 20 20. BIDDER* All American Asphalt 400 East Sixth Street Corona CA 92879 951 736-7600 £..-/~ &Jl.t:CWJ ~. ~~ 'V'·'c--<--°.?r~ ... ~ SURETY* Fide lity and Deposit Company of Maryland 777 S. Figueroa Street , Su ite 3900 , Los Angeles, CA 90017 a.L/ David Wei (213) 270-0600 ~Attorney-in-Fact *Provide BIDDER/SURETY name, address and telephone number and the name, tit!e, address an d telephone number for authorized representative . Subsc rib ed and sworn t o this __ day of _______ , 201_. NOTARY PUBLIC: **See Attached** ------------------------- CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE§ 1189 A nota ry public or other officer completing this certificate verifi es only the identity of th e individual who sign ed th e docum e nt to which this certificate is attached. and not the trnthfuln es s. accuracv. or validitv of that d ocum e nt. State of California County of ___ R_iv_er_·s_id_e __ _ On -----=-A-=-u=g:;o..u=s"""t--=1'"""9_,_, -=2'"""0-=2-=-0 _____ before me, ---=-K=e=n"""o=n=a'-"N'-'=az=a=r=i,'-'N'--'-"-o=ta=r..._y-=P--=u""'b=l=ic'---- oate Here Insert name and Hie of the Offi cer personally appeared Pl ace Notary Sea l Above Edward J. Carlson Name(p..or Signer(s)- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ai:e subscribed to the within instrument and acknowledged to me that he/shel!hey executed the same in his/heF/their authorized capacity(ies), and that by his/heF/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted , executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. ----------OPTIONAL------------------ Though th e inform ation below is not required by law, it may prove v aluable to person relying on the document and could prevent fraudulent removal and reattac hment of this form to another doc ument. Description of Attached Document Title or Type of Document ------'B=id"--=B-"o-=n=d'------"'T-"e=m=p=l""""e -'C=i'"'"'ty1---------------- Do cument Date: ------'A~u=g~u-=-st'-7'-,~2~0=2~0'-------Number of Pages: 3 Signer(s) Other Than Named Above: -----'-W-=--'i=lli=a'"'"m'-S=...i..;yr"-k=in"'""'-'-A"""t=to'"'"r'"'"ne=-y,_-"""in'--'-F=ac"""t,__ ________ _ Capacity(ies) Claimed by Signer(s) Sign er's Name: ----=E=dw~a~rd~J ·~C~a=r~ls~o~n~-­ o Individual X Corporate Offi cer -Title(s): __ V~ic.=..e~P~re~s~id~e~n-'-t _ o Partn er D o Limited o General o Attorney in Fact o Tru stee o Other:--------- Signer is Represe nting: All American As halt RIGHT THUMBPRINT OF SIGNER Top of thu mb here Signer's Name: ____ _.,,.... ______ _ o Individual Signer is Representing : RIGHT THUMBPRINT OF SIGNER Top of thumb here CALIFORNIA ALL -PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ~~~~~~~~~~~~~~~~~~~~~~~~~~m~ A notary public or other officer completing th is certificate verifies only the identity of the ind ividual who signed the document to which t his certific ate Is attached , and not the truthfulness , accura cy, or validity of that document. State of California Countyof~O_ra_n~g._e _________ _ On 08 /07/2020 before me, Liliana Gomez , Notary Public Date Here Insert Name and Title of the Officer personally appeared _W_i_ll_ia_m_.Sy._r_k_in ________________________ _ Name(S)...ot Signet(s). who proved to me on the basis of satisfactory evidence to be the person(st whose name~ is/are subscribed to the within instrument and acknowledged to me that he/she/~ executed the same In his/he.c/the.ir authorized capacity~. and that by his/hsl:/lhe.ir signature~on the instrument the person~ or the entity upon behalf of which the person~ acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. z z .. WITNESS m~ :d.o~i c~al:ea/A ,_/ Signature ___ .11--V __ llU_LPJ _ _,,f-~-----~'J--.___ Signature of1NOtafYPUbhC Place Notary Sea/ Above ~~~~~~~~~~~~~~~oPTIONAL~~~~~~~~~~~~~~- Though this section is optional, completing this information can deter al teration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 08 /07/2020 Number of Pages: One (1) Slgner(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: ~W~ill=ia=m=S~vr=k=in~------ 0 Corporate Officer -Title{s): ------- 0 Partner -0 Limited 0 General 0 Individual Ii? Attorney in Fact D Trustee 0 Guardian or Conservator 0 Other:-------------- Signer Is Representing: _________ _ Fidelity and Depo sit Company of Maryland Signer's Name:------------- 0 Corporate Officer -Title{s): ______ _ 0 Partner -0 Limited 0 General 0 Individual 0 Attorney in Fact D Trustee D Guardian or Conservator D Other: -------------- Signer Is Representing: ________ _ ~~~-~-~~~~~~~~~~~ ©2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1 -800 -876 -6827) Item #5907 EXTRACT FROM BY-LAWS OF THE COMPANIES 11 Article V, Section 8, Attorneys-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instnnnents on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at 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 force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the follo\ving resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day ofDccembcr 1998. RESOLVED: "That the signature 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 Po\ver of Attomey ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Cotnpany." This Po\ver of Attorney and Certificate may be signed by facsimile under and 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 1nechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, \vherevcr appearing upon a certified copy of any power of attorney issued by the Company, shall! be valid and binding upon the Company \Vith the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this .2!b.__ day of August 2020 By: Brian 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 Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfclaims@zurichna.com 800-626-4577 Qty Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 3" COLD MILL ASPHALT PAVEMENT 375,000 SF $0.28 $105,000.00 $0.37 $138,750.00 $0.27 $101,250.00 $0.43 $161,250.00 $0.35 $131,250.00 $0.38 $142,500.00 $0.43 $161,250.00 $0.65 $243,750.00 $0.40 $148,125.00 $0.27 $0.65 CONSTRUCT ASPHALT RUBBER HOT MIX-GAP GRADE (ARHM-PG-64-16-GG)5,000 TONS $81.50 $407,500.00 $79.00 $395,000.00 $81.00 $405,000.00 $92.55 $462,750.00 $85.00 $425,000.00 $90.00 $450,000.00 $96.00 $480,000.00 $90.00 $450,000.00 $86.88 $434,406.25 $79.00 $96.00 CONSTRUCT ASPHALT CONCRETE TYPE C1-PG 64-10 2,500 TONS $75.00 $187,500.00 $75.00 $187,500.00 $74.00 $185,000.00 $83.67 $209,175.00 $70.00 $175,000.00 $89.00 $222,500.00 $84.00 $210,000.00 $86.00 $215,000.00 $79.58 $198,959.38 $70.00 $89.00 SAWCUT AND REMOVE 11" THICK AC/BASE PAVEMENT SECTION AND RECONSTRUCT 11" AC PAVEMENT SECTION CONSISTING OF 2" ARHM (TYPE ARHM-PG-64- 16-GG) ON 2" AC (TYPE B-PG 64-10) ON 7” CAB (AREA TO BE DETERMINED BY THE ENGINEER DURING CONSTRUCTION) 10,000 SF $6.75 $67,500.00 $9.50 $95,000.00 $9.00 $90,000.00 $7.48 $74,800.00 $7.00 $70,000.00 $8.80 $88,000.00 $9.60 $96,000.00 $16.00 $160,000.00 $9.27 $92,662.50 $6.75 $16.00 REMOVE EXISTING MARKINGS AND STRIPING IN EXISTING PCC CONCRETE SURFACES ON LAS TUNAS (WEST END EAST OF TEMPLE CITY), AND REINSTALL NEW STRIPING MARKINGS. (ALL STRIPING SHALL COMPLY WITH CURRENT STANDARDS, AND SHALL HAVE RAISED MARKERS. 1 LS $3,900.00 $3,900.00 $5,000.00 $5,000.00 $4,000.00 $4,000.00 $16,733.37 $16,733.37 $5,000.00 $5,000.00 $4,700.00 $4,700.00 $24,000.00 $24,000.00 $23,000.00 $23,000.00 $10,791.67 $10,791.67 $3,900.00 $24,000.00 RESTORE ALL MARKINGS AND STRIPING IN ALL PAVED AREAS.(ALL STRIPING SHALL COMPLY WITH CURRENT STANDARDS, AND SHALL HAVE RAISED MARKERS.) 1 LS $36,000.00 $36,000.00 $35,000.00 $35,000.00 $35,000.00 $35,000.00 $43,418.95 $43,418.95 $40,000.00 $40,000.00 $43,500.00 $43,500.00 $43,250.00 $43,250.00 $73,000.00 $73,000.00 $43,646.12 $43,646.12 $35,000.00 $73,000.00 REMOVE AND RESTORE TRAFFIC LOOP DETECTOR (WITH VARYING, SHAPE & SIZES)85 EA $620.00 $52,700.00 $450.00 $38,250.00 $300.00 $25,500.00 $309.00 $26,265.00 $275.00 $23,375.00 $320.00 $27,200.00 $700.00 $59,500.00 $400.00 $34,000.00 $421.75 $35,848.75 $275.00 $700.00 ADJUST STORM DRAIN/SEWER MANHOLE FRAME AND COVER TO GRADE 16 EA $950.00 $15,200.00 $1,050.00 $16,800.00 $700.00 $11,200.00 $1,004.25 $16,068.00 $600.00 $9,600.00 $1,000.00 $16,000.00 $2,000.00 $32,000.00 $900.00 $14,400.00 $1,025.53 $16,408.50 $600.00 $2,000.00 ADJUST VALVE COVER TO GRADE . THIS ITEM WILL ONLY PAY IF THE WORK IS PERFORMED BY THE CONTRACTOR. IF THE WORK IS PERFORMED BY THE OWNER OF A VALVE (UTILITY OWNER) NO PAYMENT WILL BE MADE TO THE CONTRACTOR. 70 EA $780.00 $54,600.00 $350.00 $24,500.00 $300.00 $21,000.00 $32.80 $2,296.00 $100.00 $7,000.00 $220.00 $15,400.00 $100.00 $7,000.00 $600.00 $42,000.00 $310.35 $21,724.50 $32.80 $780.00 TRAFFIC CONTROL 1 LS $19,433.00 $19,433.00 $50,200.00 $50,200.00 $150,000.00 $150,000.00 $53,685.84 $53,685.84 $249,955.00 $249,955.00 $128,200.00 $128,200.00 $303,000.00 $303,000.00 $351,000.00 $351,000.00 $163,184.23 $163,184.23 $19,433.00 $351,000.00 THIS IS A CITY ESTABLISHED ALLOWANCE FOR MISC. PCC SIDEWALK REPAIRS IF SUCH WORK IS APPROVED BY THE CITY. THIS AMOUNT MAY ONLY BE USED AT CITY'S DISCRETION. 1 LS $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 Apparent Low Bidder 1 Apparent Low Bidder 2 Apparent Low Bidder 3 Apparent Low Bidder 4 Apparent Low Bidder 5 Apparent Low Bidder 6 Apparent Low Bidder 7 Apparent Low Bidder 8 $974,333.00 $1,011,000.00 $1,052,950.00 $1,091,442.16 $1,161,180.00 $1,163,000.00 $1,441,000.00 $1,631,150.00 $974,333.00 $1,011,000.00 $1,052,950.00 $1,091,442.16 $1,161,180.00 $1,163,000.00 $1,441,000.00 $1,631,150.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 12.11%$117,978.00 20.57%$208,000.00 17.66%$186,003.00 28.44%$310,384.00 3.36%$39,053.00 6.89%$80,153.00 8.01%$115,358.00 6.38%$104,000.00 Superior $39,053.00 AAA $120,000.00 AAA $101,250.00 PRS $159,175.00 Superior $39,053.00 EBS $15,600.00 EBS $16,000.00 Superior $39,000.00 MD $14,425.00 Superior $39,000.00 Global Rd $25,500.00 EBS Gen $25,000.00 Global Rd $25,500.00 Superior $39,053.00 Global Rd $40,000.00 CL $13,500.00 CPE $36,000.00 Superior $44,253.00 EBS $15,600.00 Superior $39,053.00 Case Land $5,850.00 Martinez C.$25,000.00 Smithson $51,000.00 MD Crack $13,000.00 AM PCC $15,000.00 Chrisp $52,129.00 Pvmt $17,990.00 Global Rd $39,400.00 CPE $36,465.00 Maneri TC $19,080.00 TOTAL $117,978.00 TOTAL $208,000.00 TOTAL $186,003.00 TOTAL $310,384.00 TOTAL $39,053.00 TOTAL $80,153.00 TOTAL $115,358.00 TOTAL $104,000.00 YES YESYESYESNO Apparent Low Bidder 4 YES Calmex SUBCONTRACTORS TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES Apparent Low Bidder 1 Apparent Low Bidder 2 YES YES 1 2 3 4 5 6 7 8 9 HIGHEST UNIT BID PRICE All American Asphalt Sully Miller Contracting AVERAGE BID VALUES LOWEST UNIT BID PRICE Apparent Low Bidder 3 Hardy and Harper Inc Apparent Low Bidder 5 Excel Paving Apparent Low Bidder 8 Shawnan Apparent Low Bidder 7 Onyx Paving Apparent Low Bidder 6 Gentry Brothers Inc 1. BID TABULATION YES PROJECT NAME: LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2, FROM SULTANA AVE TO EAST CITY LIMIT (WEST OF BALDWIN AVE) CITY PROJECT ID: P-20-07 IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON CALCULATED BID AMOUNT Bid Item and Description BID RANKING SUBCONTRACTOR % AND AMOUNT SHOWN IN THE BID DID THE BIDDER MEET MAX 49% SUB CONTRACTOR (MIN 51% WORK BY PRIME CONTRACTOR) REQUIREMENT TOTAL BID AMOUNT INDICATED BY BIDDER BID TABULATION 10 11 D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20556 TC LAS TUNAS PAVEMENT REHAB, PHASE II DESIGN\WIP\19 BID ANALYSIS\0 BID ANALYSIS TC LAS TUNAS PAVEMENT REHAB, PHASE II DESIGNBID TABULATION 1 of 4 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 1 of 26 ATTACHMENT C APPARENT LOW BID AMOUNT:$974,333.00 REVIEW RESULT BY DATE YES CITY CLERK 8/20/20 YES CITY CLERK 8/20/20 YES LM 8/20/20 YES LM 8/20/20 $117,978.00 LM 8/20/20 51.00%LM 8/20/20 87.89%LM 8/20/20 YES LM 8/20/20 49.00%LM 8/20/20 12.11%LM 8/20/20 YES LM 8/20/20 PRIME CONTRACTOR LICENSE STATUS: All American Asphalt 267073 Class A, C-12 AB 8/20/20 PRIME CONTRACTOR DIR REGISTRATION STATUS: All American Asphalt 1000001051 AB 8/20/20 SUB CONTRACTOR LICENSE STATUS: Superior Pavement Markings 776306 AB 8/20/20 SUB CONTRACTOR DIR REGISTRATION STATUS: Superior Pavement Markings 1000001476 AB 8/20/20 SUB CONTRACTOR LICENSE STATUS: CL Surveying and Mapping N/A AB 8/20/20 SUB CONTRACTOR DIR REGISTRATION STATUS: CL Surveying and Mapping 1000007166 AB 8/20/20 SUB CONTRACTOR LICENSE STATUS: MD Rubberized Crackfill 986686 AB 8/20/20 SUB CONTRACTOR DIR REGISTRATION STATUS: MD Rubberized Crackfill 1000006438 AB 8/20/20 SUB CONTRACTOR LICENSE STATUS: Smithson Electric 614518 AB 8/20/20 SUB CONTRACTOR DIR REGISTRATION STATUS: Smithson Electric 1000001610 AB 8/20/20 PRIME CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:All American Asphalt NOT ON STATE DEBARRED LIST AB 8/20/20 PRIME CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: All American Asphalt NOT ON FEDERAL DEBARRED LIST AB 8/20/20 SUB CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:Superior Pavement Markings NOT ON STATE DEBARRED LIST AB 8/20/20 SUB CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: Superior Pavement Markings NOT ON FEDERAL DEBARRED LIST AB 8/20/20 SUB CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:CL Surveying and Mapping NOT ON STATE DEBARRED LIST AB 8/20/20 SUB CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: CL Surveying and Mapping NOT ON FEDERAL DEBARRED LIST AB 8/20/20 SUB CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:MD Rubberized Crackfill NOT ON STATE DEBARRED LIST AB 8/20/20 SUB CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: MD Rubberized Crackfill NOT ON FEDERAL DEBARRED LIST AB 8/20/20 SUB CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:Smithson Electric NOT ON STATE DEBARRED LIST AB 8/20/20 SUB CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: Smithson Electric NOT ON FEDERAL DEBARRED LIST AB 8/20/20 YES AB 8/20/20 Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from SAM Web Page attached (https://www.sam.gov/SAM/) 2. REVIEW OF APPARENT LOW BID All American Asphalt PRIME CONTRACTOR % CALCULATED PER BID SUBMITTAL (THIS % MUST BE EQUAL OR MORE THAN ABOVE %): BIDDER COMPLIES WITH MIN PRIME CONTRACTOR % REQUIREMENT: MAX ALLOWABLE SUBCONTRACTOR PERCENT PER SPECIFICATIONS: APPARENT LOW BID SUBMITTED BY: ITEM REVIEWED/CHECKED BID STAMPED AS RECEIVED PRIOR BID TIME: BID BOND IN PROPER AMOUNT: ADDENDA ACKNOWLEDGEMENT: TOTAL BID PRICES CALCULATED CORRECTLY: SUBCONTRACTOR AMOUNT: MIN PRIME CONTRACTOR % REQUIREMENT FOR WORK PER SPECIFICATIONS: REMARKS Print-out from SAM Web Page attached (https://www.sam.gov/SAM/) Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) REFERENCE CHECK ACCEPTABLE: Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) SUB CONTRACTOR % CALCULATED PER BID SUBMITTAL (THIS % MUST BE EQUAL OR LESS THAN ABOVE %): BIDDER COMPLIES WITH MAX. SUB CONTRACTOR % REQUIREMENT: See Reference Check Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from SAM Web Page attached (https://www.sam.gov/SAM/) Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from SAM Web Page attached (https://www.sam.gov/SAM/) Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from SAM Web Page attached (https://www.sam.gov/SAM/) D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20556 TC LAS TUNAS PAVEMENT REHAB, PHASE II DESIGN\WIP\19 BID ANALYSIS\0 BID ANALYSIS TC LAS TUNAS PAVEMENT REHAB, PHASE II DESIGNREVIEW OF APPARENT LOW BID 2 of 4 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 2 of 26 REFERENCE PROJECT OWNER AND REFERENCE NAME TELAMOUNTDATE COMPLETEDDID THE CONTRACTOR DO QUALITY WORKDID THE CONTRACTOR STAY ON SCHEDULEDID THE CONTRACTOR ASK FOR UNNECESSARY CHANGE ORDERSDID THE CONTRACTOR FILE CLAIMS AGAINST YOUWILL YOU HIRE THE CONTRACTOR AGAINREMARKS Simi Valley Minor Street Rehab Project City of Simi Valley Sarah Sheshebor (805)583-6792 $510,124.25 Aug-19 YES YES NO NO YES AB 8/20/2020 3. REFERENCE CHECK OF APPARENT LOW BIDDER REFERENCE CHECK FOR APPARENT LOW BIDDER CHECKED BYDATEAnswer "YES" if satisfied or "NO" if not satisfied REFERENCE DATA FOR APPARENT LOW BIDDER All American Asphalt D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20556 TC LAS TUNAS PAVEMENT REHAB, PHASE II DESIGN\WIP\19 BID ANALYSIS\0 BID ANALYSIS TC LAS TUNAS PAVEMENT REHAB, PHASE II DESIGNREF CHECK 3 of 4 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 3 of 26 All American Asphalt $974,333.00 4. LOWEST RESPONSIBLE BID LOWEST RESPONSIBLE BID SUBMITTED BY: IN THE AMOUNT OF: D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20556 TC LAS TUNAS PAVEMENT REHAB, PHASE II DESIGN\WIP\19 BID ANALYSIS\0 BID ANALYSIS TC LAS TUNAS PAVEMENT REHAB, PHASE II DESIGNLOWEST RESPONSIBLE BID 4 of 4 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 4 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 5 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 6 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 7 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 8 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 9 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 10 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 11 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 12 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 13 of 26 8/21/2020 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 1/2 Contractor Information Legal Entity Name SUPERIOR PAVEMENT MARKINGS Legal Entity Type Corporation Status Active Registration Number 1000001476 Registration effective date 7/1/2019 Registration expiration date 6/30/2022 Mailing Address 5312 CYPRESS STREET  CYPRESS 90630 CA Unite… Physical Address 5312 CYPRESS STREET  CYPRESS 90630 CA Unite… Email Address Trade Name/DBA STREET STRIPING CONSTRUCTION ZONE TRAFFIC CONTROL PARKING & HIGHWAY IMPROVEMENT License Number(s) CSLB:776306 Registration History Legal Entity Information Corporation Number: C2868038 Federal Employment Identification Number: President Name: JOHN LUCAS Vice President Name: ROBERT GARCIA Treasurer Name: Secretary Name: CEO Name: DARREN VELTZ Agent of Service Name: SUPERIOR PAVEMENT MARKINGS Agent of Service Mailing Address: 5312 CYPRESS STREET  CYPRESS 90630 CA United States of America Workers Compensation Effective Date    Expiration Date 6/18/2018 6/30/2019 6/23/2017 6/30/2018 6/7/2016 6/30/2017 6/22/2015 6/30/2016 9/24/2014 6/30/2015 7/1/2019 6/30/2022 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 14 of 26 8/21/2020 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 2/2 Do you lease employees through Professional Employer Organization (PEO)?: No Please provide your current workers compensation insurance information below: PEO Information PEO Name PEO Phone PEO Email Insured by Carrier Policy Holder Name:SUPERIOR PAVEMENT MARKINGSInsurance Carrier: Cypress Insurance CompanyPolicy Number:SUWC033321Inception date:5/31/2019 Expiration Date:5/31/2020 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 15 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 16 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 17 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 18 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 19 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 20 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 21 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 22 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 23 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 24 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 25 of 26 Bid Analysis, Las Tunas Blvd Pavement Rehab Phase 2, City Project ID. P20-07 Document Control Page 26 of 26