HomeMy Public PortalAbout16) 10B Acceptance of Bid and Award of Contract for CDBG Project Downtown Parking Lots ADAAGENDA
ITEM 10.8.
COMMUNITY DEVELOPMENT DEPARTMENT
MEMORANDUM
DATE: May 6 , 2014
TO: The Honorable City Council
FROM : Do na ld E. Penman, Interim City Manager
Via: Geoffrey Starns , AICP , Planning Manager
By: Adam L. Gulick, Associate Planner
Ali Cayir, PE, City Engin eer
SUBJECT: ACCEPT ANC E OF BID AND AW ARD OF CONTRACT FOR THE
FEDERALLY FUNDED COMMUNITY DEVELOPMENT BLOCK GRANT
(CDBG) PROJECT FOR DOWNTOWN PARKING LOTS AND TEMPLE
CITY BOULEVARD ACCESSIBILITY IMPROVEMENTS PER THE
AMERICAN WITH DISABILITY ACT (PROJECT NO. 601596-13,
HOUSING AND URBAN DEVELOPMENT (HUD) CODE: 03G AND
PROJECT NO. 601595-13, HUD CODE: 03L; BID NO. P14-14 AND P14-
15, CIP NO. P14-14 AND P14-15)
RECOMME NDATION:
T he City Council is requested to:
a) Accept th e bid subm itted by FS Construction (Attachment "A") for the federally
funded CDBG Project for Downtown Parking Lots and Temple C ity Bo u leva rd
Accessibility Improvements Project per the Ame rican with Disabili ty Act
(ADA)(Project No. 601596-13, HUD Code: 03G and Project No. 601595-13 ,
HUD Code: 03L; Bid No . P14-14 and P14-15; CIP No. P14-14 and P14 -15);
and
b) Authorize the Interim City Manager to execute the Public Works Contract with FS
Construction (Attac hm e nt "B").
BACKGROUND:
1. O n March 11 , 20 13, the City was notified that $611 ,565 of CDBG unallocated
funds mu st be expend ed by March 30 , 2 013 du e to th e Los An ge le s County
Community Development Commission 's (CDC) drawdown requirement. The
CDC 's policy states that if a city fail s to expend funds in excess of 150% of its
annual allocation by Marc h 301h of each year, the city is required to participate in
City Council
May 6, 2014
Page 2 of 6
an appeal hearing process with the CDC to make a case that the excess CDBG
funds are needed for an existing program or project, and will be expended within
six months .
2 . On March 12, 2013 , the City, Willdan Engineering (Wi lldan) and CDC staff met
to discuss the status of the City's FY 2013-14 CDBG Programs, FY 2014-15
CDBG Programs and two out of cycle projects (i.e ., Downtown Parking Lot ADA
Improvement Project and the Temple City Boulevard ADA Improvement Project),
which would assist in reducing the City's unallocated CDBG funds . The CDC
requested that the City provide additional i nformation relating to the specific work
and estimated costs .
3 . On May 15 , 2013, City staff received notification from the CDC that the two out
of cycle projects (i.e ., Downtown Parking Lot ADA Improvement Project and the
Temple City Boulevard ADA Improvement Project) were initially approved , and
the City could proceed with publishing the required 30-day notice to establish the
two new out of cycle projects and conduct the required public hearing .
4 . On June 18, 2013 , the City Council conducted a public hearing and approved the
establishment of two new out of cycle projects (Projects) utilizing CDBG funds to
bring existing downtown parking lots and a portion of Temple City Boulevard into
compliance with ADA accessibility standards (i.e ., Downtown Parking Lot ADA
Improvement Project: $1 15,000; and Temple City Boulevard ADA Improvement
Project: $1 05 ,000).
5 . In July 2013 , the CDC approved and executed the CDBG funding agreemen ts
with the City for the Projects . CDC also granted City's request to combine bid
packages for the Proje cts into one bid package and award the contract to one
single contractor.
6 . In October 201 3 , the City's co ntracted eng ineer, Transtec h Eng ineers , Inc.
(Transtech), finalized the Project plans and bid package based on initial
comments received from the CDC .
7 . In December 20 13, a complete bid package (i .e ., project plans , cost and
eligibility table , location map , and aerial plans with a description of the scope of
work) was submitted to CDC for their review and approval. Because the Project
is utili z ing CDBG Funds , the Project requires review and approval from the CDC
prior to publishing the bid noti ce .
8 . In January 2014 , the CDC informed City staff that the bid package for the Project
was approved.
9. On January 30 and Feb ruary 6 , 2 014 , th e City publish e d the Project Bid Notice
(Bid Notice) in the Temple City Tribun e , with a bid deadline of Marc h 4 , 2014.
City Council
May 6 , 2014
Page 3 of 6
Additionally, the City posted the Bid Notice on City 's website and Transtech
requested publishing of the Project Bid Notice through various contractor trade
publications .
10 . On February 18 , 2014 , per the CDC requ irements , a non-mandatory pre-b id
meeting was conducted to answer any questions from prospective bidders and to
ex plain the Federal Labor Standards Provisions , Section 3 Clause , and the
prevailing wage requirements of the Dav is-Bacon and related Acts .
11 . On March 4, 2014 , the City Clerk conducted the bid opening for the Project. Three
bids were submitted (i .e., Unique Performance Construction , Inc ., FS
Construction , and El Camino Construction & Engineering) and the lowest bid
received was in the amount of $200 ,000 .
12 . On March 21, 2014 , City staff consulted with the City's CDBG Program Manager
regarding the shortage of funds for the Project as the lowest bid was higher than
the engineer's estimate. The Program Manager advised staff to look at the City's
policies and procedures to make a decision on whether the budget amendment
would be considered a substantial amendment, which requires a public comment
period . Staff determined that it may be considered a substantial amendment, since
the proposed amendment is almost 25 % of the City 's annual CDBG allocation .
13 . On April 3 , 2014 , a publ ic notice for the City Council to consider in creasing the
budget for the Project was published in the Temple City Tribune.
ANALYSIS:
At the June 27 , 2012 meeting with the CDC , staff confirmed the C ity's commitment to
meeting an aggressive schedule for the construction of ADA accessibility ramps in City-
owned parking lots as well as street corners and sidewalks . The process for large-scale
public works construction projects require a more extensive bidding process . This has
changed the City's past practice to have the Los Angeles County Department of Public
Works construct the ADA ramps per its existing General Services Agreement with the
County. Additionally, due to the County Public Works' 20 % overhead charge , the CDC
is not allowing the City to use the County Pu b lic Works for th e se proj e cts and require
that all public work related construction projects go through a competitive bidding
process . Therefore , the City contracts with qua lif ied firms to manage and perform the
CDBG-funded public works projects . The following two firms were retained to provide
professional services for the Project:
Willdan Engineering (Willdan):
City Council
May 6, 2014
Page 4 of 6
• The Professional Services Contract for Section 3, Labor Compliance and
Enforcement Services was awarded to Willdan .
Transtech :
• The Professional Services Contract for Design , Bidding Support and
Construction Administration Services was awarded to Transtech based on the
master contract with the City , which stipulates that Transtech would perform
professional engineering services on Capital Projects based on approved scope
and fee by the City.
This Project will construct handicap access ramps and associated facilities at 11 City
parking lots in the downtown areas , and curb ramps and associated sidewalk
improvements (remove ADA access barriers) at four intersections along Temple City
Boulevard . The engineer's cost estimates for the Project, including soft costs , was
$216 ,860 .
Since the project is utilizing CDBG (federal) funds , the City is required add a Section 3
provision to the bid notice for the project. Section 3 is a provision of the HUD Act of
1968 that helps promote local economic development, neighborhood economic
development and self-sufficiency. Section 3 businesses are given a preference when
bidding on a federally funded project. For a business to become Section 3, they must
be owned by 51% or more residents that are very low-or low-income ; employs 30% or
more very low-or low-income residents ; or provide evidence of a commitment to
subcontract to another Section 3 business , 25% or more of the dollar amount of the
award contract. The Section 3 preference provision is a tiered system , which is based
on the lowest responsible bid amount.
The City received three bids for this project, as follows :
Bidder Name Total Bid Amount Bid Amount
Ranking
FS Construction $200 ,000 1 (Section 3 Non-responsive)
Unique Performance $208,600 as submitted 2 Construction, Inc. (Section 3 Non-responsive)
El Camino Construction & $291 ,205 3 Engineering
City Council
May 6, 2014
Page 5 of 6
The apparent low bid was submitted by FS Construction in the amount of $200 ,000.
Transtech and Willdan co ndu cted an apparent l ow bidder analysis (Atta chment "E ") as
follows :
1. Reviewed the summation of bid prices and included the b id analysis results. The
analys is resulted in FS Construction 's total bid amount to $200,000 (by summing
up unit prices of all b id items); Un iqu e Performance Construction , Inc.'s total bid
amount to $2 08 ,600 (by sum ming up unit prices of all b id it ems), and El Camino
Construction & Engineering's tota l bid amount to $291 ,205 (by summing up unit
prices of all bid items). The two lowest bidders did not indicate that they were a
Section 3 business . Th e highest bid , subm itted by El Cami no Construction &
Eng ineering , indicated that they are a Sectio n 3 business , however, they were
not give n Section 3 preference f or the project because their bid was more than
$21,000 of the lowest bid . The analysis determined that FS Co nstruction 's bid as
the lowest respons ive bid for the project;
2 . Contacted the bond ing company to verify that the bidder is properly bonded ;
3 . Verified with the State Contractor's Li censing Board that the bidder is properly
licensed (Attachment "F");
4 . Verified using th e Federally Excluded Parties List System (EPLS) to verify that the
bidder is not excluded from bidd ing federally fu nded projects (Attachment "G ");
5 . Conta cted the three references provided by the bidder; and
6 . Reviewed that al l Section 3, Labo r Co mpliance and CDC documents were
submitted with the bid and found them to be in compl ia nce.
Based o n the above bid a nalys is , FS Construction, was estab lished as the lowest,
responsive and responsible bid . Due to the lowest bid being higher than the engineer
estim ate for th e project, the tota l project budget has increased t o $260 ,000 (see
breakdown below), requ iring an additional $4 0 ,000 . Any expenses exceeding the
project's orig in a l a llo cation of $220,000 must be paid through the City's unallocated
CDBG balance or general fu nds.
Item Cost
FS Construction (lowest b id) $200,000
1 0% conting ency $ 20,000
20% soft costs for
construction manag ement $ 40,000
and labor complian ce
City Council
May 6 , 2014
Page 6 of 6
I Total Project Cost
CONCLUSION:
1 $260,000
The City Council is requ ested to accept the bid for the federally funded CDBG Project
for Downtown Parking Lots and Temple City Boulevard Access Improvement per ADA
(Project No . 601596-13 , HUD Code : 03G and Project No . 601595-13 , HUD Code:
03L; Bid No . P14-14 and P14-15; CIP No . P14-14 and P14-15) submitted by FS
Construction in the amount of $200 ,000 as the lowest , responsive and responsible bid ;
and authorize the City Manager to execute a Public Works Contract w ith FS
Construction in an amount not to exceed $200 ,000 .
FISCAL IMPACT:
The original budget for the Project was $220 ,000, which was approved on June 18 ,
2013. Tonight staff recommended a budget amendment of $40 ,000 for the Project
utilizing a portion of the City's unallocated CDBG funds. If the recommended budget
amendment was approved , $264 ,000 of CDBG funds will be available for this Project
for Fiscal Year 2013-14 .
ATTACHMENTS:
A. Low bid submitted by FS Construction
B. Temple City Standard Project Agreement for ADA Project, modified per CDC
standard contract requirements
C . ADA Project location map
D. Bid Notice for the ADA Project
E. Bid Analysis from Transtech and Willdan
F. California State Li cense Contractor's search result for FS Construction
G. EPLS debarment search results for FS Construction
ATTACHMENT A
C. BIDDER'S PROPOSAL
Do wntown Park ing Di strict Lots, ADA I m p rovements
CDBG Federa l Funde d Pr oj ect, Proj ect No. 601596-13, HUD Code: 03G
and
Temple Ci ty Boulevard ADA Ac cessi b ility Impr ovem ents
CDBG Fed er al Fund ed Pr oj ect, Proj ect No. 501595-13, HUD Code: 03L
Bid No.: P14 -14 & P14-15
Ci ty of Tem ple City
I Bidder's Name: FS Construction
In accordance with the City of Temple City's Notice Inviting Sea led Bids, the undersigned BIDDER, hereby
proposes to fu rn ish all mat eria ls, equ i pment, tools, labor, and incidentals requ i red for t he above stated
project as se t forth in t he Plans, Specifications, and co ntract documents t herefore, and to perform all
work in the m anner and t ime prescr ibed t herein.
BIDD ER dec lares t hat this proposal is based upon ca re f ul examination of the wo rk site, Plans,
Specifications, Inst r uctions t o Bidders, and all other con tract docu ments. If th is proposal is accepted for
award, BIDDER understands t hat failure to enter in t o a contract in the ma nne r and time prescribed will
re su lt in f o rfeit ure to t he City of Temple City of the guarantee accompanying t his proposal.
BIDDER underst an ds t hat a bid is required f or the entire work. The contract w i ll be awarded on the
prices shown on the b id sc hedule. It is ag r eed that t he unit and/or lump sum prices bid i nclude all
appu rtenan t ex pe nses, taxes, royal ties and f ees. In the case of disc r epancie s in the a mounts of bid, u nit
prices shall govern over extended amount, and words shall govern over figu r es .
If awarded t he Co nt ract, t he t:J nde rs igned furt he r agrees that in the eve nt of the BIDDER'S default in
executing the requir ed con t ract and fil ing the ne cessary bo nds and insu r ance certi f ica tes w ithin ten
working days after t he date of the City of Temp le City's no tice of awa rd of contract to t he BID DER, the
proceeds of the sec urit y accompany i ng this bid shall become the property o f the City of Temple City and
t his bi d and t he acce ptance hereof may, at the City of Temple City's option, be cons i dered null and void.
BID SCHEDULE
To t he Temple City's City Counci l, herein called the "Co uncil".
Pursuant to and i n co mpliance with your No t ice Invit i ng Bids and t he other documents re lating thereto, the
unde r signed bidder, hav i ng familiarize d hi mse lf with t he work as pe r the paragraph, Discre pa ncies and
M is understa ndi ngs, conta ined in the I NSTRUCTIONS TO BIDDERS sec t io n, and w it h t he terms o f the
contract, the loca l co nd itions affecting the performance of the contract, and th e cos t of the w ork at t he
place where the work is done, and with the d rawings and specif ications an d other contract documents,
hereby proposes and agrees t o pe rfo rm, within th e t i me sti pu lated, the con t ract , i ncludi ng all of it s
component parts, and everything required to be perfor med, an d to prov ide an d furnish any and all of t he
labor , mat erials, tools, expenda bl e equipment, and all app licable taxes, uti lity and transportation services
Pag e : C. l
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
Ooalmmt Control Page 14 ol'67
necess ary t o perfo rm the co ntract an d com plete in a workman like ma nner, all i n strict co nfor mit y w ith the
Contract Do cuments on f ile at the office of t he Ci ty Clerk of said City, per the foll owin g bid sched ule
(B idde r sha ll provi d e a bid amount fo r each bid it em. Fa i lure t o prov id e a bid for ea ch b id it e m shall render
th e bid no n-res ponsiv e):
Page:C.2
BIDDER SHALL COMPLETE AND SUBMIT AU DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
Document Cootr ol Page 15 of 16/
BID SCHEDU LE 1 FOR
Downto wn Parki ng District Lots, ADA Improv e m ents
CDBG Fe d e r al Funde d Pr oject, Proj e ct N o.601596-13, HUD Code: 03G
N o . Ite m De scr ipt ion Qty Uni t Price Total Price
1 ADA I m p rovement s at Par k i ng Lo t 1A 1 L5 $ s;ooo $ 5;" ot>O
2 ADA I mprovement s at Parking Lot 1B 1L5 $ _s;vt>O $··~DO 0
3 1\DI\ Impr oveme nt s at Parking Lot 3 1 LS $ f;'i>VO $ .s, 0()0
4 /\DA Improvements at Parking Lo t 4 1 LS $ .s;_vc.>v $ .Sl OOo
5 ADA I mpro v e m ent s at Parki ng Lo t SA 1LS $ 7. '5 tJO $ -z s-ro o
6 ADA I m p rove m en t s at Par ki n g Lot SB 1 LS $ 1, ;;oo $ J. ~-() v
7 ADA I mprove m e nts at Parking Lot 6A 1 LS $ 7tJOO $ 700 0
8 ADA I mprovem e n t s at Parking Lot 66 lLS $ blooD $ ~' OtJO
9 ADA I mpr ov e ments at Pa r king Lo t 7A 1 LS $ .Sot>o $ 5 ooo
10 ADA Improvements at Parking Lot SA 1 LS $ §ot> 0 $ 5;.DOO
11 ADA Improvements at Parking Lot 8B 1 LS $ /000 $ ]ODO
TOTAL BID AMOUNT FOR BID SCHEDULE 1 $ (a5,DD0
BID SCHEDULE 2 FOR
Te mple Ci ty Boulevard ADA Access ibility Improv eme nts
CDBG Federal Fu nde d Proje ct, Proj ect N o . 601595-13, HUD Co d e: 03L
N o. Ite m De scri ption Qty Un i t Pri ce Tota l Pr i ce
1
ADA Improvem ents at T emple City Blvd ./Woodr u f f lLS
Ave . (See Appendix C, Photo In d ex Nos. 1-6)
$ SOooo $ )() 0 ~()
2 ADA Improvements at Temple City Blvd ./Las Tunas 1 LS $ l/ '-1 {) (.) 0 $ tflf,_ooo
Dr. (See Appe nd i x C, Photo Index N os . 7-10)
3
ADA I m p rove ments at Temple Ci t y Bl v d ./W o rkm an 1LS $ 2.b ,IJO t) $ Z6£ooo
Ave . (See Appe n dix C, Photo Index Nos. 11-13) '
4
ADA Improvements at Templ e City Bl v d ./Live Oak l LS $ IS ooo $ L5tooo
Ave . (See App e ndix C, Phot o I ndex Nos. 14-19)
TOTAL BID AMOUNT FOR BID SCHEDU LE 2 $ Lls-o()O
~ow ~sfo."AMovNr~w1Lufe E.sTA ai.ls~ep· E3:A~.e"o·_ol"l"fJ1 E-~G~~No--r9.Tt\L s1o AM9UN(FoR sto~. ·
sc;:_HE~UlE).~·arr.i:sc_Hepb LE i · .. , .. '::-1~~;<>:·.-. ';_ :.;·:.:::~·;s;:· ·· ·. . '··,; '·-. -.... ·;,·
In the case of d iscr epancies in t he amount of bid, u nit p rices sha ll govern ove r extended amo u nt s, an d
wor ds s h a l l govern over f igures.
Page: C. 3
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
Doo.Jner t Coo:rol Page 16 of 16/
Full compensati on for the it ems listed to the site are Mobi lization I Demobilization
considered as included in each Bid Item listed above Traffic Control, Public Convenience and Safet y as applicable, and no additio nal and/or separate
compensation w ill be allowed . Remov als /Exca vation/Clearing/Gr ubbi ng
The bid prices shall include an y a nd all costs, i ncludi ng labor, materials, appurtenant expens es , ta xes,
royalties and any and all other inci dental costs t o complete the project, in compliance w ith the Bid
and Contract Documents and all applicable codes and standards.
All other work items not specifi cally l isted in the bid schedule, but necessary to complete the w ork per
bid and cont ract documents and all applicable codes and standards are assumed to be included in the
bid prices .
The City reserves the right to add, delet e, i ncrease or decrease the amount of any quantity shown and
to delete any i t em from the contract and pay the co ntractor at the bid unit prices so lon g as the t otal
amount of ch ange does not exceed 25% (plus or m inus) of the total bid amount for the entire project.
If the change excee ds 25%, a chan ge o r der may be nego tiated to adju st unit bid prices.
A b id is r equ ired for the entire w ork, that the quant it ies set forth in the Bid Schedu le are to ca lculate
total bid amount, an d t hat final compensation under the contract will be based upon the actual
quant ities of work sa tisfactorily completed.
Page:C.4
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
Docume~t Control Page 17 of 167
DES IGNATION OF SUBCON TRACTORS
BIDDER pr o p oses t o su bcon tract certa in portions o f t he work w hi ch are i n excess of one-half o f one
percent of the bid and t o procure materia ls and equipment f r om suppli ers and vendo rs as f ollows·
Subcontractor Inf orm at ion Work t o be Perfo rmed Do llar Amoun t
Nam e: N. /A-
Ad dress : I
$
Te l :
Name:
Address: $
Te l :
Nam e:
Address: $
Te l :
Name:
Address : $
Tel:
Name:
Address: $
Tel:
Name:
Address : $
Tel:
Name:
Address: $
Te l:
Total Subcontract Amount (shall not exceed 49% of Total Bid Amount) $
Page: C. 5
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL n
Document Cootrol Pag e 18 of 167
REFERENCES
The City of Temple City Is interested in obtaining bids from the most qua lified and capable contra ctors
w ith a proven t rack record ab le to perform work desired by the Publ ic Works Department. Any and all
references required to be provided by the bid specifi ca t ions must be for projects constructed by the
biddi ng company; references for other pro jects performed by principals or other individua ls of the
biddi ng co mpany m ay not be included.
The following are the names , addresses, and t elepho ne numbers for three public agencies for w hi ch
BIDDER ha s performed similar work within the past t hree years.
Refe r ence Project Contract Date
Name Value Comp leted
A()fluC\ \ COncrek i):r:e«W ~\-ah kk \---\ ()(' s l 3.5,215
l-016
co tdev-n\ l(
$(223,111 Pvjus~ Cor\ ete.-4-e \-
.(~ 2J)I0
Contact Te l No: (l \4) .5
lA)hee\c ~\v
$ 1-~88q Jo}·i \01'0(J
8'4 ~s-h:\\\C\.~ofl 'l..o \2
BONDS
The followi ng ar e the name s, addresses, and t elephone numbe rs for all brokers and sureties from whom
Bidder intends t o procu re i nsu ran ce bonds:
SITE INSP ECTION
The Bid de r decla res that he/she has care fully read and exam i ned the plans, specif icat io ns, bid
documents, and he/she has made a personal examinat ion of the site (indica t e name of the pe rso n,
r ep rese nting t he bidder, w ho inspected the site and date below) and that he/she under st ands the exact
scope of t he Project W ITHOUT QUESTION.
Name of Pers on who inspected t he sit e:
Date of Ins pection:
Pa ge:C.6
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
Document Con!Jol Page 19 ol 161
AD DEN DA ACKNOWLEDG MENT
The Bidder ack nowledges receipt of the following Addenda and has i ncluded thei r prov isions in this
Proposal:
Addendum No. ________ Dated ______ _
Addendum No. ________ Dated ______ _
EQUAL EM PLOYMENT OPPO RT UNITY CO MPLIANCE
BIDDER certifies that all previous contr acts or subcontracts, all reports which may have been due under
the requ irements of any Agency, Site, or Federal equa l employment opportunity orders have been
satis fa cto rily filed, and that no suc h reports are cu rrently outstanding.
AFF IRMATIVE ACT ION CE RTIF ICATI ON
BIDDER certifies that affi rm at ive action has been taken to see k out and consider m inority business
enterp rises for those portions of work to be subcontracted, and that such affirmative actions have been
fully docume nted, t hat said do cumentation is open to inspection, and that said affirma t ive action will
remain in effect for t h e life of any contract awarded hereunder. Furthe r more, BIDDER certifies that
affirmative actio n will be taken to meet all eq ual employment opportu nity requirement s of the con t ract
documents .
NON COLL USI ON AFFIDAVI T
BIDDER decla res tha t the on ly persons or parties interested i n this proposa l as principals are those
named herein: that no officer, agent, or em p loyee of t he City of Temple City is personally interest ed,
directly or indirect ly, in this proposal; t hat this proposa l is made without connection to any othe r
individual, firm , or corporation making a bid for the same work and that this proposal is in all respe cts
fair and w ithout collusion or f raud.
BIDDER I NFORMATION
Bidder's Name:
Address:
l
Form of Legal Enti t y (i.e ., individual, pa r t ne rship, corporation, etc.)
If a Corporation, Sta t e of Incorporation (i.e., Calif.)
Valid State Contractor's license No. and Class
Contact Person Information:
Title E-mail
The fo llowing are the names, titles, add resses, and phone numbers of all individuals, f irm members,
Page: C. 7
BIDDER SHAll COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
s
Doolmer~ Control Page 20 ol167
partners, joi nt venturers, and/or corporate officers having a pri ncipa l interest i n thi s proposa l:
The date(s) of any vo l untary o r involuntary bank rupt cy j udgements aga i nst any principal ha vi ng an
interest i n this p roposal are as follows:
~ {f\
All current and pri o r DBA'S, alia s, and/or f ictitious bus i ness names for any principal ha v ing an intere st in
th is pro~osal are as follows:
Previous contract performance history:
W as any contract terminated previously: N Q
if the ans wer to the above is "yes", provide the f ollo w ing information:
Contract/proje ct name and number: __________________ _
Date of terminati on: ________________________ _
Re aso n for termi na t ion: ______________________ _
Owne r s name: ___________________________________ __
Owner contact person and t el. no.:---------------------
IN W ITNESS WHEREOF, BIDDER executes a nf ~ubmits t h is prop9sa l with the names, titles, hands, and
sea ls of all aforementioned princi pals thi s~ day of kttv"c.h , 201~1.
BID DE R -~~~s~~ ----=.c~::.........=.::s~t:...:...."--='C..=-+-~~~--------
Subscribed and sworn to t his __ da y of ________ _, 201 _.
NO TARY PUBLI C __________________________ _
Page:C.8
BIDDER SHAll COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION ''C. BIDDER'S PROPOSAL"
Doa;ment Control Page 21 ol167
THE FOLLOWING FORMS ARE REQUIRED TO BE COMPLETED AND SUBMITIED WITH THE BID :
1. COUNTY LOBBYIST CERT I FICATION
2. CON T RACTOR'S LIST OF PROPOSED SUBCONTRACTORS
3. WORKER'S COMPENSATION CERTIFICATION
4. NON-SEGREGATED FACILITI ES CERTIF ICATION
S. PAST PERFORMANCE CERTIFICATION
6. NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY COMMITMENT
7. NON-COLLUSION AFFIDAVIT (This form must be notarized)
8. FEDERAL LOBBYIST CERTIFICATION
9. SECTION 3 BUSINESS CERTIFICATION
10. SECTION 3 RESIDENT CERTIFICATION
11. SECTION 3 ECONOMIC OPPORTUNITY PLAN
12. N OTICE OF SECTION 3 COMMITMENT
13. PROPOSAL GUARANTEE/BID BOND
14. REQUEST FOR ADDITIONAL CLASSIFICATION AND RATE
15. SECTION 3 SUMMARY REPORT
Pa ge:C.9
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
Documen! Control Page 22 o1 167
1. COUNTY LOBBYIST CERTIFICATION
County Lobbyist Certification
Name of Furn. ffi C6os\i ociio <\ Dare
\l@*> 2-\a:\~ S\: S~YY'U< cA g l3fz..
~ ~ (Q(}J,O
Ad cress
Te1epho1e.
Acting Ol'l beha lf of the above r amed 'irrn . as 1ts Authonzed Offi cial , I make the fo'lowing certi fi ca:1 on to
the Co~nty of I~:~\~ t o ~~Comm~mty Developmert Com'TlissJon. Coun;y of ~os Angeles end to
t'1e City of r. • ( 1 • as the local et::ntracting agency (LCAl.
11 It is u nderstood that each person, ent ty , or fi rm who appli es for a Community
Deve opment C omm iss on co ntract. end as oert of t hat process shall ce rti fy tha t they are
fa m iliar wit '1 the req ui rements of Ire Los Angeles CoLnty Code. Cheprer 2 160 (Los
.Angel es Count y Orainanco 93-0031) and.
2 ) T hat all personsfenblieslfirm s acting on behalf o f th e above n am e d fir m have and w.ll
co m pl y w ith the Count y Code. and .
3) That any person, ennt y, or firm "Nho seeks a contract w 1th l 'le Co mmun1t y Dovelopmert
CommissiOn snail be disquali fi etl therefrcm and denied the contrac: and, shall be liab le m
civi l a cti on. 1f any lobbyist. lobby1rg firm . l cbby·st em pl oyer o r any otr.er person or enhty
acti ng o n be hal' of th e name d irrn fai s to co·niJIY V"~ilh the provisions of Ire CoLnty Code
T hi s ce rt ifica ti o n i s ma te ri a r epresenta ti on of facts upon wh i ch reliance was pl aced when this t ransa ctiOn
was mace or ent er ed int o
P._thorized Official:
(11'-)
Page: C. 10
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER 'S PROPOSAL"
CONTRACTOR UST OF PROPOSED SUBCONTRACTORS
...,._ Te:r!!Q-h~ c ~IJ -su~s
-""""" -.-.,.,r~r-"""""'" -
'
i
"'\ (fr
----~3~-vV~-~~~~----------
Oate
(araa«
L< ..... --
... ..Dit of Temp J e
-~-· ~s:l,-13 9: c,olSq5-13
E--(Uli!JC1 ~ ~-COCI: Dolo
nv.ces 10 BE usa> -
f-h..yi r: i_r,u:J ~ Qc-v o-1</
Name and 11t1e
FS Co()shuc\--\oQ
Company Name
DOCU!llflfll C0'11ro l Page 24 of 167
3. WORKER'S COMPENSATION CERTIFICATION
WORKER'S COMPENSATION CERTIFICATION
I certify, by signature below , that I am aware of the provisions of SecUo n 3700 of the
Cali fornia Laoor Cod e which require every em ployer to be Insu red agai nst liabilit y f or
w orker's compensation or to undertake self-Insurance in accordance w ith the provisio ns of
that code, and I will comply w ith such provisions before commencing the performance of
th e w ork of this con tract.
Pa ge: C. 12
BIDDER SHAll COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION uc. BIDDER'S PROPOSAl"
Docu'Tlenl Cootrol Page 25 of 167
4. N ON -SE GREGATED FACI LITIE S CE RTIFICAT I ON
NON-SEGREGATED FAC I LIT IES CERTI FICATION
fE DERA LLY -ASS IS T E D C O N ST RUCTI ON P R OJ ECTS
The federally-assisted construction contractor certifies that he/she DOES NOT and WILL NOT:
1. Maintain or provide. for his/her employees. any segregated facilities at any of hlsl her
establish ments.
2. P ermit his/her e mployees to periorm their servi ces at any location, under his/her
control. \'/h ere segregated faci lities are ma intained.
T he federally-assisted contractor agrees that a breach of this certi fication is a violation of the Equal
Opportunity Clause in this contract. As used in this certification , the term segregated facilities means any
w aiting room. work areas. restrooms and washrooms. restaurants and other eating areas. time clocks.
locker rooms and other storage or dressing areas, parking lot s, d ri nking f oun ta ins. recreation or
entertainment areas. t ransportatio n. and housing facil ities provided for employees 'Hhich are segregated
by explicit directive or are In fact segregated on th e basis of race. creed. color. or national origin . because
of h abit, local custom. or otherwise.
T he federally-assisted contractor agrees that (except 'tvhere he/she has obtained Identical certifica tions
from proposed subcontractors for specific time pe ri ods) he/she w ill obtain identical certifications from
p ro pose d subcontractors prior to the aw ard of subcontracts exceeding $10,000 which are not exe mpt
from the provisions of the Equal Opportunit y Clause. and that he/she will retain such certJflcatlons In
Ills/her files .
NOTE : Th e penal ty for making fa lse statements In o ffe rs Is prescribed In 18 U.S.C. 1001.
Page : C. 13
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
5. PAST PERFORMA NCE CERTIFICATION
CERTIFICATION
WITH REG AR D TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR
SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND
THE FILING OF REQUIRED REPORTS
Document Control Page 26 of 167
The ~der. Dproposed sub-contractor. hereby cert ifies that he/she lffi1as . D has not. participated
in a previous contract or subcontract subject to the Equal Opportunity Clause , as required by
Executive Orde rs 10925, 11114, or 11246, and tha t he/she Dhas. ~as not. fi led with the Joint
Repo rting Committee , the Di r ector of the Office of Federal Contract Compliance. a Fed eral
Gov ernment contracting or a dmi nistering agency. or the former Preside nt's Committee on Equal
Emp loyment Opport unity. all reports due und er the applicable filing requi rements.
J \ (j)(SC\1., -\ ~
11 1--~ f4 Project Number: · (iC{SSS--\ ~
Awarding Agency: I 1 e.m o\ e c.\ ~~ \'\ \
Contractor Name : D Co('f)t<\ 'f.\-\o(\
Date: Contract Award: S. _____ _
Total Number of Employe es 1.D
Affilia te Compa ny:----..--=---------------------
By ~· (~...( (,,,6
Title: Q W ""-<-.(
NOTE: The above certification 1s requi~ by the Equal Employment Opportunity Regulations of the Secretary of Laber
( 41 CF R 60-1.7 (b )(1 ), and must be su bmitted by b1dders and proposed subcontr actors only 111 connection with contracts
and subcontmcts w hich a re subject to U1e eq~ro l opportunity clause. Contrncls and subcontracts which ore exempt from
th e equal opportunity clause are s et forth in 41 CFR 60-1 .5 (Generally only contmcts or subc:o ntracts o f S 10,000 or under
arc exempt).
Proposed prime contractors nnd subcontractors who have partiCipated in a prevrou s contract o r s ubcontract subject to
the Executrve Orders and h ave not filed the reqUired reports should note that 41 CFR 60-1 .7(b)(1) prevents the award of
contracts and sub contracts unless s uch contractor submrts a repon covering the d e tnquent period or s uch other penod
spec~fied by the U .S Department of the lntenor o r by the Director, O ffice of Federal Contract Compbance. U S.
Department o f Labor.
S F-100 (EE0-1) must be filed by;
(A) All private employers who are:
(1) Subject to Hie VII of the Crvr t Rig hts Act of 1964 (as amended) with 100 o r more employees
(2) Subject to Title VII who has fewer than 100 employees, if tho COIT'pany ts owned o r affiliated with
another company, o r there is centralized ownershtp, control or management so that the group legally
con~titutes a single ente rprise, and the entire enterprise employs a total of 10 0 or more employees
(B) All federal contra ctors (pnvate emp loye1s), who:
( 1} Are not ex empt as provtded for by 41 CFR ~0-1 .5
(2) Have 50 o r more employees, a nd
a. Are prime contractors or first-tier subcontractors, and have a contra ct, su bcontract, or purchase
order ;;~mountmg to $50,0 00 or more; o r
b. Serve as a depository o f Government funds in any amount, or
c. 1:; o financial institution , which is an issuing, and paying agen t for U.S. Saving:; Bond!; ond Notes.
Page: C. 14
BIDDER SHAll COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAl"
DocJmenl Con trol Page 27 of 167
6. NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY COMMITMENT
EQUAL EMPLOYMENT OPPORTUNITY COMMITMENT
TO :
(Address)
Name of Business (Contractor ): \= S Cof\S~ 0( ~-, OY\
Project Name: CP IY~w'(l \>w b~ DtShiC~ Project Nu~per: lPOI SC\Io "\2> & (:DIS~S-1 3
~\)~ !:MQ(C, \)~ !:> a ""\ C::O'\(A e c I "( P...\::ft-ll-ccess I~ l i ~'{
The Undersigned currently holds a contract with 1V<\t\ ~\e . Involving
funds of the U . S. Gov ernment, or a subcontract w ith a prime co tractor holding su ch contract.
You are advised that under the provisions of the above contract or subcontract. and in accordance
with Executive O rder 11246. th e undersigned Is obligated not to discriminate against any employee
or applicant for employment because of race , color. religion. sex or n ational orig i n. This obligation
not to discrimin ate In employment Includes. but i s not li mited to the fol ow :
1. Hiring . placement. u pgrading. transfer or demoti on:
2 . Recruitment , advertising or solicitati on f or emp loyment;
3. Tre atment during employment;
4. Ra te s of pay or other forms of compensation:
5. Selection for train ing. includi ng apprenticeship; and
6. Layoff or termination.
This notlce is furnished to y ou pursu ant to the provisions o rthe abov e contract or subcontract and
Executive Order 11246. Copi es of this notice will be posted by the undersigned In conspicuous
places avai l able to employ ees or applicants for employment.
Page: C. 15
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
Do.."\JJllent Con:rol Page 28 of 161
7 . NON-cOLLU SION AFFIDAVIT (Th is form must be n ot arize d)
"NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUB MITTED WITH BID•
§7 106. Any pubflc works contrnct of u public entity shall include an affidavit. In the following tom1:
Stille of Callfomlil )
county of L_pS A~ 0 ss.
~il.lj' c; if tm ~ r I '-I , being first du ly sworn, deposes and says that. he or she is
---~e.,~.}"'w"''r:..k'\:..::'-::..!r ____ or fS Ctn sfr.a~ c ft~ . the pony making me foregoing
bid, that the bid Is not made In t he Interest of , or on behalf of, any undisclosed pe rson, partnerst'>lp, compnny.
associa tion, organlza!lon, or corporation; that the bid Is genuine and not collusive or sham: that the bidder has not
directly or Indirectly Induced or solidted any other bidder 10 pur in a false or sh am bid, and has not directly o r
lncirectly colluded, conspired, connived, or agreed with any bidder or anyone else lo put in a sham bid, or that
anyone shall refra in from bidding; that the bidder has not in any manner, directly or indirectly. sought by agreement.
communlcation, o r con ference with anyone to nx the bid price of tne biddtr or any other bidder, or to fix a ny
overhe<Jd, profit. or cost ele ment of the bld price , or o f thm of any ol he r bidder, o r to secure any advantage against
the pubHc body awarding rhe co ntract of anyon e Interested In the proposed contract; th:Jt ::~It stntements contalnP.d
In the bid are true: and, tunher, that the bidder has not, directly or Indirectly, submilled his or her bid price or any
breakdown tlleH:of, or the contents thereof, or divulged Information or dota relative thereto, or poid, 011d will not
pay, any fee to any co rporation, partnership, company associalicn, organization , bid depository, or to any member
or agent thereof to effectuate a colfusive or sham bid. •
f,),, ... Ax\ov:-~ VM \(,~ ~~ :S:.~(t\)e.,'lh'\ts
Proj~l Nomo Fs_¢e. C.~_ I\ \)A-_ £1;~ \.II"' Pro~'' N"mboc
company: _ C __ s\n lC ._1\
Address: \L\;6~~ \2)\e.~S De_ S-\---S'f \ h~
"•"''"~ 1· 7r-P r:; bi<rj
Trt!e : r'l < .f
Date : 3 -PY-/ lf
Cf\-91311-
SWORN TO AND SUBSCRIBED TO BEFORE ME
This ___ day o f ________ , 20 __
lsi Nota ry Public: -------------
My Commission Expires:
Page: C. 16
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
Docurren t Control Page 29 of 167
8. FEDERAL LOBBYIST CERTIFICATION
FEDERAL LOBBYIST CERTIFICATION
NameofFirm: fS (cx£h\.L~V)(\
Address \ L\S ::£) 0 \ci SD e St
State. C'~ Zip Coee: C\\?)4l_ Telephone Number: ( ~ \~ l K~-0tf-l0
Acting on beh alf of the above named firm, as tts Authorized Official , I make the following Certtfiw tion to the U.S.
Department of Housing and Urban Development end the Commumty Developmenl Commission. County of Los
Angeles
I ) No Federol appro priated fu nd s have been paid by or on behalf of the abov e named linn to a ny
person for influencing or a tte mpti ng to influence a n officer or employee o f any agency, a Member of
Cong ress, on officer or e mployee of Congress, o r a n employee of a M ember o• Congress tn
connection with the ewardmg o f any Fede ra l contract. the making of and Federal grant, loan or
coopernltve agreement, and any extens ton. conttnuatJOn , renewal. amendment. or modificatiOn
t hereof, and;
2} If any funds other than Federal a ppropriated funds have been paid o r will be paid to any person for
influencing or a tte;npnng to intluence an officer or employee or any agency. a Member of Congre ss
on officer o r employee of Congress or an e mployee of a Member of Congress i n connection .... ~th
this
F eder al co ntract, grant loan , or cooperative agreement, the above named fi rm shoJI complete and
s ul)m it Standard Form-LLL. "Disclosur e Fo rm to Report Lobbying', in accordance wtm its
in struc tions, and.
3} The above name firm shall r equ i re that tho l a ng uage of this certification be included in the a·.va td
d ocuments for a ll sub-awards at all tiers (Including s u bcontracts, sub-grants, and contracts under
g ran ts. loans. and cooperati ve agreement) and that all sub-rectpients s holl c ertify and d isclose
accordingly
This certJfico tion is a m aterial representation of fact upon which r eliance was pla ced when this tr ansaction was
made or ente re d Into. Sub m issio n of this certification ts a pre requisite tor maktn g or e ntering into the transaction
imposed by Section '1352 liUe 31 , U.S. Code. Any person who fai ls to fi le the r equired cer tificotion shall be
subject to a civ il penalty o f not less than $10,000 and not more than $100 ,000 for each such fatlu re .
Au1honzed Officia l:
\=S Co~s\<uc\,o(\ B y: --fJ+----~-+t-J--,-l~...,...--;-f ~J'Yl-' --
(T\0)
Page : C. 17
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL"
DocurnSI1t Caltrol Page 30 o' 167
9. SECTION 3 BUSINESS CERTIFICATION
SECTION 3 BUSINESS CERTIFICATION FORM
Business Name:
Business Address :
2
Telephone Number: Con tract/Bid Amount: $, _____ _
1. llle above mentioned business firm is a Sec tion 3 business concern based on the following qualiflcatlons:
2.
0 51-percent owned by Section 3 Residents
(Submit Resident Cc rufications with this business certification form)
0 At least 30-p ercent Permanent, full-time employees are Section 3 Residents
Total Number of a I fu l._t ime employees __ , Numbt>r of Section 3 qua lified Employees __
(Su bmit the ReSident Certifica tion form(s) with thas Business Certifacation fo r m)
Tile above m entioned business finn is not a Section 3 business concern, but commits to the Section 3 goal:
~ Written Commitment (Section 3 Ec onomic Opportun ity Plan), outline Intentions to:
Hire Section 3 qual ftled resid ents at least 30-percent aggregate new hile pos i t ions, and/01
Subcontra ct 25-per cent or more of the contract amount to Section 3 qualified busiress con cerns .
THE UNDERSIG N ED DECLARES THAT TilE A OOVE I N FOR MATION 15 CO M Pl ETE A N D CORR ECT
~-a -'}~~ hvt?J G Signature~f O wne r / Pri nc ipa l Date
fS ~S>-jyvJ t~ ]7712{;
Busi n ~s Na me license Num b er
To Be Compreted by loe<~l Olni:Ja<ting Agency
Preference Ca tegory: rJTarqeted Service Area r1Youtl1buald 1 ~ther -Censu s Trac.t 'lumber:
Page : C. 18
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C . BIDDER'S PROPOSAL"
13. PROPOSAL GUARANTEE/BID BOND
PROPOSAL GUARANTEE/BID BOND
'and
~~·~~»~,~4:~
Clty of Temple Crty
KNOW ALL MEN BY THESE PRESENTS that _F.:..S-'C-'-o_ns'-tr-'-u-'-cti--'·o_n _______ _
------------------------------Jas~DDER,A ND ____________ _
RLI Insuran ce Company , as SURETY, are held and firmly bound unto the City of
Temple City, in the penal sum of * dollars($ 10% ),
which Is 10 percent of the total amo unt bid by BIDDER to the City of Temple City for the above stated
project, for the pay me nt of w hich sum, BIDDER and SURETY agree to be bound, jointly and severally,
firm by these presents. * Ten Percent of The Total Amount of The Bid in
THE CONDITIONS OF THI S OBUGATION ARE SUCH that, whereas BIDDER is abo <rt to submit a bid to the
City of Temple City for the above stated project, if said bid is rejected, or if said bid is accepted and a
cont ract is awarded and entered Into by BIDDER in the manner and time specifled, then thls obligation
shall be null and v oid, otherwise it shall rema in In full force and effect in favor of the City of Temple Oty.
IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this 3rd day of
March 2011.
BIDDER•
SURETY*
Patric ia Zenizo, Attomey-i act
*Provide BIDDER/SUR ETY name, ddre al}d telephone number and the name, title, address
and telephone number for author! epresentat ive.
Subscribed an d sworn to this __ day of ----------..J 201_.
NOTARY PUBLIC: __________________ _
Page:C.23
61DDtR SHALL COMPl l1E AND ~UBMIT All UOCUI\1lNT5 AND PAGES •N THIS StCTIOII; "C. BIDOER'S PR OPOSAL '
CALIFORNIA ALL·PURPOSE ACKNOWLEDGMENT
~~~~«~~
State of California
County of Los Angeles }
On March 3. 2014 before me, -=E"-'Ii""'sa""b""e""t""e'-'S~a"""l'""'a""z""'a~r.~N~o""t'=a,_,ry~=-oo-:;:-::-,-==-=-------~
Dale Horv Insert Name and f llle cllhe OlllCii
personally appeared _,_P_,a~turi~ci~awZ,_e""n!...!.i,..,z,.o,__ ____ ---.,=:;-:;-==-------------
Name(sl ot Slgner(s)
-:.a<' a..,Qcor¢¢6 <>0...,_
.;..~ ELISABETE SALAZAR~ Q ,.. ·. COMM. # 1946693 1"1
C) •• • NOTARY PUBLIC-CALifORNIA llo''
• LOS ANGELES COUNTY L ..;-v'..v ~M!\:~!s ~u~ "q20)J t
P .. oe NotaJY Seall\bi:Ne
who proved to me on the basis of satisfactory evidence to
be the person(¢) whose name($) is/Wfl subscribed to the
within instrument and acknowledged to me that
fM!shef'rJJI# executed the same in IIJtrnertf#l; authorized
capacity(illil), and that by '(#lherltf1~1 signature(¢) on the
instrument the person(¢}, or t he entity upon behalf of
which the person(~} acted, executed the instru ment.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Signature 2~ ~ ---------------------OPTIONAL-------------------------
Though the information below is not required by law, it may prove Valuable to persons relying on the document
and could pTlNent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:------------------------------
Documen t Date: __________________ Number of Pages:---------
S igner(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:-------------
0 Individual
0 Corporate Officer-Title(s):
0 Partner -0 Limited 0 General
~ Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other: ________ _
Signer Is Representing: ___ _
Signer's Name: _____________ _
0 Individual
0 Corporate Officer-Title(s): ---------
0 Partner -0 Limited 0 General
0 Attorney in Fact
O Trustee
0 Guardian or Conservator
0 Other: _________ _
Signer Is Representing: ____ _
s;;<;.~~m~~~~"WW~~
Q2007 1'GIIonal Nolafy Asaociallon • 9 350 De Solo !we.. P.O. Box 2402 •Chatswo<th, CA 91313-2.0Z• www.NationaiN04ary.OI!I ttem 15907 Reorder: Ca D Toii-Fru H!00·876-e827
POWER OF ATTORNEY
P.O. Box39671 P eori a, IL 61612-3967
Phone: (800)645-24021 Fax: (309)689-2036
RLI Insurance Company
Contractors Bonding and Insurance Company
Know All Men by These Presents:
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and
Insurance Company, required for the applicable bond.
That RLI Insurance Company, a Illinois corporation, and/or Contractors Bonding and Insurance Company, a Washington
corporation (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make,
constitute and appoint:
Patricia Zenizo, Margaret Rodriguez. Pietro Micciche, Elisabete Salazar, Margarita Lopez, jointly or severally
in the City o f Los Angeles , State of California as Attorney in Fact, with full power and authority hereby
conferred upon him/her to sign, execute, acknowledge and deliver for and o n its behalf as Surety, in general, any and all bonds,
undertakings, and recognizances in an amount not to exceed Ten Minion Dollars .
( $10,000,000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact sha ll be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the
following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to-wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, RLIInsurance Company and/or Contractors Bonding and Insurance Company, as appli cable, have
caused these presents to be executed by its respective vice President with its corporate seal affixed this ..l.B1h day of~ 2.Q..U.
State of TIIino is } ss
County of Peoria
On this 18th day of October 2013
before me, a Notary Public, personally appeared Roy C Die , who
being by me duly swo rn , acknow Ledged that be signed the above Power of
Attorney as the aforesaid office r of the RLI lnsurance Company and/or
Contractors Bonding and Insurance Company, and acknowLedged said
instrument to be the voluntary act and deed of said corporation.
Jacqu
"'FFICIAL SEAL"
JACQU EUNE M. 80CKL£R
COMIIISSION EXPIRE& 03/1Q/14
Notary Public
RLI Insurance Company
Contractors Bonding and Insurance Company
Roy C. Die Vice President
CERTIFICATE
1, the undersigned officer of RLI Insurance Company, a stoc k
corporation of the State of Illinois, and/o r Contractors Bonding and
Insurance Company, a Washington corporation, do hereby certify
that the attached Power of Attorney is in full force and effect and is
irrevocable; and furtherm ore, that the Resolution of the Company as
set forth in the Power of Attorney, is now in force. In testimony
whereof, [ have here unto set my band and the seal of the RLI
Insurance Com_pany and/or Contractors Boz~jf and Insurance
Co mpany this ::Srd day of March , .
RLI Insurance Company
Contractors Bonding and Insurance Company
Vice President
G«95531n02t2 A0059913
ATTACHMENT B
ATIACHMENT B-TEMPLE CITY CONTRACT TO BE EXECUTED
Page: A PPEN D IX A .O
CITY OF TEMPLE CITY
PUBLIC WORK S CONTRACT
Downtown Parking District lots, ADA Improvements
CDBG Federal Funded Project, Project No. 601596-13, HUD Code:03G
and
Temple City Boulevard ADA Accessibility Improvements
CDBG Federa l Funded Project, Project No. 601595-13, HUD Code: 03l
Bid No. P14-14 & P14-15
City Contract No.:, _______ _
THIS AGREEMENT "Agreeme nt" is made and entered into this day of :. by and between
the CITY OF TEMPLE CI TY, a Municipal Corporation located in the County of Los Angeles, State of
Cal ifornia hereinafte r called CITY, and FS CONSTRUCTION, a corporation, located at 14838 Bledsoe St.,
Sy lmar, CA 91342 hereinafter called CONTRACTOR, co llectively re f erred to as the Parties.
RECITALS
CITY, by its Notice Inv iting Bid s, duly advertised for written bids to be subm itted on or be fore March 4,
2014, 11:00 AM, for the foll owing:
DOWNTOWN PARK IN G LOTS ADA IMPROVEMENTS AND
TE MPLE CITY BLVD ADA ACCESSIBILITY IMPROVEMENTS
in t he City of Temple City, California, hereinafter called PROJECT.
At 11:15 AM on sai d date, i n the Temple City Council Chambers, said bids were duly opened.
At its regul ar meeting h eld o n April 1, 2014 , the CITY Council duly accepted the bid of CONTRACTOR for
sa id PROJECT as being the lowest reasonab le bid received and directed that a written contract be
entered into with CONTRACTOR.
NOW, THEREFORE, in consideration of the promises and of the mutual cove nants and agreements
h erein contained, sai d parties do hereby agree as f ollows:
ARTICLE I
The CONTRACT DOC UM ENTS for the PRO JECT shall consist of:
Page: APPENDI X A.l
" d o c u m e n t t i t l e d :
C O N T R A C T D O C U M E N T S P L A N S A N D S P E C I F I C A T I O N S
f o r
D o w n t o w n P a r k i n g D i s t r i c t l o t s , A D A I m p r o v e m e n t s
C D B G F e d e r a l F u n d e d P r o j e c t , P r o j e c t N o . 6 0 1 5 9 6 - 1 3 , H U D C o d e : 0 3 G
a n d
T e m p l e C i t y B o u l e v a r d A D A A c c e s s i b i l i t y I m p r o v e m e n t s
C D B G F e d e r a l F u n d e d P r o j e c t , P r o j e c t N o . 6 0 1 5 9 5 - 1 3 , H U D C o d e : 0 3 l
B i d N o . P 1 4 - 1 4 &