Loading...
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 " docu ment titled : CONTRACT DOCUMENTS PLANS AND SPECIFICATIONS for 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 Federal Funded Project, Project No. 601595-13, HUD Code: 03l Bid No. P14-14 & P14-15 City ofTemple Ci ty The above ent itl e d ocument includes: NOTICE INVITING SEALED BIDS INSTRUCTIONS TO BIDDERS BIDDER'S PROPOSAL SPECIFICATIONS APPENDICES: APPENDIX A -SAMPLE CONTRACT TO BE EXECUTED APPENDIX B -FEDERAL REQUIREMENTS B-1 FEDE RAL LABO R STA NDARD PROVISIONS B-2 CON TRA CT ING WITH SMALL BUSINESS, MINORITY FIRMS, WOMEN'S BUSINESS ENTERPRISE, LA BOR SURPLUS AREA FIRM S B-3 PUBLIC WORKS PAY ROLL RE PORT FORMAT Payroll reports shall be submitted by contractor on this form and in this format. B-4 STATEMENT OF CO MPLIANCE To be attached to weekly payroll reports. B-5 FRINGE BENEF IT STATE MENT FORMAT Fringe Benefit Sta tement reports shall be submitted by contractor on this form and in this format. B-6 COMPLIANCE W ITH CLEAN AIR AND WATER ACTS Applicable to federally assisted construction contracts and related subcontracts exceeding $100,000. This Contract is over $100,000. B-7 SECTION 3 CLA USE Applicable to federally assisted construction contracts and related subcontracts exceeding $100,000. This Contract is over $100,000. B-8 APP LI CABLE FEDERAL WAGE OECIS ION Current Wage Decision is provided at the time of the bid advertisement. Bidders shall download updated Wage Decision 10 days prior to Bid Opening, which will be applicable to t he contract. Wage Decision can be downloaded from http://www.wdol.gov/dba.aspx. On the web site, select the following: State: CALIFORNIA, Coun t y: LOS ANGELES, Construction Type: HIGHWAY. APPENDIX C-PROJECT LOCATIONS AND PLANS " CONTRACTOR's Pr o posa l " an d all r efe r en ce d specifications, det ail s, standa rd drawings, and appendices, t ogether with th is con tract an d all req uired bon ds, ins urance certificates, perm it s, notices and affidavits, and also including any and all add enda o r supp lem ental agreements cl arify in g, amending, o r extending t he wor k contem plat ed as may be requi r ed to ins ure its completion i n an acceptable manner. Page: APPEN DIX A .2 All of t he rights and ob ligations of the CITY and CON TRACTOR are fully set forth and described in the CONTRACT DOCUME NTS. All o f the above-me nt io ned documents are i ntended to complement the other documents so that any wo rk called for in one, and not mentioned i n t he others, or vice versa, is to be executed the same as if mentioned in all of sa id documents. The document comprising the complete contr act are hereinafter refer red to as the CO NT RACT DOCUMEN TS and are incorporated herein by this reference and made and part hereof as though they were fully set fo rth he r ein. ARTICLE II For and in consi d e ratio n of the payme nts and agreements be made and pe r for med by CITY, CONTRACTOR hereby ag r ees to furnish al l mat erials and perform all work required f or t he PROJECT and to f ulf ill all other obliga tions as set forth in t he CO NTRACT DOCUMENTS. ARTICLE Ill CO NTRACTOR hereby agrees to receive and accept the total amo unt Two Hundred Tho u sand Dol lars ($200,000.00), base d upo n those certain u nit prices set forth in CONTRACTOR's Bi d Sc hedule, a copy of wh ich is attached hereto as Exhibit "A" and by this reference incorporated herein and made a part hereof , as full compensation for furnishing all m ateria ls, performing all wor k, and fulfi lling all obligations her eu nder. Sa id compensatio n shall cove r all expenses, losses, damages, and consequences arising out of the nature o f the wo r k during it s p rogress or prior to its acceptance incl udi n g t hose for we ll and fait hfully com p leting the work and the whole t hereof i n the manner and t i me specified in t he CONTRACT DOCUMEN TS, and also i ncl uding those ar is i ng from actions of t he elements, unforeseen difficulties or o bstr uctions encount ere d in the prosec utio n of the work, suspension or discontinuance of the work, and al l other unknowns o r ri sks of any description connected with the work. Th e sum identified in Article Il l is not subj ec t to escalation, the CONTRACTO R having satisfied himself w it h said CONTRACT p ri ce, which includes all labor and materia l increases antici pa t ed throughout the d u ration of this CONSTRUCTION CON TRACT. CITY shall retain five percent (5%) of said CONT RACT price until sa id time as the provi sio ns of Article XIV herein have been met. CITY's obligation is pa yable only and sole ly from Community Development Block Grant (CDBG) funds appropriated from t he Unit ed States Department of Hous i ng and Urba n Development (H UD) and fo r the purpose of this CONT RACT. All funds are appro priated every fisca l year beginning Ju ly 1. In the event this CONTRACT ext en ds i nto the succeeding fi sca l year and fu nds have not been appropriated, th is CONTRACT will automatical ly te rm i nate as of Ju ne 30 of the current fiscal year. The CITY will notify the CONTRACTOR in writing in ten (10) days of rece i pt of the non-appropriation notice. ARTICL E IV Page: APPENDI X A.3 CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obl igations according to the terms and conditions herein contained and referred to, for the said amounts set forth in Article Ill hereof, and hereby agrees to pay t h e same at the time, in the m anner, and upon th e conditions set forth in the CONTRACT DOCUMENTS . In addition, CONTRAC TOR h ereby promises and ag rees to comply w ith all of the provisions of both State and Federal law wit h respect to the employment of unauthorized aliens. Should CONTRACTOR so employ suc h unauthorized aliens for the performance of work and/or se rvices covered by this contract, and should the Federal Government impose sanctions aga inst the CITY for such use of unauthorized al iens, CONTRACTOR hereby agrees to, and shall, reimburse CITY for the cost of all such sanction s imposed, together with any and all costs, includi ng attorney's fees, incurred by the CITY i n connection t herewith. Furthermor e, CONTRACTOR hereby represents and warrants that it is not cu rrently, and has not at any t i me within the past five (5) calendar years been , suspended, debarred, or exclude d from participating in, bidding on, contracting for, or completed any project funded in whole o r in part by any federally funded program, grant o r loan, or any proje ct funded in w hole or in part by a program, loan or grant from the State of Califo rn ia, and that CONTRACTOR currently has and for the past five (5) calendar years has maintained i n good stand ing, a va l id Ca liforn ia contractor's license. CO NTRACTOR ag rees to complete an d execute any stateme nt or certificate to this effect as may be requ i red by t he City or by any f ederal or State of Ca l ifornia program, loan o r gr ant utilized on th is PROJECT . ARTICLE V CONTRACTOR sha ll co mmence work on the date spec ifi ed in the Notice to Pro ceed to be iss ued to sa id CONTRACTOR by t he Director of Public Works of CITY and shall complete work on the PROJECT within forty (40) working days after commencement. ARTICLE VI CONTRACTOR sha ll not discriminate i n its recruiting, hiring, promotion, demotio n or termination practices on th e ba sis of race, re ligious cree d, color, national origin, ance stry, physica l disability, mental disab ility, medica l condition, marital sta tus, sex, age, or sexual orientation in the performance of this AGREEMENT and sha ll comply with the provisions of the Cali f ornia Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federa l Civil Rights Act of 1964, as set forth i n Public Law 88-352, and all amendments thereto; Executive Order 11246; and all administrative rules and regu lations issued pursuant to such acts and o rd er. CONTRACTOR he r eby promises and agrees to comply with all of the prov1s1o ns of the Fede r al Immigratio n and Natio nality Act (8 USCA 1101, et seq.). as amen ded; and, in connection therewith, shall not employ unauthorized ali ens as defined therein. Should CONTRACTOR so employ such unauthorized alien s for the perfo rmance of work and/or services covered by this AGREEMENT, and should th e Federal Government impose sanctions against the CITY for suc h use of unauthorized al iens, CONTRACTOR Page: APPEND IX A.4 hereby agrees to, and shall, reimburse CITY for the cost of all such sanctions imposed, together with any and all costs, including attorney's fees, inc urred by the CITY in con nect ion therewith. ARTICLE VII CONTRACTOR is awa re of and agrees to ab ide by the provis ions of Californ ia Labor Code Sections 1720, et seq., as well as 1771, 1773, 1773.1, 1773.6, 1773.7, 1775 and 1776, p ertaining to the obligation to pay pr evailing wages with resp ect to the performance of work. Copies of the prevail ing rate of per di em w ages and the ge neral prevail ing rate for hol iday an d overtime work for eac h cr aft ar e available u pon requ est from the City. A copy of the prevail ing r at e of per diem wages shal l be post ed at the job site. If such posting is not p oss i ble, a copy sha ll be posted at the business of the CONTRACTOR. This is a federally-ass ist ed CON ST RUCTION CONTRACT. Federa l Labor Standards Provisions, includ ing preva ili ng wage requiremen ts of the Davis-Ba co n and Rela ted Acts will be enforced. In t he even t of a conflict between Federal and State wages r ates, the h igher of the two will prevail. Th e CONTRACTOR 's duty to pay State prevaili ng wages ca n be found under Labor Code Sect ion 1770 et se q. an d Labor Code Sections 1775 and 1777.7 outline the pena lties for failure to pay prevai l ing wages and employ app rentices includin g forfeitures an d d ebarment. ARTICLE VIII A. CON TR ACTOR shall, wit ho ut di stu r bing the conditio n, notify CITY in writ ing as soo n as CONTRACTO R, or any o f CONTRACTOR 's subcontracto rs, agents or employees have kn owledge an d reporting is p ossible, of the di scove ry of any of t he following conditio ns: 1. The presence of any material that the CONTRACTOR believes is hazardous was t e, as defined i n Section 25117 of t he Hea lth an d Safety Code; 2. Subsu rface or late nt physical conditions at th e si t e differing from those indicated in the specifications; or, 3. Unknown ph ysical co nditions at the site of any unusua l nature, differe nt m aterially from t hose ordi nari ly enco untered and ge nera lly recognized as inherent in work of this character pr ovi ded for in this Contract. B. Pending a determination by CITY of appropriate action to be taken, CONTRACTOR shall provide security measures (e.g ., fences) adequate to prevent the hazardo us waste o r physica l conditions from ca u si ng bodi ly i njury to any pe r so n. C. CITY shall promptly investigate the repo rte d condi t ions. If CITY, through it s Director of Public Works, o r her designee, an d in the exercise of it s sole discretion, determines that the con ditions do materially differ, or do involve hazardous waste, an d will cause a decrease or increase in the CONTRACTOR's cost of, or time re quired for, performance of any part of the work, then CITY shall issue a change order. Page: APPE NDIX A .S D. In the even t of a d i spute between CITY and CONTRACTOR as to whethe r the cond itions materia lly differ, or involve hazardous waste, or cause a decrease or increase in the CONTRACTOR's cost of, or t ime required for, performance of any part of the work, CONTRACTOR shall not be excused from any scheduled completion date, and shall proceed with all work to be performed under the Co ntract. CONTRACTOR shall retain any and all rights which pertain to the r esolution of d isputes and protests between the parties. ARTICLE IX CONTRACTOR shall assume the defense of and indemnify and save harmless the CITY, its elective and appointive boards, o fficers, agents and employees, from all claims, loss, damage, injury and liability of every kind, nature and de sc ription, directly or indirectly ari sing form the performance of the CONTRACTOR's wo rk , rega r dless of respons i bi lity of negligence; and from any an d all claims, loss, d amage, injury an d lia bi l ity, howsoever t he sa m e may be cau se d, res ult i ng d irect ly or in d irectly from the nature of the work cove r ed by the co ntract, regardless of responsibility of negl igence; provide d (a) That CITY does not, and sha ll not, waive any rights against CONTRACTOR which it may have by rea so n for the aforesaid hold-harmless AGREEMENT because of the accept ance by CITY o r t he deposit with CITY by CONTRACTOR, of any of the insu r ance policies hereinafte r described in this AGREEMENT. (b) That t he afor esaid hold-h arm less AGREEMENT by CON TRACTOR shal l apply to all da m ages and claims for damages of every kind suffered, or alleged to have been su f fered, by reason of any of the aforesaid operations of CON TRACTOR , or any subcontractor, regard less of whether or not such insurance policies shall have been det e rmined to be applicable to any of suc h dam ages or claim s f or damages. ARTICLE X CONTRACTOR, before co m mencing said PROJECT, shall furnish and file with CITY a bond, or bonds, i n a form sa tisfactory to the CITY, in the sum of one hundred pe rc ent (100%) of the CONTRACT price thereof conditioned upon t he fait hfu l performance o f th is contract and upon the payment of all labor and materials furnished in co nnection with this co ntract. ARTICL E XI CONTRACTOR shall not commence work unde r t his contract until CONTRACTOR shall have obtained all insurance required by the CONTRACT DOC UME NT S and such insu r ance shall have been approved by CITY as to form, amoun t and carrier, nor sha ll CONTRACTOR allow any subcontractor to commence work on any subco ntract until all simi lar insurance required of the subcontractor sha ll have be en so obtained and approved. (a) COM PENSATION INSURANCE -CONTRACTOR sha ll t ake out and maintain, during the life of this contr act, Worker's Compensation In surance for all of Page: A PPE N DIX A.G CONTRACTOR's employees e mploye d at the si te of improvement; and, if any work is sublet, CONTRACTOR shall requ ire the subcontractor si milarly to provide Worker's Compensation Insu ran ce for all of th e latter's employees, un l ess such employees are covered by t he protection afford ed by CONTRACTOR. If any cla ss o f em ployee s engage d i n work under this contract at the site of the PROJ ECT is not protec ted under any Workers' Compensa tion law, CONTRACTOR sha ll p rovide and sha ll cause each subco ntractor to provide adequate i nsurance for the protec ti o n of employees not o t herwise protected . CO NT RACTOR sha ll in demnify CITY for any damage r es ulting to it from failu re of either CO NTR ACTOR or any subcontract or to take o ut or maintain such i nsu r ance. (b) COM PREH ENSI VE GENERA L LI ABI LI TY, PRODUCTS/ COMPLETED OPERATIONS HAZA RD, COMPREHENS IVE AUTOMOB ILE LI ABI LI TY AND CONTRACTUAL GENERAL LIABILITY INSURANCE. CONTRACTOR shall take out and maintain during the life of this contract such comprehensive ge n era l l iability, products/completed ope ration s hazard, comprehensive automobile lia bility and contractu al general liability insurance as sh all protect CITY, its elective and appoi nt ive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work cove red by t his contract, f rom claims for damage for perso nal inju ry, in cl uding death, as well as from claims for property damage which may arise from CONTRACTOR's or any su bcont ractor's ope ratio ns under this contr ac t , wh et h er such ope rations b e by CONTRACTOR or by any subcontra ctor, or by anyone direc tly o r indirectly employed by either CO NTR ACTOR o r any subcont ractor, and the amounts of such insurance shal l be as fo llows: (1) Public Li ability Ins urance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); (2) Products/Compl ete d Op e rations Ha zar d Insu r ance in an amount of not l ess than ONE MILLIO N DOLLAR S ($1,000,000); (3) Comprehensive Automobile Liability Insurance in an amou nt of not less than ONE MILLION DOLLARS ($1,000,000); (4) Contractu al Genera l Liability Insurance in an amount of not less than ONE MIL LI ON DOLLA RS ($1 ,000,000). A co m b i ned si ngle l imit pol icy with agg rega t e limits in an amount of not less than TWO MILLION DOLLARS ($2 ,000,000) shall be co nsi dere d equ ivale nt to the sai d r equi r ed minimum lim it s set f orth her einabove. (c) PROO F OF INSURANCE -The insurance required by this AGREEME NT shall be with insu re r s which a re Best A rated, an d California Admitted o r better. The CITY of Temple City shall be nam ed as "a dd itional ins ure d " on all policies required hereund er, and CO NTRACT OR shall furni sh CITY, concu rrently with the execut ion her eof, with sat isfactory proof of ca rriage of th e insurance required, an d adequate lega l assura nce that eac h carrier wi ll give CITY at leas t thirty (30) Page: AP PENDIX A . 7 days' prior notice of the cance llation of any policy during the effective period of the co ntract. (d) NOTIC E TO COMMENCE WO RK -The CITY wi ll not issue any notice autho r izing CO NTRA CTOR o r any su bcontractor to commence work under t his co ntact until CONT RA CTO R has provided to t he CITY the proof of insurance as required by su bp ara grap h (c) of this article. ARTICLE XII If any dispute shall a ri se concerning this AGREEMENT, the prevailin g party sha ll be entitled to attorney fees. ARTICLE XIII Th e parties agree th at it would be imp rac tica l and extremely difficult to fix the actu al damages to the CITY in t he event the PROJECT is not comme nced and/or completed on or before the dates specified for commencement and completion of the PROJECT in the CONT RACT DOC UME NTS. Th e parties have co nsider ed the facts of a breach of this co ntract and have agree d t hat the liquid ated damages sum hereinafter se t forth is re asonable as liquidat ed damages in the eve nt of a breach, an d that said sum sha ll be presumed to be the amount of the da mages sustained by the CITY in the event such work is not begun and/or comp let ed and accepted by the t i mes so specifie d in the CONTRACT DOCUMENTS, the su m of Two Thou sand Three Hundred Dol lars ($2,300) shal l be presu m ed to be the amount of damages suffered by the CI TY for each day's delay in t h e starting and/o r completion and acceptance of sa id PROJECT after the dates specified in t he CONTRACT DOCUMENTS for the sta rt and/or completion thereof, and CONTRACTOR hereby agrees to pay said sum of Two Thousand Thre e Hundred Dollars ($2,300) as li quidated dam ages for eac h day of delay in the sta rting and/or completi ng an d acceptance o f sa id PROJECT beyond the dates specifie d in t he CONTRACT DOC UMEN TS. Any and all such liq uidated damages assessed shall be done so in accordance with that certain edition of the Standard Specification for Public Works Cons truction currently in eff ect o n the exec ution date of this CONTRACT. CO NTRACTOR NAME FS CONSTRUCTION by ____________________ __ Pr esi dent by ____________________ __ Secretary CITY O F TEMP LE CITY, a corporation by ____________________ _ Mayor by ______________________ _ City Clerk Page: APPENDIX A .8 ARTICLE XIV Upon completion of PROJECT and acceptance of same by the CITY Council , the CITY Manager sha ll have cause to be recorded a Notice of Completion w ith the office of the Los Ange les County Recorder; and, after thirty-five (35 ) days from the date sai d Not ice of Completion is recorded, the Director of Finance of CITY sha ll release the funds retained purs uant to Article Il l hereof; provided t here have been no m echanics' l iens o r stop notices filed aga in st said work which have not been pa id, withd rawn or eli minated as liens aga i nst said work. ARTICLE XV This contract shall not be assignable, ei ther in who le or in pa rt, by the CONTRACTOR without first obtaining the written co n sent of the CITY ther eto. ARTICLE XVI The provisions of this AGREEMENT are cumulative and in addition to and not in limitation of any rights or remedi es availab le to CITY . ARTICLE XVII The provisions o f this Ar ticle XVII are required by Federa l Law and the Community Development Block Grant (CDBG) progra m . The requirements and obligations for the CONTRACTOR found in these provisions are to be construed and interpreted as being in addition to the requirements and obligations found in the rema ind er of the CONTRACT. In any interpretation or construction of this CONTRACT dealing with the requ irements and obligations of the CONTRACTOR or any compliance w ith lega l requ irements imposed on the PROJECT, the more restrictive of these provisions an d the provisions in the remainder of the CONTRACT will contro l. This PROJECT is funded by Community Deve lopment Block Grant (CDBG) funds appropri ated from the United States Department of Housing an d Urban Development (H UD ) and for the purpose of this CONTRACT. The funds are appropriated by the Los Ange les County Community Development Commi ss ion. The following ar e additional CONTRACT prov1s1ons for compliance with the f u nding program r equirement s. In the event of conflict of this sectio n with othe r sections of the CONTRACT, the more stringent section sha ll preva il: Breach and Te rmi nation Waiver by the CITY of any breach of this CO NSTRUCTION CONTRACT shall not constitute a waiver of any other breach or of any futu re breach. No payment made hereunder shall be co nstrued to be an acceptance of defective work or improper materials. In addition to any right of termination reserved to the CITY, the CITY may terminate this CONSTRUCTION Page: APPENDIX A .9 CONTRACT or perform ance under this CONSTRUCTION CON TRACT, if the CONTRACTOR is adjudged bankrupt, a receive r is ap pointed because of t he CON TRACTOR's i nso lvency, or the CONTRACTOR makes a general assig nme nt for the benefit o f its creditors, fa i ls to make pr ompt payment to SUBCONTRACTOR(s), or fo r material or labo r, pe rsiste ntly disrega rds laws, ordinances, ru les, regulations or orders of any pu b lic authority havin g jurisdiction, fails to construct the PROJECT in accordance with the Drawings and Specifications, or otherwise substantially violates any provisio n of t he CONTRACT DOCUMENTS. CITY shall give the CO NTRACTOR and his suret y written notice prior to t e rminating this CONS TRUCTI ON CONTRACT or perfo r mance u nder this CONSTRUCTION CONTRACT, provided that t he CONTRACTOR shall, upon receipt of such not ice, immed iately stop the i nstallation of improvem ents, or other permanent constr uction work encompassing pa r t of the PROJECT. Upon termination, the CITY may take possession of the PROJECT and all materials, equipment, t ools, and const ruction equipment and mach inery owned by t he CONTRACTOR and located at the PROJECT site, and may finish the PROJECT by whatever method it m ay deem exped ient. In such case, the CO NTRACTOR shall not be entitled t o receive any further pay m ent under this CONSTR UCTION CONTRACT. CITY shall not be deemed to have waived any o f its other rights or remedies against the CONTRACTOR by exercisi ng its right of te rmin ation under this Article. Th is CONTRACT may be terminated by the CITY upon written notice to the CONT RACTOR for cause (failure to perform sa tisf actorily any of the CONTRACT terms, conditions, and work items) with no liabilities incurred by t h e CITY upon termination or upon the occurrence of any of the following eve nts: a. Continuing failure o f t he CONTRACTOR t o pe rform any work required to be perfo r med he reunder in a timely and good workmanlike manner, or CONTRACTOR is not properly carryi ng out the provisio ns of the CONTRACT in their true intent and meaning, then in such case, notice thereof in writi ng will be served upon t he CONTRACTOR; and sh ou ld the CONTRACTOR neglect or refuse to provide a means for a satisfactory compliance with this CONTRACT and with the direction of th e Authority within the time spec ified in such notices, the CITY shal l have t he power to sus pend the performance of this CONTRACT by CONTRACTOR in whole or in part. b. Failure on the part of the CONTRACTOR to procure or maintain insurance required by this CONTRACT sha ll cons t itute a material b r each of CONTRACT upon which the CITY may immediately terminate this CO NTRACT. c. Should the CONTRACTOR fail within five (5) days to perform in a satisf actory manner, in accordan ce with the provisions of t h is CONTRACT, o r if the work to be done under said CONTRACT is abandoned f or more than three {3) days by the CON TRACTOR, then not ice of deficiency thereof in writing w i ll be served upon t he CO NTRACTOR . Sho u ld the CONTRACTOR f ail to comply with the terms of sai d CONTRACT within five (5) days, upon receipt of said written notice of deficiency, the Executive Director of the CITY shall have t h e power to suspend or terminate the operations of th e CONTRACTOR in whole or in part. d. I n the event that a petition of bankruptcy shall be filed by or against the CONTRACTOR. If, through any cause, the CONTRACTOR shall f ai l to fulfill, i n a timely an d proper manner, the obligations un der th is CONTRACT, or if the CONTRACTOR shall violate any of the covenants, Page: A PPEN DIX A .lO AGREEMENTs, or sti pulations of this CONTRACT, the CITY shall thereupon have the right to terminate this CONTRACT by giving written notice to the CONTRACTOR of such termination and specifying the effective date thereof, at least five days before the effective date of such termination. In such event, all fi nished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the CONTRACTOR under thi s CONTRACT sha ll, at the option of the CITY become its property and the CON T RACTOR shall be entitled to receive just and equitable co mpensation for any work satisfactorily completed. Termination for Improper Consideration: T he CITY may, by written notice to CONTRACTOR, immediately terminate the right of CONTRACTOR, to proceed und er this CONST RUCTION CONTRACT if it is found that con sideration, in any form, was offered or given by CONTRACTOR, either directly or through an i nterm ediary, to any officer, employee or agent of the CITY with the intent of securing the CONTRACT or secu ri ng favorable treatment with respect to the award, amend ment or extension of th e CONTRACT or the making of any determina tions with respect to the CONTRACTOR's perfo rm ance pursuant to the CONTRACT. In the event of such termination, th e CITY sha ll be entitled to pursue the same remedies against CONTRACTOR as it could pursue in the event of default by the CONTRACTOR. CONTRACTOR shall immedia t ely report any attempt by any officer or employee of the CITY to so licit such improper consideration. The Report shall be made to the Executive Director of the CITY or the County Auditor-Controll er's Employee Fraud Hotline 800/544-6861. Among other ite m s, such improper consi deration may take the form of cash, discounts, se rvice, the provision of travel or entertainment, or t angible gifts. Te rm ination for Convenience: The CITY reserves the right to cance l this CONTRACT for any reason at all upon thirty (30) days prior written notice t o CONTRACTOR. In the event of such term ination, CONTRACTOR shall be entitled to a prorated portion paid for all sa tisfactory work unless such term ination is made for cause , in which event, compensatio n if any, sha ll be adjusted in such termination. Quality Assurance Plan The CITY will evaluate CONTRACTOR's performance under this CONTRACT on not less than a quarterly ba sis. Such evaluation will include assessi ng CONTRACTOR's compliance with all CONTRACT terms and performance sta ndards. CONTRACTOR deficiencies which the CITY determines are seve re or continuing and that may place performance of the CON TR ACT i n jeopardy if not corrected wi ll be reported to the CITY Counci l. The report will include improvement/co rrective action measures take n by the CITY and the CONTRACTOR. If improvement does not occur consistent with the corrective action mea sures, the CITY may terminate this CONTRACT or seek othe r remedies as specified in this CONTRACT. Compliance with Laws Th e CONTRACTOR ag rees to be bound by app licable fede r al, state and loca l laws, regulations, and directives as they pertain to the performance of this AGREEMENT. This AGREEMEN T i s subject to and incorporates the terms of the Hous ing and Community Development Act of 1974, as amended by the Cranston-Gonzalez Nation al Affordable Hou si ng Act, 1990, an d the 24 CFR Part 85. If the compensation under this AGREEMEN T is in excess of $100,000 then CONTRACTOR shall comply with applicable standards, orders, or requirem ents issue d under sec tion 306 of the Clean Air Act (42 U.S.C. 18579h)), Page: APPENDIX A.ll section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and En v ironmental Protection Agency Regul ations (40 CFR part 15). Th e CONTRACTOR must obtain and present all relevant sta te and local insurance, tra in ing and licensi ng pursuant to services required within this AGREEMENT. CONTRACTOR shall comply with the foll owing la ws: Civil Rights Act of 1964, Title VI (Non -disc rimination in Federally Assisted Programs) Title VI provides that no person shall, on the grounds of race, color, or national origin, be excluded from p articipation in, be denied the benefits of, or be subjected to disc rimination under any program or activity rece iving Federal financial assistance. Section 109 of the Hou sing and Community Dev elopment Act of 1974 No person in the United States sha ll on the ground of race, color, or nationa l origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this t itle. Age Di scrim ination Act of 1975 and Section 504 of the Rehabilitation Act of 1973 No person in the United Sta t es shall be excluded from participati ng in, be denied the benefits of, or be subjected to disc rimination und er t his CON TR ACT on the ba sis of age or with re spect to an otherwise qualified handicapped ind ividual. Executive Order 11246 and 11375, Equal Opportunity in Employment (Nondiscrim ination in Employment by Government CO NTRACTO Rs, SUBCON TRACTORs, and CON TRACTORs) Durin g the performance of this CONTRACT, the CONTRACTOR will not discrim inate against any employee or applicant for employment because of ra ce, colo r, religion, sex or nationa l origin. The CONTRACTOR wi ll t ake affirmative action to ensure that applicants are employed, and that employees are treated fairly during emp loyment, without regard to their race, color, relig ion, sex or national origin. Suc h action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recru itment advertising; layoff or termination/rates of pay or other forms of compensa tion; and se lection for training, including apprenticeship. The CO NTR ACTOR agrees t o post in conspicuous places, availab le to em ployees and app licants for employment, notices to be provided by the contracting officer se tting forth the provisions of t his nondiscriminat ion clause. The CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, sta te that all qualified applicants will r eceive co nsideration for employment without regard to r ace, colo r, rel igion, sex or national origin. The CONTRACTO R w ill send to eac h labor union or representative of workers with which he has a collective bargaining AGREEM ENT or othe r CONTRACT or understanding, a notice to be provided to the agency con tracting officer, advis ing the labor union or workers' representatives of the CONTRACTOR's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Page: APPENDIX A.12 CONTRACTOR will comply with all provisio ns of Executive Orde r No . 11246 of Septem b er 24, 1965, and of the rules, regulation and relevant o r ders of the Sec retary of Labor. Th e CONTRACTOR w ill furn is h all information and reports required by the Executive Order No. 11246 of Sep t ember 24, 1965, and by the rule s, regulations an d orders of th e Secretary of Labor, or pursuant thereto, will permit acces s to his books, re co rd s, and accounts by the contr acti ng agency and the Se cretary of Labor for purposes o f i nvestigation to ascertain comp li ance wit h such rul es, regulations, and ord er s. In the event of the CONTRACTOR's noncompliance with the non disc rim ination clauses of the CONTRACT or with any of suc h rules, regu lations or ord er s, this CONT RACT may be cance led, terminated o r suspended in whole or in part and the CON TRA CTOR may be declared ineligible for further Government CONTRA CTs in acco rdance wi th procedu res authorized in the Executive Order and suc h other sanc tions may be imposed an d remed ies invo ked as provided in the Exec utive Ord er o r by rule, regulat io n, or order of the Sec retary of Labor, or as otherwise provided by law. The CONTRACTOR w ill include t he provisions of these paragraphs in every su b CONTRACT or purchase o r der unless exempt ed by rule s, regulations, or orders of the Secretary of Labor issued pursuant to Sect ion 204 of the Executive Order No . 11246 of September 24, 1965, so that such provisions will be binding upon each SUBCONTRACTOR o r ve nd o r . The CONTRACT OR w ill take suc h action with respect to any SUBCONTRACT o r purchase order as the CONTRACTing age ncy m ay direct as a means of enforcing such provisions including sanctio ns for noncompl iance; provided however, that in t he eve nt the CONTRACTOR becomes involved in, o r is threa tened with li tiga tio n w ith a SUBCON TRACTOR or vendo r as result of suc h di r ection by the contracting agency, the CONTRACTOR m ay request the United States to enter into such litigation to protect the interests of the Uni t ed States . Section 3 of the Ho using and Community Deve lopment Act of 1968, as Amended Th e CONTRACTOR is r equired to make effort s t o t he greatest ex tent feas i ble, to p rovide opportunities for training an d emplo y m ent to low-i ncome resi den t s of the PROJ ECT area an d to make efforts to provide CON TRACTs f o r work in connection w ith the PRO JE CT be awarded to business concerns which are located in or owned in substantial part by persons re sid ing in the area of the PROJECT. A. The work to be pe r fo rm ed under this CONTRACT is su bject to t he requirements of Section 3 of the Housing an d Ur ban Development Act of 1968, as am en ded, 12 U.S.C. 1701u (Section 3). Th e purpose o f Section 3 is to ens u re t h at employm e nt an d other eco nomic opportunities generated by HUD ass istance or HUD -ass iste d projects covere d by Sectio n 3, shall , t o t he grea t est extent feasible, be d i rected to low-and very low-incom e persons, particu larly persons who are recipients of HUD assistance for ho usi ng . B. The parties to this CONTRACT agree t o comply with HUD 's regulations in 24 CFR Pa rt 135, which implement Sec tio n 3. As evidence d by their execu tion of this CONTRACT, the parties to this CONTRACT certify that they are under no con tractua l or other imped i men t that wo uld prevent them from comp lyi ng with the Part 135 r eg ul at ions. C. The CONTRACTO R agrees to se nd to eac h labor o rgan iza tion or represen t ative of workers with which the CONTRACTOR has a co llective bargaining contract or other understandi ng, if any, a notice advising the l abo r organization or worke r s' representative of the CONTRACTOR 's commitments Pa ge: APPEND IX A .13 under this Section 3 clause, an d wil l post co pies of the notice in conspicuous places at the wor k site where both emp loyees and applicants for training and employment positions can see the notice. Th e notice sha ll describe the Section 3 preferen ce, shall se t fo rth minimum number and job titles subject to hire, ava ilability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taki ng applications for each of the positions; and the anticipated date t he work shall begin . D. The CON TR AC TOR ag r ees to inclu de this Section 3 clause in every SUBCON TR ACT subject to compliance with reg ul ations in 24 CFR Part 135, and agrees to take appropriat e action, as provided i n an applica bl e provision of the SUBCON TR ACT or in this Sect ion 3 clause, upon a finding that the SUBCONTRACTOR is in violation of the r egu lations in 24 CFR Part 135. The CON TRACTOR will not SUBCONTRACT with any SUBCON TR ACTO R where the CONTRACTOR has notice or kn owledge that the SUBCONTRACTOR has been found in violation of the regulations in 24 CFR Part 135. E. Th e CONTRACTOR will certify that an y v acant emp loyment p osi t ions, including t r aining positions, that are filled (1) after the CONTRACTOR is se lected but before the CON TRACT is executed, and (2) with persons other t han those to w hom t he regu lations of 24 CFR part 135 require employment opportunities to b e directed, were not f illed to circumvent t he CONTRACTOR's obligations under 24 CFR Part 135. F. Noncompliance with HU D's regulations in 24 CFR Part 135 m ay r esu lt in sanct ions, termination of thi s CON TRACT for def ault, and debarment or suspension f ro m future HUD assisted contracts. G. With respect to work performed in co nn ection with Sectio n 3 covered India n ho u sing assistance, section 7(b) of the Indi an Self-Determinat ion and Education Assistance Act (25 U.S.C. 450e) also applies to the work to b e performed under this CONTRACT. Section 7(b) requires that to the greatest extent feasib le (i) preference and oppo rtunities for training and employment sha ll be given to Indi ans, an d (ii) preferenc e in the award of contracts and subcontracts sha ll be given to Indian o rganizations and Indian-owned Econo mic Enterprises. Parties t o this CON TRACT th at are subj ect to the provisions of Section 3 and sectio n 7(b) agree to comp ly with Section 3 to the ma xi mum ex t ent feasible, but not i n derogation of comp liance with section 7(b). Lobbyist Ordinances A. County Lobbyi st Ordinance: CONTRAC TOR and eac h County Lobbyi st or Country lobbyist firm, as defined in Los Angeles County Code Chapter 2.160 (County Ord inance 93-003 1), retained by the CONTRAC TOR, shall f ul ly comply with th e requirements as set forth in sai d County Code. The CONTRACTOR must also certify in writ i ng on the County Lobbyist Certification for m that they are familiar with the Los Angeles County Code Chapter 2.160 and that all persons acting on behalf of the CONTRACTOR w ill comply with the County Code. Failure on the pa rt of the CONTRACTOR and or Lobbyist to fully comply with the County Lobbyist requirements shall constitute a materi al breach of th is CON TRAC T upon which the CITY may immediately terminate this CO NTRACT and the CONTRACTOR sha ll be su bject to civil lia bility pursuant to Los An geles County Code Chapter 2.160 (County Ordinance 93-003 1) B. Federal Lobbyist Requirements : The CONTRACTOR is prohibited by the Department of Interior and Related Agencies Appropriations Act, known as the Byrd Amendments, and HUD 's 24 CFR Part 87, Page: APP ENDIX A.14 from using federally appropriated funds for the purpose of influ encing or attempti ng to influence an officer or emp loyee of any agency, a Member of Congress in connection with the awarding of any Federal CONT RACT, the making of any Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, ame ndment or modification of said documents. The CONTRACTOR must certify in writin g on the Federa l Lobbyist Req ui r ements Certification form that it is fami li ar with the Federa l Lobbyi st Requirements and th at all persons and /or SUBCONTRACTORS acting on be half of the CONTRACTOR wi ll comply with the Lobby ist Requirements. Fai lu re on the part of t he CONTRACTOR or persons/SUBCO NTRACTORS acting on behalf of the CONTRACTOR to fully comp ly with the Federal Lobbyist Requireme nts sh all be subject to civil penalties. Acces s and Retent io n of Record s The CONTRACTOR shal l provid e access to t h e CITY, the Fe dera l grantor agency, the Co mptroller Gene ral of the United States, or any of their duly authorized represe ntatives to any books, documents, papers and records of the CON TRACTOR which are directly pertinent to th e specific CONTRACT for the purpose of making audit, exam in ation, excerpts and t r anscriptions. The CONTRACTOR is required to retain the aforementioned records for a period of fi ve years after the grantee pays final payment and other pending matters are closed. Conflict of Interest The CONTRACTOR represents, warrants and agrees that to the best of its knowledge, it does not pre sently have, nor will it acquire during the term of this CO NTRACT, any interest direct or indirect, by CONTRACT, employment or otherwise, or as a partner, joint venturer or shareholder (other than as a shareholder holding a one percent (1 %) or less interest in publicly traded companies ) or affiliate with any business or bus iness entity that has ente r ed into any CONTRACT, SUBCONTRACT or arrangement with the CITY. Upon exec ution of this CON TRACT and during its term, as appropriate, the CON TRACTO R shall disclose i n writing to the CITY, any othe r CONTRACT or employment during t he term of this CONTRACT by any other persons, business or co rp oration in which employme nt will or may likely develop a conflict of interest between t he CITY interest and the interests of the third parties. Sa f ety Standards and Accident Prevention The CON TRACTO R sha ll comply with all applicable Federa l, state and local laws gove rning safety, health and sa nitation. The CO NTR ACTOR sha ll provide all safeg uards, sa f ety devices and protective equ ipment and take any other needed actions, o n his own re sponsibi lity, rea sonably necessary t o protect the life and health o f e mployee s on the job an d t he public and to protect property i n co nn ection with the performance of this CO NTRACT. Drug Free Workplace Act of the State of California The CONTRACTOR ce r t ifies under penalty of perjury unde r the laws of the State of Cal ifornia that the CONTRACTOR will co mply with t he req uirements of the Drug-Free Workplace Act o f 1990. Page: APPEND IX A .lS Copyright No report, maps, or other documents produce d in whole or in part under t h is CON TR ACT shall be the subj ect of an appl ication for copyri ght by o r on beh alf of the CONTRACTOR . All documents become the property of the CI TY and the CITY holds all the r ights to said data. Pat ent Rights Th e CITY will ho ld a ll the patent rights w ith respect to any discovery or invention which arises or is developed in the course of, or under this CO NTRACT. Noti ce to Employees Reg arding the Fede ral Earned Income Credi t CONTRACTOR shall n otify its employees, an d sh all require each SUBCO NTR ACTO R to notify its employees, that they m ay be e ligible for the Federal Earned Income Credit under the f ede ral income tax laws. Such not ice shall be provided in acco rdance with the requirements set f orth in Internal Revenue Servi ce Notice 1015. Use of Recycled-Content Paper Products Consistent with the CITY Council and/or County Board of Commissioners' pol icy to reduce the amount of so lid waste deposit ed at the Co unty land fill s, the CONTRACTOR agrees to u se recycle d -content paper t o the maximum ex t ent po ss ible on the PROJECT. CON TRACTOR Respo nsibility and Debarment A. A r espons ible CONTRACTOR is a CONTRACTOR who has demonstrat ed th e attribute of trustworthi ness, as well as quality, fitness, capacity and experience to sa tisfactorily perform the CONTRACT. It is the policy of the County, th e Commissio n and the CITY to con duct busin ess only wit h re spo nsible CON TRACTORS. B. The CONTRAC TOR is hereby notif ied t hat, i n accordance w ith Ch apter 2.202 of t h e County Code, if t he County, w hich, as defined under Section 2.202 .020, includes the CITY, acq uires information concerning the performance of the CON TRACT OR on this or other CONTRACTs w hich indicates that the CONTRACTO R is not responsible, the County may, in addition to othe r remedies provided i n the CONTRACT, deba r the CONTRACTOR from bidding on Co unty or CITY CONTRACTs for a specified period of time not to exceed 3 years, and terminate any or all existing CONTRACTs the CON TRACTO R may have with the CITY. C. The CITY may debar a CONTRACTOR i f the CITY Council and/or County Board of Commiss ioners find s, in its disc retion, that the CONTRACTOR ha s done any o f the following : (1) vio lated any ter m of a CON TR ACT with th e County, th e CITY, (2) commi tted any act or omissio n which n egatively reflects on the CON TRACTO R's quality, f itness or capaci t y to perform a CONTRACT with the County, the CITY or any other pub li c e ntity, or engaged in a pattern o r practice whic h negatively reflects on sa m e, (3) committed an ac t or offense which indicates a lack of business integ rity or bus ines s honesty, or (4) made or submitted a f alse c lai m agai nst the Co unty, the CITY or any othe r public entity. D. If there is evi dence that the CONT RACTOR may be subject to de barm ent, th e CITY will no t ify t h e Page: APPENDIX A.l6 CONTRACTOR in writing of the evidence, which is the basis for the proposed debarment and will advise the CONTRACTOR of the schedu led date for a debarment hearing before the CONTRACTOR Hearing Board. E. The CONTRACTOR Hearing Board will conduct a hearing where evidence on the proposed debarment is presented. The CONTRACTOR and/or the CONTRACTOR's representative shall be given an opportunity to su bmit evidence at t hat hearing. After the hearing, the CONTRACTOR Hearing Board shall prepa re a proposed decision, which shall contain a recommendation regarding whether the CONTRACTOR should be debarred, and, if so, the appropriate length of time of the debarment. If the CONTRACTO R f ai ls to avail itself of the opportunity to submit evidence to the CONTRACTOR Hearing Board, the CONTRACTOR may be deemed to have wa ived all rights of appeal. F. A record of the hea r ing, the proposed decision and any other recommendation of t he CONTRACTOR Hearing Board shall be presented to the CITY Council and/or County Board of Commissioners. The CITY Council and/or County Board of Commissioners shall have the right to modify, deny or adopt the proposed decision and recommendation of the CONTRACTOR Hearing Board. G. These terms shall also apply to SUBCONTRACTORS. --------SIGNATURES ON FOLLOWING PAGE-------- Page: APPENDIX A.17 IN WITN ESS WHEREOF, the parties hereto have caused this contract to be executed on the 1st day of April, 2014, by their respective officers duly authorized in that behalf. CITY OF TEMPLE CITY a Municipal Corporat i on By: __________________ __ Carl Blum, Mayor ATIEST : By: ----------------------- Peggy Kuo, City Clerk A PPROVED AS TO FOR M By: ______________ _ Eric S. Vail, City Attorney CONTRACTOR Name: FS CONSTRUCTION, a California Corporation By: ------------------- Name and Title by ________________________ __ Secretary Page: APPENDI X A .18 ATTACHMENT C Page: APPENDIX C.4 Page: APPENDIX C.5 Page: APPENDIX C.6 Page: APPENDIX C.7 Page: APPENDIX C.S Page: APPENDIX C.9 INDEX OF SCOPE OF ACTIVITY __ ..__ __ ~·----0 Slgnnl ---0 ~~~u ci 3 "% n ~----0 BID ITEM 2 000 Ofeet"'9 a~-~----&----8 f Pictures 7 to 10 " m .__ _____ ___J Bridal ---t 9 Q. ;las or ' BID ITEM 3 Pictures 11 to 13 ® -o % ~ ~ ~ BID ITEM 4 Pictures 14 to 19 Tea Station E ~ GPWeddmg ----~ SIUdio 0 Peterc Cht Corpo1'11tion W~anf>..VO ~ \ a> n ?i ~ 0. TVJ~ l8lfol • Group L\"'e oa'tl. A'~• ~ __ £- Page: APPENDIX C.16 Ql Seafood ft VIllage 9TD ~oc't-rnan A~• 0 i :::: A» ~ Cll uve08 ---·-- ATTACHMENT D A. NOTICE INVITING FORMAL SEALED BIDS Downtown Parking District Lots, ADA Improvements CDBG Federal Funded Project, Project No. 601596-13 , HUD Code : 03G and Temple City Boulevard ADA Acces sibility Improvements CDBG Federal Funded Project, Project No. 601595-13, HUD Code: 03L Bid No. P14-14 & P14-15 City of Temple City PUBLIC NO TICE IS HEREBY GIVE N that th e City of Temple City invites sea led bids for th e above stated project and wi ll receive such bids in the office of the City Clerk, City Of Temple City, 9701 Las Tunas Drive, Temple City, CA 91780, up to the hour of 11:00 AM, March 4, 2014. The bids received will be publicly opened approximately 15 minutes after the bid subm ittal deadline in the City Council Chambers. This Notice Inviting Formal Sealed Bids will be advertised in a newspaper of gene r al circulation, prin ted and published in the juri sdiction of the City of Temple City at least fourteen (14) ca lendar days before th e bid opening date. A non-m anda t ory pre-bid meeting is sched ul ed at Temple City Counci l Chambe rs located at 9701 Las Tun as Drive, Temple City, CA 91780 at 11:00 AM, Febru ary 18, 2014 to answer any questions from prospective bidders and to explain the Federa l Labor Standards Provisions, Section 3 Clause, and the prevaili ng wage requirements of the Dav is-Bacon and Related Acts. While this is a non-mandatory pre- bid meeting for the prospective bidders to attend, it is recommended that all prospective bidders attend t h e meeting to gain a good understanding of project standards, bid preference, Section 3 and Federal Labor compliance requirem ents. Prospective bidders will be informed of the potential for a bid prefe rence , and the training, contracting and h iring goals that cont ractors must document in good faith efforts to meet, will be described . Copies of the Plans, Specifications an d contract documents can be obta i ne d as follows: 1. To receive a pdf fi le send an e-ma il request to: ali.cay.ir@tra nstec h .org. A pdf file will bee-mailed at no cost. 2. Hard copy can be picked up at a non-refundable cost of $50 from City Of Temple City, 9701 Las Tunas Drive, Temple City, CA 91780 . Make check payable to "City of Temple City". Place a note on the check as follows: Cost for Plan Se t for Downtown Parking Distri ct Lots, ADA Improvements, and Temple City Boulevard ADA Acce ssibility Improvements. 3. Hard copy will not be mailed. This is a HUD Sec t io n 3 construction contract . Fir st preference will be given to a bidder who provides a reasonable bid and is a qualified Section 3 Business Concern. Second preference will be given to a bidder who provides a r easonable bid an d commits to achieving the Section 3 employment, training and subcontracting opportunity goa ls by submitting a w ritten commitment (E conomic Opportunity Plan). This is a Federa lly-ass ist ed constru ction project. Federa l Labor Sta ndards Provis ions, including th e prevailing wage req uirements of the Davis-Bacon and Related Acts will be enforced. In the event of a labor dispute, whe n Fe d eral and State wage rates are in conflict, the higher of the two will prevail. Page:A.l The estimated cost of this project is over $200,000, and ther efore, this is a HUD Section 3 construction contract and all bidders must commit to emp loy low-income res idents from the loca l community to ac hieve the Section 3 goals and to be cons id ere d a Section 3 responsive bidder. A bidder who is not responsive to Sec t ion 3 r equ i rements shall be considered a non-responsive bidder to this Invitation for Bids. The City hereby notifies all qualified bidders that it will affi rmatively insure that m i nority business enterprises will be afforded full oppo rtunity to sub m it bid s in r es ponse to this i nvita t ion and will not be discriminated aga in st on the basis of race, co lor, nationa l origin, ancestry, sex, religion or hand icap in any conside ration for an award. Att ention is directed to the pr ovis ions of Sectio n 1777.5 (Chapter 1411, Statutes of 1968) and 1777.5 of the Labor Code concerning the employment of apprentices by the contractor and that the contractor shall not all ow discrimination in employment practices on the basis of r ace, color, natio nal origin, ancestry, sex, religion or handicap. Th e City will deduct a State-mandated 5 percent retention from all progress payments. In entering into a public works contract, or a subcontract, to supply goods, services, or materials pursuant to a public works contract, the Contr acto r, o r subcon tractors, offers an d agrees to assign to the awa rd ing body all rights, title a nd interest i n, and to, all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or unde r the Cartwright Act (Chapter 2 [com mencin g with Sectio n 16700] of Part 2 of Division 7 of the Business and Professions Co de), arising from purchases of goods, se rvices, or materials pursuant to t he pub lic wo rk 's contract o r subcontract . This assignment shall be made and become effective at the time the award ing body tenders final payment to the Co nt r acto r, without further ack nowl edgment by the partie s. Bids must be prepared on the approved Proposal forms in conformance with the Instructions to Bidders and submitte d in a sealed envelope plainly marked on the outside. Bids must be accompanied by a bid bond, made payable to the City of Temple City for an amount no less than 10 percent of the amount of bid. No bid will be acce pted from a Contractor who has not been license d in accordance with the provisions of the Business and Profession s Code. The successful Contractor and his subcontracto rs will be required to possess business licenses from the City. The City reserves t he r ight to reject any or all bids, to waive any irregularity, and to ta ke all bids under advisement for a period of sixty (6 0 ) ca le nd ar days. Any contract entere d into pu rsuant to this notice shall become effective or enforceable aga i nst the Ci ty of Temple City only when the formal written co ntract has been duly exec uted by the appropriate off icers of the City. Total construction duration is 30 work days . THE CONTRACTOR SHAll COMPLETE THE WORK WITHIN 30 WORK DAYS OF THE EFFECTIVE DATE OF CITY'S NOTICE TO PROCEED WITH CONSTRUCTION. If there are any questions re garding this project, please contact in writing via e-mail: Ali Cayir, P.E a li.cayir@tr anstec h.org All inquiries must be subm itted in writi ng. BY ORDER of the City ofTemple City, California. Page:A.2 ....,., )> -t -t )> 0 I s: m z -I m TRANST!tCH 810 ANALYSIS F~" PRO.JECT NAME: Downtown Parking DIStrict Lots and Tomplo City Bouiovard. ADA lmprcvemento, COBG Fodorol Fundod Prcjocl REVI EW OF APPARENT LOYV BID ~:FSCons:rut:IJOI\ TELEPHONe NO. (818)!U'o;...08g5 fAPPAAlNlLOW810St.J81MTtC08Y ..... Ango!F"""' 14$S8-Sl. ~ CA 91342 FAXNQ. APPER£NT LOW 810 AMOUNT S20QOOO.D( ~lol RM~O'CHECKED RMEWRESULT HECKEDBY DATE RDIAI!KS jewS TAMPED AS RECEIVW PRIOR BID nME Yn 00 3.0/14 ~10 BONO IN PROPER AIAOlii'IT v .. 00 3.'1114 ~L AOOEI\OA ACKNO'.\Il..EDGED Vu CD 3fi/14 ~APPARENT DISCREPANCY IN THE SUBMITTAL No 00 J/0114 OTAL 810 PRIICES CALCULATED CORRECTLY v •• CD 316J14 SID PRICES IN NUMUCRS AND V"''TINO MATCH v .. 00 3/0114 SUBCONTRACTOR AMOUNT so.oo OD ;w/14 PRIIlE ICO"'TRACTOR REOLOREMENT ~1.CJOY. 00 3fi/14 ~U8CO'<TIW:TOR PERCENT PER 810 ....... 00 3N14 pt<J¥£ CO'tTIIACTOR PERCENT PER 1110 100.000. 00 3.'1114 ~DOER COMI't.I(S WITH PRIME CO>ITRACTOR PUICENI v .. 00 W I' ~ONTRACTOR UCENSE STATUS c.,... OD 316/14 REFERENCE CHECK ACCEPTABLE· vos 00 :W14 lRANSlEC:H BID ANAL Y$1$ f~M FSConttrvc.liOn R£f[RENCE CHECK FOR AI' PARENT LOW 810DfR REFERENCE DATA FOR Al'PAREHT LOW BIODER An ••r-ves· H ••tnn.ctor""NO'"II notNO.n.d ~ 91 ~~ u ilt U 1 U t I 0 ~ ~ ~i ~ ~~ ! ~ ~ f u~ ~~ RUIAAhl ., i~ ~ ~8 ~g ~d a 8" 8~ 8t ~§ ~C6tl(ttM,.."'IMLtl!t~CitV'M~10f'Mil'ltlf'!ttM~ .. U$6.<0>0 '1tl.y .._, •• !.,.,..,......OI ~~"' 111p.imQOI~•Cit,... e&~m aotGOOJII•OU.• ~ottlla C..... • CivlallM MoNJt 11).S21 &ep::OI u ... "" "" .. =:~~='*'-''t~r OD -~· •pl&.d ... _..."' ..... •aaylo-.'~WII!)" ~-I"'CCtta~~~~-~· Romy l\llHIU ~U2Uno 1321.17 At.IO;Dl po llf'hV' ~~ ~._. ...... ~ ., .. a... .... ,~., .. ,. ,...:.,. ... 14.501.WI ., .... ...... ... .... .. ... ,.. "'W<V_ ... ,. •• _.. ---po ... ,.. I TRANST ECH BID A NALYSIS FORM PROJECT NAME : Downtown Parking District Lots and Temple C ity Boulevard, ADA Improvements, CDBG Federal Funded Projec LOWEST RESPONSIVE B ID !APPARENT LOW BIDDER . FS Construction AMOUNT $200,000.00 DID APPARENT LOW BID REVIEW RESUL TEO IN APPARENT BID BEING RESPONSIVE Yes IF APPARENT LOW BID IS NOT RESPONSIVE, CONDUCT REVIEW OF SECOND LOW BID· N/A LOWEST RESPONSIVE BID SUBMITTED BY: FS Construction IN THE AMOU NT OF: $200,000.00 LOWEST BID $200,000.00 !AvERAGE BID $233,268.33 HIGHEST BID $291,205.00 ENGINEERS ESTIMATE $153,100.00 RECOMMENDATION AND APPROVALS !ACTION TAKEN DATE BY LOW BID ANALYSIS REVIEWED BY 31612014 OD LOW BID RECOMMENDED BY. 31612014 00 TO: Contract Compliance Officer, Commumty Development Block Grant Division Community Development Commission, County of Los Angeles Date 1-.larch 1::!, ::!014 FAX a copy to CDBG prior to award (323) 890-8595 SECTION 3 BID EVALUATION MEMORANDUM Awarding Ag ency: Cay of T emple Cuy --~----~--~------------------Agency Represen tative: Adam Gulick ------------------- Project Name: Downtown Pkg Lot~ •• \0.\ Imp's; Temple City Bh·d .\0,\ I mp'~ Project Number: 601596-13,601595-13 Bid Opening Date : ~larch 4, 20 14 REASONABLENESS 0 F BID (See guidelines on the back of this form for the Zone of Consideration) The Lowest Bid $ 200,000.00 "X" PLUS FACTOR The lesse r of 8 .00°'o o f Low Bid ($ 16 000.00 ) -or $ 16,000 00 $ 16,00000 EQIIAI Maximum A ~. ... ~ 3 R1 !asonable Bid $ 216,000.00 NAME OF BIDDER Section 3 Res ponsive Bid Amount (Documents Provided to demonstrate responsiveness to Sedoon 3 Contracting, Employment and Training Goals) Yes No (list Low Bid First) FS Construction Oaualified Section 3 Business Concern, 051 % Owned by Section 3 person(s), or .; $ 200,000.00 Osection 3 Economic Opportunity Plan 0 Section 3 Business Ce rtifi cation form(s) ____ %0Subcontracts 0 Section 3 Residen t Certification form(s) \7.5 %0Employees , or 0New Hires Unique Performance Construction 00ualified Section 3 Busi ness Concern, 051 % Owned by Section 3 person(s), or .; $ 208,600.00 0Section 3 Economic Opportunity Plan 0 Section 3 Business Certification form(s) ____ %0Subcontracts 0 Section 3 Resident Certification f orm(si -; %0Employees, or 0New Hires E l Ca mino Con struction & Engineering bZJ Qualified Section 3 Busi ness Concern, IZI 51% Owned by Section 3 person(s), or .; $ 29 1,205.00 0Section 3 Economic Opportunity Plan 0 Section 3 Business Certification form(s) ____ %0Subcontracts 0 Section 3 Resident Certification form(s) %0Employees , or 0New Hires Oaualified Section 3 Business Concern, 051% Owned by Section 3 person(s), or $ 0Section 3 Economic Opportunity Plan 0 Section 3 Business Certification form(s) ____ %0Subcontracts 0 Section 3 Residen t Certification form(s) %0Emolovees , or 0New Hires First preference will be given to a bidder who provides a reasonable bid and is a qualified Section 3 Business Concern. Second preference wi ll be given to a b idder who provides a reasonable bid and commits to achieving the Section 3 employment, tra ining and subcontracting opportunity goals by submitting a written commitment (Economic Opportunity Plan). RECOMMENDATION FOR SECTION 3 CONTRACT AWARD The contractor listed below is a Sect ion 3 Responsive Bidder with in the ·zone of Consideration• FS Construcuon Check the box below if a {icable No bidders were able to meet Section 3 responsive and reasonable 1\dam Gulick (Print Name of Contracting Officer) (Signa ture of Contracting Officer) D bidding requirements . Therefore , the construction contract will be t-.Iarc h 2 o, 2 o l ..J. awarded to the lowest bidder who has provided a reasonable bid in accordance with the awarding agency's policy and procedures. I-----------------(:::D-a-te7) ________________ _ A S ection 3 R esponsive bidder is a bidder that submits a Section 3 Business Certification form with the bid , and 1. Qualifies as a Section 3 Business concern because the business •Is 51% owned by low-income residents, or ·30% or more of its permanent full-time employees are low-income residents, and •Provides the Section 3 Resident Certification form(s) for each qualified employee. -OR- 2 . Makes a written commitment by submitting a Section 3 Economic Opportunity Plan with the i r bid indicating that the bidder will: ·Hire atleast30% aggregate new-hires tha t are qualified low-income residents , and •Provide the Section 3 Resident Certification form(s) for each Section 3 new-h ire , or •Subcontract 25% or more of the bid amount to qualified Section 3 Business Concern(s ), and ·Ensure that the Business Concem(s) provide Section 3 Resident Certification form(s) for each q ualified employee. NOTE: If th e contract is awarded based upon the written commitment , the contractor will be respo ns ible to document all efforts made to recruit Section 3 resident new-hires. Additionally, t he recipient of a Section 3 contract who commits to the Section 3 goa l is requ ired to submit a Section 3 Summary Report by July 1 and/or with the ir final Certified Payroll Report submission. First preference will be given to a bidder who provides a reasonable bid and is a qualified Section 3 Business Concern . Second preference will be given to a b idder who provides a reasonable bid and commits to achievi ng the Section 3 employment, training and subcontracting opportunity goals by submitting a written commitment (Economic Opportunity Plan). A S ectio n 3 Non-responsive bidder is a bidder that: .,. Fa ils to provid e a Section 3 Business Certifica tion form documenting Section 3 qualifications with a bid response, or .,. Fails to provide a Section 3 Business Certification form and an Economic Opporlum ty Plan with a bid response . However, 1f the lowest bid of a qualified Section 3 Responsive Bidder is not reasonable (not with i n the Zone of Consideration), as defined below, the construction contract sha ll be awarded to the lowest bid from any responsive and responsibl e bidder. A REASONABLE b i d is a bid that is not more then the value of ·x· higher than the LOWEST BID. 1. The actual dollar amount of bid received from any responsible bidder, PLUS 2. The "X" FA CTOR, w hich is the lesse r of; a. The dollar amount of the requ ired percentage listed on the chart bel ow of the Bid submitted, or b . The actual dollar amount listed on the chart below. 3. Equal the MAXIMUM ACCEPTABLE BID. ZONE OF CONSIDERATION If t he Lowes t B i d is The "X" FACTOR At Least But Less Than is the Lesser tha n $100,000 N/A 10% $g ,ooo $100 ,000 $2 00,000 9% $16,000 $200,000 $300 ,000 8% $21,000 $300 ,000 $400,000 7% $24 ,000 $4 00,000 $500,000 6% $25,000 $500,000 $1 ,000,000 5% $40,000 $1,000,000 $2,000,000 4% $60,000 $2,000,000 $4 ,000,000 3% $80,000 $4 ,000,000 $7,000,000 2% $105 ,000 $7,000,000 1.5% C heck a License - L icense Deta il-Contractors Sta te Li cense Board ATTACHMENT F DEPARTMENT OF CONSUMER AFFAIRS --· Contractors State License Board Contractor's License Detail -License# 777126 & DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations . * CSLB complaint disclosure is restricted by law (B&P 7124 §)If this entity is subject to public compla in t disclosure, a link for complai nt disclosure will appear below. Click on the link or b utton to obtain complaint and/or legal action information. + Per B&P 7071 17 . only construction re lated civil judgments reported to the CSLB are disclosed. + Arbitrations a re not l isted unless the contracto r fails to comp ly w ith the terms of the arbitration. + Due to w orkload , there may be relevant info rmation tha t has not yet been entered on to the Board's license database. License Number Business Informati on Entity Issue Date Expire Date License Status Classifications Bonding Workers' Co mpens atio n 777126 F S CONSTRUCTION Business Phone Number. (818) 838-6040 14838 BLEDSOE ST SYLMA R, CA 91342 So le Ownership 04/06/2000 04/30/2016 ACTIVE Extract Date 3/2 4/2014 This license is current and active. A ll information b e low should be reviewed. CLASS C-8 C27 A DES CRI PTI ON CONCRETE LANDSCAPING GENERAL ENGI NEERING CONTRACTOR CONTRACTOR'S BOND This license filed a Contractor's Bond with AMERICAN CONTRACTORS IN DEMNITY COMPANY. Bond Number: 100043676 Bond Amount: $12.500 Effective Date : 03/03/2008 Contractor's Bond History WORKERS' COMPENSATION This license has workers compensation insurance Wllh STATE COMPENSATION INSURANCE FUND Policy Number: 9056610 Effective Date: 05/28/2013 Expire Date: 05/28/2014 Workers' Compensation Hjstorv Personnel listed on th is license (current or disassociated) are listed on other licenses. ~---P_e_rs_on_n_e_IL_is_t __ ~l l~ ___ O_th_er_L_ice __ ns_e_s __ ~ 312412014 S)Stem for Award M anagerrent Search Results CUrrent Search Terms: FS construction* No tice: This pr~d docurrent represents odf the frn page of your SAM seardl resuh. More resuls rrey be avalable. To prnt vour Clllr'Oiele seardl resuts. vou can download the PDF and omt 4. No records found for current sean;h. SA M I System ror A w.rd Managam•nt 1.0 Note to all Users : This is a Federal Governrrent corrputer system Use of thos system constitutes consent to rron~or'ng at al times. Glossary SWS:Il .IW!.!.It.l Entity Exdusion SWS:Il fiWI By Record staws By Functional Area-Entity Management By Functional Area- Performance Information ATTACHMENT G https:/1\w.w.samgO\Iportal/public/SAM?portal :~tld=66fdb602-nrS.4ba0-914a-Cbl8fQd831 e1&portal :l}?e=action&nB\ig ationalstate=JBPNS_rOOABXdc... 1/1