Loading...
HomeMy Public PortalAbout13_10A_Primrose Park Project_Award of ContractPARKS AND RECREATION DEPARTMENT MEMORANDUM DATE: March 2, 2021 TO: The Honorable City Council FROM: Bryan Cook, City Manager By: Adam Matsumoto, Director of Parks and Recreation Ali Cayir, PE, City Engineer SUBJECT: AWARD OF CONTRACT FOR THE PRIMROSE PARK PROJECT (P-21- 01) RECOMMENDATION: The City Council is requested to: 1.Award a Public Works Contract (Contract) to CEM Construction Corp (Attachment “A”) as the lowest responsible bidder for the Primrose Park Project (P-21-01) and authorize the City Manager to execute the Contract in an amount of $2,470,087.50; 2.Award a Contract for Direct Purchasing of Playground and Exercise Equipment and Flower shaped Shades Equipment thru CMAS (State of California Multiple Award Schedules Program) or other Purchasing Systems used by Public Agencies, and authorize the City Manager to execute the Contract in an amount not to exceed $425,000; 3.Authorize 10% of the awarded contract amounts as contingency allowance to be used if necessary; and 4.Direct staff to seek value engineering opportunities after award of contract to lowest responsible bidder, and with vendors for Direct Purchasing of Playground and Exercise Equipment and Flower shaped Shades thru CMAS or other Purchasing Systems used by Public Agencies. BACKGROUND: 1.In January 2019, the City Council authorized pre-development activities for a new park and parking lot at the City-owned properties located at 5922 and 5934 Primrose Avenue (Primrose properties). AGENDA ITEM 10.A. City Council March 2, 2021 Page 2 of 6 2. On May 7, 2019 the City Council approved to enter into a Professional Services Agreement with David Volz Design for the development of design plans and construction documents for the Primrose Park project. 3. On February 25, 2020 the California Department of Parks & Recreation publicly announced Temple City was awarded $2.9 million for Primrose Park (Proposition 68 Grant). 4. On April 1, 2020 the State received the signed Primrose Park development contract from the City. 5. On May 19, 2020 the City Council approved the addition of a custom restroom and storage facility to the Primrose Park project along with required addition of vehicle charge stations. 6. On July 24, 2020 the Facilities, Public Works and Infrastructure Standing Committee met and recommended City Council approve the fee increase for the Professional Services Agreement with David Volz Design for the Primrose Park project. 7. On August 4, 2020 the City Council reviewed the Primrose Park project status update and approved the fee increase for the Professional Services Agreement with David Volz Design. 8. On November 13, 2020 the Facilities, Public Works and Infrastructure Standing Committee met to review the 100% completed Construction Documents for the Primrose Park project and provided staff with direction to bring back for Council review and authorization to bid on December 1, 2020. 9. On December 1, 2020, the City Council approved the Plans, Specifications, and Estimates (Bid Package) and advertisement of Notice Inviting Bids (NIB) for the Project. The NIB was published in the newspaper, on the City website, and in various trade publications. 10. On the due date of January 21, 2021, 15 bids were received and opened publicly. 11. On February 12, 2021 the Facilities, Public Works and Infrastructure Standing Committee received bid updates and provided recommendations to City Council. ANALYSIS: Bids for the Construction of Primrose Park The following bids were received for the Construction of Primrose Park: City Council March 2, 2021 Page 3 of 6 Company Name Bid Amount CEM Construction Corp $2,470,087.50 FS Contractors, Inc. $2,541,045.00 California Landscape & Design, Inc. $2,612,789,40 Three Peaks Corporation $2,986,222.75 Renewage Energy Solutions $2,932,932.00 G2K Construction, Inc. $2,999,316.60 Environmental Construction, Inc. $3,017,253.20 Access Pacific $3,061,340.00 Green Giant Landscape, Inc. $3,089,349.00 Monet Construction, Inc. $3,131,728.15 CS Legacy Construction, Inc. $3,341,666.40 Yakar $3,407,091.00 Los Angeles Engineering $3,540,848.00 Kasa Construction $3,610,884.50 Byrom-Davey, Inc. $3,821,727.50 The lowest responsive bid was submitted by CEM Construction Corp in the amount of $2,470,087.50. The bid prices are within the current industry range. Staff conducted a bid analysis including checking CA contractor licensing, Department of Industrial Relations registration, state and federal debarment list review for CEM Construction Corp. The bid submitted by CEM Construction Corp and the bid analysis completed by staff are attached (Attachments "B" and "C"). CMAS (State of California Multiple Award Schedules Program) and other Purchasing Systems used by Public Agencies. – For Playground & Exercise Equipment The State of California establishes multiple award agreements in accordance with Public Contract Code Sections 10290 et seq. and 12101.5. A multiple award is an award to two or more contractors for the same products and/or services at the same or similar prices. Multiple award does not pertain to the number of buyers who would be ordering from the agreement, but rather the number of contractors receiving an award from a common bid process. State and local government agencies alike may use CMAS, and other similar Purchasing Systems unless the approved contractor explicitly stipulates in their contract that it is not available to local governments. A local government agency is any city, county, district, or other local governmental body, including the California State University (CSU) and University of California (UC) systems, K-12 public schools and community colleges empowered to expend public funds. Contracts for these type of equipment result in lower costs, as the markups by a construction contractor incorporating the items into a larger project is eliminated. City Council March 2, 2021 Page 4 of 6 The Firm Landscape Structures, Inc. provided a proposal for the Playground and Exercise Equipment and Flower shaped Shades thru CMAS for this project thru CMAS. Their proposal and design options are attached for reference purposes only (Attachment “E” and “F”). Construction Phase Budget: The following is the breakdown of the construction phase budget: Construction Budget (Current Contract Award) $2,470,087.50 Cost of Direct Purchasing of Playground and Exercise Equipment and Flower shaped Shades $421,617.30 Contingency Budget allowance as necessary for unforeseen conditions (10%) $247,008.75 Budget allowance for design, construction management, inspections, and administration (services provided under City Engineering Contract with Transtech and David Volz Design) $350,000.00 Total $3,488,731.55 Grant Funding: City received $2,972,058.00 from California Department of Parks & Recreation for Primrose Park (Proposition 68 Grant). The above costs will be paid thru the Grant Funding. As the Council can see, there is a shortfall between the total cost and the total amount of Grant Funding. Alternative Project Funding: There are alternate funding sources that can supplement the Primrose Park Project. Confirmed alternate funding sources and amounts are outlined below: • AQMD – Unallocated $53,000 for EV vehicle charge stations and installation; • Art in Public Places – Unallocated $30,000 for art installations; • Measure A - Unallocated $600,000 for park amenities including Primrose Park; • Landscape and Lighting District – Unallocated $2,100,000 for park amenities including Primrose Park. After initial analysis of the Primrose Park Project bids, the City is estimating the project will exceed the total $2.9 million grant funding by $500,000 to $550,000. Other project costs include: playground equipment, landscape design fees, project management fees, permitting and contingency. The amount estimated for construction was $1,909,085.50, meaning the low bid of $2,470,087 combined with the other costs would exceed the grant funding received by the City. The primary reason for the additional cost is due to City Council March 2, 2021 Page 5 of 6 utilization of custom design elements for various amenities, which in the original budget were assumed to be pre-fabricated, non-custom design. The estimated total budget of $3.45 million to $3.50 million includes all hard construction costs, purchasing of custom designed playground/shade equipment, soft costs, as well as 10% contingency. During the bid analysis process, three specific park amenities were identified as factors that lead to the increase in the project cost. The three amenities identified were: • Decorative panel fencing; • Pre-cast concrete site furnishings; and • Shade structures for lawn, exercise equipment and picnic area All three items are specified in the bid package to be custom amenities. To prepare for the option for “value engineering” the project, David Volz Design sourced prefabricated amenities that should have a significant material cost difference while still maintaining the original design intent. Attachment “F” compares the original concept custom design with potential prefabricated elements for review. The bid package specifications as published state and allow the City to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and utilize bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. The prefabricated design options should reduce the overall cost of the project but within the 25% allowance in the specifications. It is difficult to estimate the projected cost savings if this value engineering and change order route is taken. The true cost savings cannot be known until after the award of bid. The playground amenity ($421,617.30 cost) also presents an opportunity for value engineering. The current design incorporates a 2-layer shade flower design which increases the cost of the playground. Removing the 2-layer design to a 1-layer design will decrease the total cost. Attachment “G” compares the concept designs of the 1- layer shade structure versus the 2-layer shade structure. CITY STRATEGIC GOALS: The Primrose Park Project will further the City's Strategic Goals of Quality of Life and Sustainable Infrastructure. FISCAL IMPACT: The City will receive $2,972,058.00 funding from California Department of Parks & Recreation for Primrose Park (Proposition 68 Grant) for this project. Additional funding may be required to cover total projected project costs. Total projected project cost may be lowered after value engineering of specific park components. Once the total project City Council March 2, 2021 Page 6 of 6 costs are finalized at a later date, City Council will be requested to review and provide direction if additional funding sources are required to complete the project. ATTACHMENTS: A.Contract to be Executed with CEM Construction Corp B.Low Bid Submitted by CEM Construction Corp C.Bid Analysis D.CMAS Proposal submitted by Landscape Structures, Inc. (for reference only) E.Contract to be Executed for CMAS Playground Vendor F.Custom vs. Prefabricated Options G.1-Layer vs. 2-Layer Playground Design 1 CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT PROJECT ____________________________________________________ THIS AGREEMENT (“Agreement”) is made and entered into this ____ day of _________________________, by and between the CITY OF TEMPLE CITY, a Municipal Corporation located in the County of Los Angeles, State of California (“CITY”), and ____________________________, [a corporation/partnership/limited liability company corporation, located at _____________________________ (“CONTRACTOR”), collectively referred to as the Parties. RECITALS A.CITY, by its Notice Inviting Bids, duly advertised for written bids to be submitted on or before ______________________________, for the following: __________________________________ __________________________________ in the City of Temple City, California (“Project”). B.At ________________ on said date, in the Temple City Council Chambers, the bids submitted for the Project were opened. C.At its regular meeting held on ________________________, the City Council of CITY accepted the bid of CONTRACTOR for the Project as being the lowest responsive bid received and directed that a written contract be entered into with CONTRACTOR. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises and of the mutual covenants and agreements herein contained, the parties do hereby agree as follows: 1.CONTRACT DOCUMENTS. This Agreement consists of the following documents (“Contract Documents”), all of which are made a part of this Agreement: (a)Notice Inviting Bids (b)Instructions to Bidders (c)Bid Form (d)Bid Proposal and/or Contract Proposal, as accepted, including the Certificate of Bidders’ Experience and Qualifications and the List of Subcontractors ATTACHMENT A 2 (e) Information Required by Bidder (f) Notice of Award (g) Notice to Proceed (h) This Agreement (i) Verification of California Contractor’s License (j) Contractor’s Certificate Regarding Workers’ Compensation (k) Security for payment (labor and materials) (l) Security for performance (m) Certificate(s) of Insurance (n) General Conditions/Specifications (o) Special Provisions (p) Plans and Standard Drawings (q) Prevailing Wage Scales (r) Standard Specifications for Public Works Construction, including subsequent addenda and supplements (s) Change orders issued by the City and signed by the Contractor pertaining to the Contract after the Contract is awarded to Contractor (t) All addenda issued by the City with respect to the foregoing prior to the opening of bids, including, Addenda Nos. _______. (u) Other documents (list here or delete) ________________________________________ ________________________________________ ________________________________________ In the event there is a conflict between the terms of the Contract Documents, the more specific or stringent provision shall govern. 3 2. SCOPE OF WORK. CONTRACTOR agrees to perform all work required for the Project and to fulfill all other obligations as set forth in the Contract Documents (“Work”). Except as specifically provided in the Contract Documents, CONTRACTOR must furnish all of the labor, materials, tools, equipment, services and transportation necessary to perform all of the Work. CONTRACTOR must perform all of the Work in strict accordance with the Contract Documents. 3. COMPENSATION & PAYMENT. CONTRACTOR hereby agrees to receive and accept the total amount of ______________________ Dollars ($___________), based upon those certain unit prices set forth in CONTRACTOR’s Bid Schedule, a copy of which is attached hereto as Exhibit “A” and incorporated herein by this reference, as full compensation for the Work. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the W ork during its progress or prior to its acceptance, including those for well and faithfully completing the W ork in the manner and time specified in the Contract Documents, and also including those arising form actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the W ork, suspension or discontinuance of the W ork, and all other unknowns or risks of any description connected with the W ork. CITY shall retain five percent (5%) of the compensation until the provisions of Section 14 herein have been met. CITY hereby agrees to pay CONTRACTOR at the time, in the manner, and upon the conditions set forth in the CONTRACT DOCUMENTS. 4. UNAUTHORIZED ALIENS . CONTRACTOR promises and agrees to comply with all of the provisions of State and Federal law with respect to the employment of unauthorized aliens, including without limitation the Federal Immigration and Nationality Act (8 USCA 1101, et seq.), as amended. Should CONTRACTOR employ one or more unauthorized aliens for the performance of the W ork, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens, CONTRACTOR hereby agrees to, and shall, reimburse CITY for the cost of all sanctions imposed, together with any and all costs, including attorney’s fees, incurred by the CITY in connection therewith. 5. REPRESENTATIONS AND WARRANTIES. CONTRACTOR hereby represents and warrants that: (a) It is not currently, and has not at any time within the past five (5) calendar years been, suspended, debarred, or excluded from participating in, bidding on, contracting for, or completing any project funded in whole or in part by program, grant or loan funded by the federal government or the State of California; and (b) CONTRACTOR currently has, and for the past five (5) calendar years has maintained in good standing, a valid California contractor’s license; and (c) CONTRACTOR is registered with the Department of Industrial Relations to perform services on public works projects as required by Labor Code section 1725.5. 4 CONTRACTOR agrees to complete and execute any statement or certificate to this effect as may be required by the City or by any federal or State of California program, loan or grant utilized on this Project. 6. TIME TO PERFORM THE WORK. CONTRACTOR shall commence the W ork on the date specified in the Notice to Proceed to be issued to CONTRACTOR by the Director of Public Works of CITY, and shall complete work on the Project within __________________ (___) days after commencement. 7. NONDISCRIMINATION. CONTRACTOR shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, martial status, sex, age, or sexual orientation in the performance of this Agreement, and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 8. LABOR CODE REQUIREMENTS. (a) CONTRACTOR is aware of and agrees to abide by the provisions of California Labor Code Sections 1720, et seq., as well as Sections 1771, 1773, 1773.1, 1773.6, 1773.7, 1774, 1775, 1776 and 1777, pertaining to the obligation to pay prevailing wages with respect to the performance of work (“Prevailing Wage Laws”). Copies of the prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for each craft are available upon request from the City. A copy of the prevailing rate of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the CONTRACTOR. (b) CONTRACTOR acknowledges that under California Labor Code sections 1810 and following, eight hours of labor constitutes a legal day’s work. CONTRACTOR will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Agreement by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Labor Code section 1810. (Labor Code § 1813.) (c) CONTRACTOR must comply with Labor Code section 1771.1(a), which provides that CONTRACTOR is only eligible to perform the Work if CONTRACTOR is registered with the Department of Industrial Relations as required by Labor Code Section 1725.5, and that CONTRACTOR may award subcontracts for work that qualifies as a “public work” only to subcontractors which are at the time of award registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR must obtain proof of such registration from all such subcontractors. 5 (d) CONTRACTOR, and any subcontractor engaged by CONTRACTOR, must pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of this Agreement. (Labor Code § 1774.) CONTRACTOR is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. (e) CONTRACTOR must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to $50.00 for each worker employed in the execution of the Agreement by CONTRACTOR or any subcontractor for each calendar day, or portion thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the prevailing wage rate. (f) Nothing in this Agreement prevents CONTRACTOR or any subcontractor from employing properly registered apprentices in the execution of the Agreement. CONTRACTOR is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award information to the applicable joint apprenticeship committee, must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice’s work for every five hours of labor performed by a journeyman (unless an exception is granted under §1777.5), must contribute to the fund or funds in each craft or trade or a like amount to the California Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed, national origin, ancestry or color. Only apprentices defined in Labor Code section 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be employed on public works in apprenticeable occupations. (g) CONTRACTOR shall defend, indemnify and hold the CITY, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 9. PROJECT SITE CONDITIONS. (a) CONTRACTOR shall, without disturbing the condition, notify CITY in writing as soon as CONTRACTOR, or any of CONTRACTOR’s subcontractors, agents or employees have knowledge and reporting is possible, of the discovery of any of the following conditions: (i) The presence of any material that the CONTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code; (ii) Subsurface or latent physical conditions at the site differing from those indicated in the specifications; or, 6 (iii) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of this character provided for in this Agreement. (b) Pending a determination by CITY of appropriate action to be taken, CONTRACTOR shall provide security measures (e.g., fences) adequate to prevent the hazardous waste or physical conditions from causing bodily injury to any person. (c) CITY shall promptly investigate the reported conditions. If CITY, through its Director of Public Works, or his or her designee, and in the exercise of its sole discretion, determines that the conditions do materially differ, or do involve hazardous waste, and will cause a decrease or increase in the CONTRACTOR’s cost of, or time required for, performance of any part of the W ork, then CITY shall issue a change order. (d) In the event of a dispute between CITY and CONTRACTOR as to whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the CONTRACTOR’s cost of, or time required for, performance of any part of the W ork, CONTRACTOR shall not be excused from any scheduled completion date, and shall proceed with all work to be performed under the Agreement. CONTRACTOR shall retain any and all rights which pertain to the resolution of disputes and protests between the parties. 10. INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and hold harmless the CITY, its elective and appointive boards, officers, agents and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising form the performance of the W ork, regardless of responsibility of negligence; and from any and all claims, loss, damage, injury and liability, resulting directly or indirectly from the nature of the W ork covered by this Agreement, regardless of responsibility of negligence. (a) CITY does not, and shall not, waive any rights against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the insurance policies hereinafter described in this Agreement. (b) The indemnity provided by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the Work by CONTRACTOR, or any subcontractor, regardless of whether insurance policies are applicable to any of the damages or claims for damages. (c) The provisions of this section do not apply to claims occurring as a result of the City’s sole negligence or willful acts or omissions. (d) The provisions of this section will survive the expiration or earlier termination of this Agreement. 7 11. BONDS. CONTRACTOR, before commencing the Work, shall furnish and file with CITY a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the faithful performance of this Agreement and a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the payment of all labor and materials furnished in connection with this Agreement. 12. INSURANCE. CONTRACTOR shall not commence the Work until CONTRACTOR has obtained all insurance required by the Contract Documents and such insurance has been approved by CITY as to form, amount and carrier. CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until all similar insurance required of the subcontractor have been obtained and approved. (a) Workers’ Compensation. CONTRACTOR shall take out and maintain, during the life of this Agreement, Worker’s Compensation Insurance (Statutory Limits) with Employers Liability Insurance (with limits of at least $1,000,000) for all of CONTRACTOR’s employees employed at the Project site; and, if any work is sublet, CONTRACTOR shall require the subcontractor similarly to provide Worker’s Compensation Insurance for all of the latter’s employees, unless such employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in W ork under this Agreement at the Project site is not protected under any Workers’ Compensation law, CONTRACTOR shall provide and shall cause each subcontractor to provide adequate insurance for the protection of employees not otherwise protected. CONTRACTOR shall indemnify CITY for any damage resulting from failure of either CONTRACTOR or any subcontractor to take out or maintain such insurance. CONTRACTOR shall submit to Agency, along with the certificate of Insurance, a Waiver of Subrogation endorsement in favor of the Agency, its officers, agents, employees and volunteers. (b) Comprehensive General Liability, Products/Completed Operations Hazard, and Contractual General Liability Insurance. CONTRACTOR shall take out and maintain during the life of this Agreement such comprehensive general liability, products/completed operations hazard, comprehensive automobile liability and contractual general liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR’s or any subcontractor’s operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: 8 (i) General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) per occurrence; (ii) Products/Completed Operations Hazard Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) per occurrence; and (iii) Contractual General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) per occurrence. General aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the required minimum limits set forth hereinabove. (c) Comprehensive Automobile Liability. CONTRACTOR shall take out and maintain during the life of this Agreement, comprehensive automobile liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR’s or any subcontractor’s operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: (i) Comprehensive Automobile Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) combined single limit per accident. (d) Proof of Insurance. The insurance required by this Agreement shall be with insurers which are California Admitted and Best A rated or better. CITY shall be named as “additional insured” on the general liability and automobile liability required hereunder, and CONTRACTOR shall furnish CITY, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give CITY at least thirty (30) days’ prior notice of the cancellation of any policy during the effective period of this Agreement. (e) Umbrella or excess liability insurance. [Optional depending on limits required]. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability and employer’s liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; 9 • Concurrency of effective dates with primary policies; and • Policies shall “follow form” to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. (f) Requirements not limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the CONTRACTOR maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the CONTRACTOR. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. (g) Primary/contributing. Coverage provided by the CONTRACTOR shall be primary and any insurance or self-insurance or maintained by Agency shall not be required to contribute to it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of Agency before the Agency’s own insurance or self-insurance shall be called upon to protect is as a named insured. (h) Notice to Proceed. The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence the W ork under this Agreement until CONTRACTOR has provided to the CITY the proof of insurance as required by this Section 12. 13. LIQUIDATED DAMAGES. The parties agree that it would be impractical and extremely difficult to fix the actual damages to the CITY in the event the Project is not commenced and/or completed on or before the dates specified for commencement and completion of the Project in the Contract Documents. The parties have considered the facts of a breach of this Agreement and have agreed that the liquidated damages sum hereinafter set forth is reasonable as liquidated damages in the event of a breach, and that said sum shall be presumed to be the amount of the damages sustained by the CITY in the event such work is not begun and/or completed and accepted by the times so specified in the Contract Documents. The sum of _______________________ ($_________) shall be presumed to be the amount of damages suffered by the CITY for each day’s delay in the starting and/or completion and acceptance of the Project after the dates specified in the Contract Documents for the start and/or completion thereof, and CONTRACTOR hereby agrees to pay said sum of _______________________ ($_________) as liquidated damages for each day of delay in the starting and/or completing and acceptance of said Project beyond the dates 10 specified in the CONTRACT DOCUMENTS. Any and all such liquidated damages assessed shall be done in accordance with that certain edition of the Standard Specification for Public Works Construction currently in effect on the execution date of this Agreement. CONTRACTOR CITY OF TEMPLE CITY By ___________________________ By __________________________ Date: Date: 14. NOTICE OF COMPLETION. Upon completion of PROJECT and acceptance of same by the City Council of the CITY, the City Manager of the CITY shall cause to be recorded a Notice of Completion with the office of the Los Angeles County Recorder; and, after thirty-five (35) days from the date said Notice of Completion is recorded, the Director of Finance of CITY shall release the funds retained pursuant to Section 3 hereof; provided there have been no mechanics’ liens or stop notices filed against the W ork which have not been paid, withdrawn or eliminated as liens against said work. 15. COMPLIANCE WITH LAWS. In performing the Work, CONTRACTOR must comply with all applicable statutes, laws and regulations, including, but not limited to, OSHA requirements and the Temple City Municipal Code. Contractor must, at Contractor’s sole expense, obtain all necessary permits and licenses required for the Work, and give all necessary notices and pay all fees and taxes required by law, including, without limitation, any business license tax imposed by City. 16. INDEPENDENT CONTRACTOR. CONTRACTOR is and will at all times remain as to CITY a wholly independent contractor. Neither the CITY nor any of its officers, employees, or agents will have control over the conduct of CONTRACTOR or any of CONTRACTOR’s officers, employees, agents or subcontractors, except as expressly set forth in the Contract Documents. CONTRACTOR may not at any time or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers, employees, agents or subcontractors of CITY. 17. GENERAL PROVISIONS. (a) Authority to Execute. Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute this Agreement and to bind it to the performance of its obligations. (b) Assignment. CONTRACTOR may not assign this Agreement without the prior written consent of CITY, which consent may be withheld in the CITY’s sole discretion since the experience and qualifications of CONTRACTOR were material considerations for this Agreement. 11 (c) Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the Parties. (d) Integrated Agreement. This Agreement, including the Contract Documents, is the entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed under this Agreement and supersedes all other agreements or understandings, whether oral or written, between CONTRACTOR and CITY prior to the execution of this Agreement. (e) Modification of Agreement. No amendment to or modification of this Agreement will be valid unless made in writing and approved by CONTRACTOR and by the City Council or City Manager of CITY, as applicable. The Parties agree that this requirement for written modifications cannot be waived and that any attempted waiver will be void. (f) Counterparts and Facsimile Signatures. This Agreement may be executed in several counterparts, each of which will be deemed an original, and all of which, when taken together, constitute one and the same instrument. Amendments to this Agreement will be considered executed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will have the same effect as an original signature. (g) Waiver. Waiver by any Party of any term, condition, or covenant of this Agreement will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach of the provisions of this Agreement will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by CONTRACTOR will not constitute a waiver of any of the provisions of this Agreement. (h) Interpretation. This Agreement will be interpreted, construed and governed according to the laws of the State of California. Each party has had the opportunity to review this Agreement with legal counsel. The Agreement will be construed simply, as a whole, and in accordance with its fair meaning. It will not be interpreted strictly for or against either party. (i) Severability. If any term, condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement will not be affected and the Agreement will be read and construed without the invalid, void or unenforceable provision. (j) Attorneys’ Fees. The prevailing party in any action to resolve a dispute concerning this Agreement shall be entitled to have and recover from the losing party the reasonable attorneys’ fees and costs of such action. 12 (k) Venue. In the event of litigation between the parties, venue in state trial courts will be in the County of Los Angeles. In the event of litigation in a U.S. District Court, venue will be in the Central District of California, in Los Angeles. (l) Notices. All written notices required or permitted to be given under this Agreement will be deemed made when received by the other Party at its respective address as follows: To CITY: City of Temple City 9701 Las Tunas Drive Temple City, California 91780 Attention: ____________ (Tel.) _______________ (Fax) _______________ To Contractor: ______________________ ______________________ ______________________ Attention: ______________ (Tel.) _____________ (Fax) _____________ Notice will be deemed effective on the date personally delivered or transmitted by facsimile. If the notice is mailed, notice will be deemed given three days after deposit of the same in the custody of the United States Postal Service, postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities. Any Party may change its notice information by giving notice to the other Party in compliance with this section. 13 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the _____ day of _____________________, 20__, by their respective officers duly authorized in that behalf. CITY OF TEMPLE CITY, a municipal corporation ATTEST: By______________________________ ___________________ _______________________________ Peggy Kuo, City Clerk Date: APPROVED AS TO FORM: ___________________________________ Eric S. Vail, City Attorney _____________________, a [state type of entity] By______________________________ _____________________, ________ By______________________________ _____________________, ________ 14 LA #4847-5837-1653 v1 DRAFT 3/23/17 15 LA #4847-5837-1653 v1 DRAFT 3/23/17 ATTACHMENT B City of Temple City, Addendum 2, Primrose Park Project, P21-01 Document Control Page 1 of 7 Addendum for: PRIMROSE PARK PROJECT (Located at: 5928 Primrose Avenue, Temple City, CA 91780) CITY PROJECT ID: P-21-01 Addendum No.: 2 Addendum Date: December 30, 2020 Issued by: City of Temple City Reminder: Please sign Addenda Acknowledgement in Section C of BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS. 1. DUE DATE IS EXTENDED TO: 2:00 PM, January 14, 2021 In consideration of potential impacts of recent State and County COVID 19 related restrictions on bidders ability to obtain information from suppliers and subcontractors, the City is extending the bid due date as follows: • New Bid Opening Date: 2:00 PM, January 14, 2021 (bid due date is changed from 2:00 PM, January 7, 2021 to 2:00 PM, January 14, 2021) Paragraph titled "Bid Submittal Procedure" on page A.1 of Spec Section "A. NOTICE INVITING FORMAL SEALED BIDS" is revised as follows: Bid Submittal Procedure: Due to Covid-19, the City Hall is closed to public, to submit your sealed bids for the project, please ring the doorbell at the City Hall main entrance through Kaufmann Avenue, and the front desk receptionist will open the door, time stamp and accept the bid. Due to COVID restrictions, bids will be received on the bid due date (January 14, 2021 from 10 am up to 2 pm) at the City Hall, City of Temple City, 9701 Las Tunas Drive, Temple City, CA 91780. It is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the City's designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Late bids will not be considered. 2. DUE DATE FOR RFI/QUESTION SUBMITTAL BY BIDDERS IS EXTENDED BASED ON NEW BID DUE DATE Please note Paragraph titled "Pre -Bid Inquiries" on page A.2 of Spec Section "A. NOTICE INVITING FORMAL SEALED BIDS" is revised as follows: Pre -Bid Inquiries: All questions regarding this bid shall be directed via email, no later than 10 calendar days prior to the Bid due date and time, to okan.demirci@transtech.org. Any questions received after this deadline will not be answered. It is the responsibility of the bidder to confirm transmission of correspondence. Addendum 2, Page 1 of 4 Addendum for: PRIMROSE PARK PROJECT (Located at: 5928 Primrose Avenue, Temple City, CA 91780) CITY PROJECT ID: P-21-01 Addendum No.: 3 Addendum Date: January 11, 2020 Issued by: City of Temple City Reminder: Please sign Addenda Acknowledgement in Section C of BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS. 1. DUE DATE IS EXTENDED TO: 2:00 PM, January 21, 2021 Based on new questions and per requests received, and in consideration of potential impacts of recent State and County COVID 19 related restrictions on bidders ability to obtain information from suppliers and subcontractors, the City is extending the bid due date as follows: • New Bid Opening Date: 2:00 PM, January 21, 2021 Paragraph titled "Bid Submittal Procedure" on page A.1 of Spec Section "A. NOTICE INVITING FORMAL SEALED BIDS" is revised as follows: Bid Submittal Procedure: Due to Covid-19, the City Hall is closed to public, to submit your sealed bids for the project, please ring the doorbell at the City Hall main entrance through Kaufmann Avenue, and the front desk receptionist will open the door, time stamp and accept the bid. Due to COVID restrictions, bids will be received on the bid due date (January 21, 2021 from 10 am up to 2 pm) at the City Hall, City of Temple City, 9701 Las Tunas Drive, Temple City, CA 91780. It is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the City's designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Late bids will not be considered. 2. DEADLINE TO SUBMIT QUESTIONS IS 5 PM 1/12/2021. 3 ADDENDUM 4 WILL BE ISSUED TO PROVIDE RESPONSES TO QUESTIONS RECEIVED BY 5 PM, 1/12/2021. 3. NO RESPONSES WILL BE PROVIDED TO QUESTIONS RECEIVED AFTER 5 PM, 1/12/2021. For all questions, please contact via email: Okan Demirci, PE, Project Manager City of Temple City E: okan.demirci@transtech.org Addendum 3, Page 1 of 1 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 1 of 115 Addendum for: PRIMROSE PARK PROJECT (Located at: 5928 Primrose Avenue, Temple City, CA 91780) CITY PROJECT ID: P-21-01 Addendum No.: 4 Addendum Date: January 13, 2021 Issued by: City of Temple City Reminder: Please sign Addenda Acknowledgement in Section C of BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS. REMINDER: As indicated in Addendum 3, New Bid Opening Date: 2:00 PM, January 21, 2021 Paragraph titled "Bid Submittal Procedure" on page A.1 of Spec Section "A. NOTICE INVITING FORMAL SEALED BIDS" is revised as follows: Bid Submittal Procedure: Due to Covid-19, the City Hall is closed to public, to submit your sealed bids for the project, please ring the doorbell at the City Hall main entrance through Kaufmann Avenue, and the front desk receptionist will open the door, time stamp and accept the bid. Due to COVID restrictions, bids will be received on the bid due date (January 21, 2021 from 10 am up to 2 pm) at the City Hall, City of Temple City, 9701 Las Tunas Drive, Temple City, CA 91780. It is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the City's designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Late bids will not be considered. 2. FOLLOWING INFORMATION IS PROVIDED IN RESPONSE TO QUESTIONS RECEIVED: QUESTIONS AND RESPONSES INCLUDED WITH ADDENDUM 2 ADDITIONAL CLARIFICATIONS AND RESPONSES ISSUED WITH ADDENDUM 4 Question RESPONSE ISSUED WITH ADDENDUM 2 We are interested in bidding Primrose Park, On the bid documents page 24/1004 (References) it has a reference page for 3 public agencies within the last 5 years. If we do not have this requirement met do, we automatically get disqualified or deemed 'non- responsive?" PLEASE COMPLY WITH THE REQUIREMENTS AS SPECIFIED. No further clarificationlresponse. Addendum 4, Page 1 of 11 Addendum for: PRIMROSE PARK PROJECT (Located at: 5928 Primrose Avenue, Temple City, CA 91780) CITY PROJECT ID: P-21-01 Addendum No.: 5 Addendum Date: January 21, 2021 Issued by: City of Temple City Reminder: Please sign Addenda Acknowledgement in Section C of BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS. The City is extending the bid due date as follows: • New Bid Opening Date is 2:00 PM, January 25, 2021 Bid Submittal Procedure: Due to Covid-19, the City Hall is closed to public, to submit your sealed bids for the project, please use the Ring Doorbell at the City Hall main entrance through the parking lot, and the front desk receptionist will open the door, time stamp and accept the bid. Due to COVID restrictions, bids will be received on the bid due date (January 25, 2021 from 10 am up to 2 pm) at the City Hall, City of Temple City, 9701 Las Tunas Drive, Temple City, CA 91780. It is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the City's designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Late bids will not be considered. Due to Covid-19, the City will hold a virtual bid opening on January 25, 2021, at 2:15 pm. Below is the virtual bid opening link: Please click on the link below to Join the bid opening from your computer, tablet or smartphone. https://globaLgotomeeting.com/ioin/538739309 You can also dial in using your phone. United States: +1 (571) 317-3112 Access Code: 538-739-309 Okan Demirci, PE, Project Manager City of Temple City E: okan.demirci@transtech.org Addendum 5, Page 1 of 1 Temple C'ty, Addendum 4, Primrose Park Project, P21-01 Document Control Page 13 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 C. BIDDER'S PROPOSAL PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bidder's Name: CEM Construction Corporation In accordance with the City of Temple City's Notice Inviting Sealed Bids, the undersigned BIDDER, hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and all other contract documents. If this proposal is accepted for award, BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to the City of Temple City of the guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work. The contract will be awarded on the prices shown on the bid schedule. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties and fees. In the case of discrepancies in the amounts of bid, unit prices shall govern over extended amount, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the City of Temple City's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the City of Temple City and this bid and the acceptance hereof may, at the City of Temple City's option, be considered null and void. BID SCHEDULE To the Temple City's City Council, herein called the "Council". Pursuant to and in compliance with your Notice Inviting Bids and the other documents relating thereto, the undersigned bidder, having familiarized himself with the work as per the paragraph, Discrepancies and Misunderstandings, contained in the INSTRUCTIONS TO BIDDERS section, and with the terms of the contract, the local conditions affecting the performance of the contract, and the cost of the work at the place where the work is done, and with the drawings and specifications and other contract documents, hereby proposes and agrees to perform, within the time stipulated, the contract, including all of its component parts, and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, expendable equipment, and all applicable taxes, utility and transportation services necessary to perform the contract and complete in a workmanlike manner, all in strict conformity with the Contract Documents on file at the office of the City Clerk of said City, per the following bid schedule: (Bidder shall provide a bid amount for each bid item listed below. Failure to provide a bid for each bid item shall render the bid non -responsive). Page: C.1 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 14 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 BID SCHEDULE PRIMROSE PARK PROJECT CITY PROJECT ID: P-21.01 Item Description Quantity Unit Unit Bid Amount Total Bid Amount 1 Mobilization 1 LS $ 50,000.00 $ 50,000.00 2 Earthwork, Removal & Grading, Removal of Existing Pavement, Concrete Improvements Including Grading for Proposed Restroom Building 1 LS $ 75,000.00 $ 75,000.00 3 4" Thick Asphalt Concrete Pavement 450 TON $ 104.00 $ 46,800.00 4 BID ITEM UNIT CHANGED FROM SF TO TON (Addendum 4) 4" Thick Crushed Miscellaneous Base 450 TON $ 31.00 $ 13,950.00 5 Curb & Gutter (6") 400 LF $ 40.00 $16,000.00 6 Curb (6") 650 LF $ 38.00 $24.700.00 7 BID ITEM QUANTITY CHANGED FROM 5 TO 4 (Addendum 4) Curb Ramp with Detectable Warning Surface s 4 EA $ 4,850.00 $ 18,400.00 8 PCC Concrete Sidewalk 945 SF $ 10.00 $ 9,450.00 9 Standard Alley Approach 680 SF $ 15.00 $ 10,200.00 10 3' Wide Alley Gutter 230 SF $ 20.00 $ 4,600.00 11 4" Dia. PVC SDR35 Drain Pipe 780 LF $ moo $ 54,600.00 12 6" Dia. PVC SDR35 Drain Pipe 160 LF $ 80.00 $12,800.00 13 8" Dia. PVC SDR35 Drain Pipe 85 LF $ 85.00 $7,225.00 Page: C.2 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 15 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 BID SCHEDULE PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Item Description Quantity Unit Unit Bid Amount Total Bid Amount 14 12" Dia. PVC SDR35 Storm Drain Pipe 160 LF $ 90.00 $ 14,400.0° 15 BID ITEM MODIFIED FROM 18" x 18" to 12"x 12" (Addendum 4) 1-8" 18" 12" 12" Brooks Drain Box with Solid 1 EA $ 2,500.00 $ 2,500.00 r x Cover 16 12" x 12" Brooks Drain Box with Traffic Grate 2 EA $ 2,400.00 $ 4,800.00 17 NDS900 Catch Basin with 9" Atrium Square Grate 36 EA $ 660.00 $ 19,800.00 18 NDS900 Catch Basin with 9" Steel Traffic Grate 9 EA $ 800.00 $ 7,200.00 19 Drain Inlet in Playground Area Per Landscape Plans 4 EA $ 2,500.00 $ 10,000.00 20 MC -3500 Stormtech Unit 1 EA $ 65,000.00 $ 65,000.00 21 4" VCP Sewer Service 140 LF $ 145.00 $ 20,300.00 22 BID ITEM UNIT CHANGED FROM EA TO LF (Addendum 4) Sewer Cleanout Per APWA STD. 204-2 6 LF $ 55.00 $ 330.00 23 1-1/2" Water Service with Gate Valve and Backflow Preventor 1 LS $ 2,500.00 $ 2,500.00 24 1-1/2" PVC SDR35 Waste Line 45 LF $ 5000 $ 2,250.00 25 Traffic Striping Signage, Stop Sign & Post, EV Sign & Post and Wheel Stops 1 LS $ 6,946.60 $ 6,946.50 26 Concrete Paving (4" Thick) 3,291 SF $ s'0° $ 29,619.00 Page: C.3 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 16 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 BID SCHEDULE PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Item Description Quantity Unit Unit Bid Amount Total Bid Amount 27 Integral Color Paving (4" Thick) 1,790 SF $ 12.00 $ 21,480.00 28 All Weather Surfacing 3,791 SF $ 20.50 $ 77,715.50 29 Rubber Play Surfacing 3,112 SF $ 20.50 $ 53,796.00 30 Decomposed Granite w/ Stabilizer 971 SF $ 3.00 $2,913.00 31 Landscape Stone 300 SF $ 325 $ 975.00 32 Landscape Boulder (18" X 12" X 12") 3 EA $ 75.00 $ 225.00 33 Landscape Boulder (24" X 12" X 12") 5 EA $ 100.00 $ 500.00 34 Landscape Boulder (36" X 18" X 18") 4 EA $ 185.00 $ 740.00 35 Landscape Boulder (48" X 24" X 24") 1 EA $ 495.00 $ 495.00 36 Concrete Curb (18" wide) 102 LF $ 30.00 $ 3,060.00 37 Concrete Band (12" wide) 90 LF $ 25.00 $ 2,250.0 38 Concrete Header (10" wide) 94 LF $ 35.00 $ 3,290.00 39 Concrete Header (6" wide) 1,412 LF $ 25.00 $ 35.300.00 40 Tube Steel Fence - 7' High 286 LF $ 203.50 $ 58,201.00 41 CMU Wall with Decorative Panel Fence -7' High 83 EA $ 1,167.50 $96,902.50 42 Gateway 'A' Double Swing Gate, Brick Walls, and CMU Breeze Walls 1 LS $ 26,800.00 $ 26,800.00 43 Gateway 'B' Single Swing Gate and Brick Walls 1 LS $ 11,300.00 $ 11,300.00 Page: C.4 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 17 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 BID SCHEDULE PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Item Description Quantity Unit Unit Bid Amount Total Bid Amount 44 Monument Sign 1 LS $ 6,350.00 $ 6,350.00 45 Additional CMU on existing wall 1 LS $ 4.505.00 $ 4,500.00 46 Precast Park Bench without Backrest 10 E $ 2,250.00 $ 22,500.00 47 Precast Concrete Picnic Tables and Benches 4 EA $ 6,750.00 $ 27,000 48 Trash and Recycle Receptacles 11 EA $ 3,700.00 $ 10,700.00 49 ADA Drinking Fountain with Bottle Filler 1 EA $ 30,500.00 $ 10,500.00 50 Bicycle Rack 3 EA $ 1.300.00 $ 1,900.00 51 Precast Concrete Bench P1.0 Custom 6' R: 18" x 72" x 18" HT (34 total) 1 LS $ 63,366.00 $ 83,368 52 Precast Concrete Bench P1.1 Custom 12' R: 18" x 72" x 18" HT (11 total) 1 LS $ 27.665.00 $ 29,665.00 53 "Precast Concrete Bench P1.2 Custom 43' R: 18" x 72" x 18" HT (16 total) 1 LS 0,424.00 $ 0,424.00 $ 54 Poured -in -Place Concrete Planter 'A' Custom Elliptical Planter 14'-8" x 26'-0" w/10" HT Bench and 12" Curb 1 LS $ 21,200.00 $21,200.00 55 Poured -in -Place Concrete Planter 'B' Custom Elliptical Planter 9'-7" x 17'-0" w/18" HT Bench and 12" Curb 1 LS $ 514,460.00 $ 514,400.00 56 Custom Water Feature 1 LS $ 47,000.00 $ 47,000.00 Page: C.5 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 18 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 BID SCHEDULE PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Item Description Quantity Unit Unit Bid Amount Total Bid Amount 57 BID ITEM CHANGED TO "INSTALL CITY PROVIDED PLAYGROUND EQUIPMENT" (Addendum 4) 1 LS $ 47,500.00 $ 47,500.00 a-RS-Taxes Install City Provided Playground Equipment (City will have the Playground Equipment delivered to the site. The selected contractor shall unload the City provided Playground Equipment. City staff and Contractor shall verify the equipment delivered to the site, after which the contractor will be responsible for the equipment.) 58 BID ITEM DESCRIPTION CLARIFIED (Freight and Taxes are part of the bid cost. Bid prices for all items are assumed to include all cost associated with furnishing and installing the item) (Addendum 4) Fitness Equipment and Installation Taxes= 1 LS $ 55,000.00 $ 55,000.00 59 Soil Preparation and Fine Grading 1 LS $ 8,500.00 $ 8,500.00 60 Weed Abatement 1 LS $ 650.00 $ 650.00 61 Tree - 36" box 12 EA $ 800.00 $ 9,600.00 62 Tree - 24" box 18 EA $ 425.00 $ 7,650.00 63 Shrub -15 gal 13 EA $ 65.00 $ 845.00 64 Shrub - 5 gal 205 EA $ 30.00 $ 6,150.00 65 Shrub -1 gal 736 EA $ 11.50 $ 8464.00 66 Turf - Sod 3,383 SF $ 1 on $ 11R3 nn Page: C.6 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 19 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 BID SCHEDULE PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Item Description Quantity Unit Unit Bid Amount Total Bid Amount 67 Install Wood Mulch - 3" depth (6,885 SF) 61 CY $ 75.00 $ 4,575.00 68 Linear Root Barrier 280 LF $ 8.50 $2,380.00 69 Ninety (90) Day Maintenance 1 LS $ 3,300.00 $ 3,300.00 70 Irrigation 1 LS $ ,Z ° 0" $ 7,!,=.9 o 71 Shade Structure - Cantilever (3 Panel: 10' x 15' x 10'- 6" HT) 1 LS $ s/s, 000.00 $ 59, 000.00 72 Shade Structure - Cantilever (5 Panel: 10' x 25' x 10'- 6" HT) 1 LS $ 97, 000.00 $ 97, 000.00 73 Shade Structure - Cantilever (9 Panel: 10' x 45' x 10'- 6" HT) 1 LS $ 173, 000.00 $ 173, 000.00 74 Shade Structure - Fan Shape (16' x 49'- 6" outside radius x 11' ht.) 1 LS $ 217,000.00 $ 217,000.00 75 Underground Electrical 1 LS $ 12,500.00 $ 12,500.00 76 Electric Vehicle Charger 4 EA $ 12,000.00 $ 48,000.00 77 Service and Controls 1 LS $ 5,000.00 $ 5,000.00 78 Fixture 'S1' with Pole & Footing 1 EA $ 7,500.00 $ 7,500.00 79 Fixture 'S2' with Pole & Footing 5 EA $ 7,500.00 $ 37,500.00 80 Fixture 'S3' with shared Pole & Footing 5 EA $ 9.500 00 $ 47.500.00 81 Fixture 'S4' 18 EA $ 2 75n 00 $ 49 500 nn Page: C.7 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 20 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 BID SCHEDULE PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Item Description Quantity Unit Unit Bid Amount Total Bid Amount 82 BID ITEM CHANGED FROM "Fixture S5" TO "LED Light Strip" AND QUANTITY CHANGED AS INDICATED (Addendum 4) a 415 LF $ 10.00 $ 4,150.00 LED Light Strip 83 BID ITEM DELETED (Addendum 4) Firtu•a 36 E4 DELETED DO NOT SHOW BID AMOUNT DELETED DO NOT SHOW BID AMOUNT DELETED 84 Fixture'S7'LED Light Strip" 4 EA $ 4,800.00 $ 19,200.00 85 Fixture '58' 10 EA $ 55.00 $ 550.00 86 Fixture '59' 1 EA $ 3,000.00 $ 3,000.00 87 Fixture 'S10' 4 EA $ 3,500.00 $ 14,000.00 88 Fixture 'S11' 12 EA $ 150.00 $ 1,800.00 89 Fixture 'F1' 2 EA $ 2,250.00 $ 4,500.00 90 Fixture 'F2' 6 EA $ 1,100.00 $ 6,600.00 91 Lighting Control Panel 1 EA $ 1,550.00 $ 1,550.00 92 Weatherproof Receptacle Outlet 12 EA $ 7500 $ 90000 93 Bond Act Sign (Project Construction Sign during constriction, to be installed on plywood. Sign Size 48" x 48") 1 EA 1,000.00 $ 1,000.00 $ Page: C.8 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 21 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 BID SCHEDULE PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Item Description Quantity Unit Unit Bid Amount Total Bid Amount 94 Bond Act Sign (Permanent Bronze Sign Plaque after Construction is completed to be installed on the wall at Park Entrance. Sign Size 12" x 12") 1 LS $ 2,500.00 $ $2,500.00 95 This is a City established Allowance for art work not included in the project scope of work. If such work is required by the City, City may use this allowance amount at City's sole discretion. (BIDDERS SHALL INCLUDE THIS AMOUNT IN THE TOTAL BID AMOUNT SHOWN AT THE END OF THE BID SCHEDULE) 1 LS $30,000.00 $30,000.00 96 BID ITEM ADDED (Addendum 4) Restroom Building, with all the structural, plumbing, electrical, lighting, signage and furnishing components. 1 LS $95,000.00 $ $95,000.00 $ 97 BID ITEM ADDED (Addendum 4) 1" Water Service with Gate Valve and Backflow Preventor for Water Feature 1 LS $ $7,500.00 7,500.00 $ 98 BID ITEM ADDED (Addendum 4) Fixture 'S5' Power Supply (This bid item is related to Bid Item "82. LED Light Strip" 26 EA $ 550.00 $14,300.00 99 BID ITEM ADDED (Addendum 4) 3' x 68' Detectable Warning Surface 204 LF $ 35.00 $ 7,140.00 TOTAL BID AMOUNT (all items listed above) (TOTAL BID AMOUNT SHALL INCLUDE $30,000 CITY ALLOWANCE SHOWN IN BID ITEM 95) ,446 H " Lowest Bid Amount will be based on above TOTAL BID AMOUNT above Page: C.9 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 22 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 SPECIAL FUNDING REQUIREMENTS Fifteen CCC Los Angeles Center Corps members will assist with installation of decomposed granite, irrigation, landscape plantings, and playground and bike rack installations. Contractor will not pay the above persons for his work. Ten members of the Temple City Youth Committee, twenty-five members of the Temple City Key Club, HealthCare Partners volunteers, and Girl Scout of America Troop 5141 will help with planting shade trees or installation of community art. Contractor will not pay the above persons for his work. Contractor shall cooperate and coordinate with the City and allow the indicated persons onto the site for the described work above. Contractor's cooperation and coordination is assumed to be part of the TOTAL BID AMOUNT submitted in the above Bid Schedule. In the case of discrepancies, total bid will be based on calculated amounts based on quantities and Unit Bid Amounts. The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, In compliance with the Bid and Contract Documents and all applicable codes and standards. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in various bid items and costs as applicable and as necessary. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. Page: C.10 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 23 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 PRIMROSE PARK PROJECT CITY PROJECT ID: P -21-01 ADDITIVE BID ITEM Custom Colors for Playground Equipment and Walking Path The City may consider custom colors other than what is specified in the plans and specifications for the playground and walking path. If the City requests custom colors (other than any standard colors that are available for these items at no additional cost), the City will pay additional cost per the bid prices indicated below. Item Description Quantity Unit Unit Bid Amount Total Bid Amount Additive Bid Item A.1 ADDITIVE BID ITEM NOT APPLICABLE (DELETED. (Addendum 4) AS INDICATED IN REVISED BID ITEM 57, CITY WILL FURNISH THE PLAYGROUND EQUIPMENT. Prayg-_.._-"A .,t..:r_.,._..''-...y.,,. 1 . . ‘S DELETED DO NOT SHOW BID AMOUNT DELETED DO NOT SHOW BID AMOUNT f-r.._..h ram -ea -el E7..:Fr'e"t`) ,...'. DELETED Additive Bid Item A.2 Walking Path: Provide custom color painting (1 color). 1 LS $ $8,000.00 $ $8,000.00 Page: C.11 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 24 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 DESIGNATION OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work which a e in excess of one-half of one percent of the bid and to procure materials and equipment from suppliers and vendors as follows: Name, address, and phone number pf subcontractors, suppliers, and vendors Work to be Performed Contractor's License # DIR # Dollar Amount Hardy & Harper Inc 32 Rancho Circle Lake Forest, CA 92630 714-444-1951 Asphalt 215952 1000000076 $ 55,000 Superior Pavement Marking° 5312 Cypress St. Cypress, CA 90630 s ti a Striping 776306 1000001476 $ 6,315 2419 West 12th St Suite 5 Tempe AZ 852B1 "60 Rubber Surface 667261 1000002700 $ 98,698.85 000 05'9 On Point Surveying 1910 Orange Tree Lane Suite 344 Redlands CA 92374 Surveying 8133 100000003100 is 26,100.00 J 909-792-2221 $ $ $ $ $ Total Subcontract Amount (shall not exceed 60% of Total Bid Amount) $ 186,911.85 Page: C.12 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 25 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 REFERENCES The City of Temple City is interested in obtaining bids from the most qualified and capable contractors with a proven track record able to perform work desired by the Public Works Department. Any and all references required to be provided by the bid specifications must be for projects constructed by the bidding company; references for other projects performed by principals or other individuals of the bidding company may not be included. The following are the names, addresses, and telephone numbers for 3 public agencies for which BIDDER erformed similar work within the past 5 years. Reference Contact Information Reference Project Contract Date Name Value Completed Agency Name: City of Pomona Phil and Nell Soto Park Construction Project No. 428-2590-71040 $ $2,297,151.50 3/30/2020 Contact Name and Title: Matt Pillarz, Senior Civil Engineer Contact Tel No: (909) 620-3652 Agency Name: City of Compton 2017 SIbrie Park Improvement Project $ $878,196.17 7/13/2018 Contact Name and Title: Matt Pillarz, Senior Civil Engineer Contact Tel No: (909) 620-3652 Agency Name: City of Inglewood Denter Park Improvement Projec $$1,597,584.18 04/06/2018 Contact Name and Title: Boytrese Osias, Senior Engineer Contact Tel No: 310-412-5333 BONDS The following are the names, addresses, and telephone numbers for all brokers and sureties from whom Bidder intends to procure insurance bonds: Pinnacle Surety Bond Specialist Mike Castaneda 151 Kalmus Dr # A201 Costa Mesa, Ca 92626 714-546-5100 SITE INSPECTION The Bidder declares that he/she has carefully read and examined the plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project WITHOUT QUESTION. Name of Person who inspected the site: Emigdio Carrillo Page: C.13 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 26 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 Date of Inspection: ADDENDA ACKNOWLEDGMENT 12/1/2020 The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No. Dated 12/8/2020 Addendum No. 2 Dated 12/30/2020 Addendum No. 3 Dated 1/11/2021 Addendum No. 4 Dated 1/13/2021 lAdd-end u1 Apr) ►/,Qt )?v?‘ EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, Site, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein: that no officer, agent, or employee of the City of Temple City is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. Page: C.14 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 27 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 BIDDER INFORMATION Bidder's Name: CEM Construction Corporation Address: 1412 Espanol Ave Montebello, CA 90640 Form of Legal Entity (i.e., individual, partnership, corporation, etc.) Corporation If a Corporation, State of Incorporation (i.e., Calif.) California State Contractor's License No. and Class 951234 A, B, C -B, C-12, C-21, C-27 DIR Registration No.: (Also provide DIR No's for subcontractors as separate attachment) 1000000805 Contact Person Information: Name Title E-mail Tel Jesus E Carrillo President estimaling@cem-construction.com 323-597-1084 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: Jesus E Carrillo President 8207 Brookgreen Rd Downey, Ca 90240 562-708-3586 Fmiadio Carrillo Vice President 8, Secretary 8207 Brookgreen Rd Downey, Ca 90240 552 708-0016 N/A The date(s) of any voluntary or involuntary bankruptcy judgements against any principal having an interest in this proposal are as follows: N/A All current and prior DBA'S, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: CEM Construction Corporation Previous contract performance history: 1. Was any contract terminated previously: NO If the answer to the above is "yes", provide the following information: Contract/project name and number: Date of termination: Reason for termination: Owner's name: Owner contact person and tel. no.: 2. In the past ten years have you filed a claim for money against any public entity? NO If the answer to the above is "yes", provide the following information: Page: C.15 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 28 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 Contract/project name and number: N/A Date of filing claim: Reason for filing claim: Owner's name: Owner contact person and tel. no.: 3. In the past ten years have you been a party to legal action by or against a public entity arising out of the performance of a public works contract? NO If the answer to the above is "yes", provide the following information: Contract/project name and number: Date of commencement of litigation: Reason for litigation: Owner's name: Owner contact person and tel. no.: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforementioned principals this Zh day of Jain , 202. e- L /five65-- BIDDER &.bAJSubscribed and sworn to this /-) day of Jan NOTARY PUBLIC pe- + 09 Of vanae \lelcu quty .);-",\. DESTINY DEVANAE VELASQUEZ Notary Public - California Los Angeles County •° Commission # 2309010 01,.:-V My Comm. Expires Oct 17, 2023 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.16 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of tV tec Subscribed and sworn to (or affirmed) before me on this 25 day of t)arlli i , 20 L1, by mhny oevalno VetWgv( _ '(\n ViA l proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. DESTINY DEVANAE VELASQUEZ Notary Public . California Los Angeles County ��— Commission # 2309010 `'fo►" My Comm. Expires Oct 17, 2023 (Seal) —STgna u Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 29 of 115 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 Department of Industrial Relations (DIR) Contractor Registration Number Beginning July 1, 2014, contractors must register with the Department of Industrial Relations (DIR) before bidding on public works contracts in California. For more information, please refer to this section of the Department of Industrial Relations Website: http://www.dir.ca.gov/Public-Works/PublicWorks.html, Per this requirement, provide the following information: CEM Construction Corporation Contractor Name 1000000805 Contractor Department of Industrial Relations Registration Number: 6/30/21 Expiration Date of Registration Number *(THIS FORM MUST BE SUBMITTED WITH THE SEALED BID)* Page: CU Document Control Page 30 of 115 Temple My, Addendum 4, Primrose Park Project, P21-01 (V\ C_Q5Q. Q w' `,--\ovanvvvz.rn-13 -3 ADDENDUM 4 SECTION "C. BIDDER'S PROPOSAL" WITH UPDATED BID SCHEDULE. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ISSUED WITH ADDENDUM 4 PROPOSAL GUARANTEE/BID BOND PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 KNOW ALL MEN BY THESE PRESENTS that , as BIDDER, and , as SURETY, are held and firmly bound unto the City of Temple City, in the penal sum of dollars ($ ), which is 10 percent of the total amount bid by BIDDER to the City of Temple City for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to the City of Temple City for the above stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of the City of Temple City. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this day of ,20 . BIDDER* SURETY* *Provide BIDDER/SURETY name, address and telephone number and the name, title, address and telephone number for authorized representative. Subscribed and sworn to this day of , 201 . NOTARY PUBLIC: Page: C.18 Temple City, Addendum 4, Primrose Park Project, P21-01 Document Control Page 31 of 115 ATTACHMENT 2 REVISED PLAN SET (Revisions to previously issued plans are shown as clouded changes as Delta 1. Delta 1 changes are referenced on the Title Sheet for easy reference. Bidders shall use the plan set issued with Addendum 4 for their bids.) City of Temple City, Primrose Park Project, P-21-01 Document Control Page 29 of 1004 PROPOSAL GUARANTEE/BID BOND PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 KNOW ALL MEN BY THESE PRESENTS that C.E.M. Construction Corporation , as BIDDER, and Merchants Bonding Company (Mutual) , as SURETY, are held and firmly bound unto the City of Temple City, in the penal sum of Ten Percent of Total Bid Amount dollars ($ 10.0% of Total Bid which is 10 percent of the total amount bid by BIDDER to the City of Temple City for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to the City of Temple City for the above stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of the City of Temple City. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this 22nd day of January , 2021 BIDDER* C.E.M. Construction Corporation, '1412 Espanol Ave, Montebello, CA 90640; (562)659-8213 Bonding ces fut. " �.-� /tonn es 'b Company (Mutual), P. . Box 14498, Des Moines, IA 50306: (515)243-8171 Vanessa Copelhnd, Attorney -in -Fact; 151 almus Dr., Ste A201, Costa Mesa, CA 92626; (714)546-5100 *Provide BIDDER/SURETY name, address and telephone number and the name, title, address and telephone number for authorized representative. Subscribed and sworn to this day of See Attached , 201_. NOTARY PUBLIC; BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.16 CAl_,l F() RN IA ALL-PURPOSE ACI NOW'1,E'DCMENT CIVIL, CODE 1189 /`.n./\/`,/\n,/`•n,nn." es.'",• n/\(\(\ nn,/.(\n./`./`./`.n.(.nJ\/\/`.(♦nn. . /i `. • • .:-./`.J.J.J`./.JtiJ,/.n/..^./.J`./.J\nJ,/\nn/./.J`./\nnJ\nnn/\nJ /./,!\J\/./.J./•.J.nnn/.J\n A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document. State of California County o Orange On Qn before 'me, Natassia Kirk -Smith , Notary Public, personally appeared Vanessa Copeland Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his1her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. NATASSIA KIRK -SMITH f Notary Public - California t� Orange County z Commission # 2253818 My Comm. Expires Aus 12, 2022 ` Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS Iry hand and officia Signatur OPTIONAL Signature of Though the information below is not required by law, it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: .Vanessa Copeland Number of. Pages: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner: :Limited ❑ General ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner: ❑Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: i\nnvi�'lnvAAi4/ivA/ntii.'JnvAAAA"Ai\vnnnnnvni`.i\`/nn�.".AA/n�n'JnnAA/n\i:"i"An\AJi\nfinAA"ees.".../1An/J`:(A"."nAnnnonnnitn"i` n. Rev. 1-15 MERCHANTS BONDING COMPANY.. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the 'Companies') do hereby make, constitute and appoint. individually, Eric Lowey; Jennifer Grenrood; Karyl A Richter; Kevin Cathcart; Lisa Pellerito; Mark Richardson; Michael Castaneda; Natassia Smith; Teresa I Jackson; Vanessa Copeland their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer. or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof." `The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 11th day of January , 2021 . tON 6, cOP A ..°y': 2 ' 2003 Lc) .......... STATE OF IOWA ....... COUNTY OF DALLAS ss. On this 11th day of January 2021 . before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING. INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. :•.. \t9, OilA9' . m, • c '4�,yf'. MERCHANTS NATIONAL BONDING, INC. o- r^: yJ 1933 `c By • • 4,, KN.• it MERCHANTS BONDING COMPANY (MUTUAL) President 4• IA( o v z aanit ioWp POLLY MASON Commission Number 750576 My Commission Expires January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I. William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 22nd day of January . 2021 • _ o _ o:, o • : ": r" : . f*/.G•' �s?�fi-.i./ 047-.....e.....44/7 secretary 2003 �: :, 1933 c: Secretary 6Y T7 O ° .. POA 0018 (1/20) """"" "` CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 )1+•)1•I•`h'1 :<•1i :4J_ •L ?c<• Z Z(• iG',E<1.0 Ion • Mom. i. i eaA! •Z(• t •)71.1Z(•:1 71<• GC•Yi.ly'SINI( 7.0i0I0I! )I • IC• :'1.«1S•}i M1'41.1.1• A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of JY Nvetec } On 0602c 40/2,\ before me, MN\ \evOMAC Jet , ti\ez- AN-vm pOol1 Date Here Insert Name and Title of the Officer personally appeared Vt 5\ r),.) ck (6 o Clan V 1 110 Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. z Z DESTINY DEVANAE VELASQUEZ Notary Public - California I. Los Angeles County I Commission # 2309010 My Comm. Expires Oct 17, 2023 Place Notary Seal and/or Stamp Above 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 OPTIONAL Signature of Notary Pub Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: b1 .U) 1 Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — D Limited 0 General ❑ Individual 0 Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: 0 Guardian of Conservator Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — 0 Limited 0 General ❑ Individual ❑ Attorney in Fact ❑ Trustee 0 Guardian of Conservator ❑ Other: Signer is Representing: ©2017 National Notary Association Qty Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Mobilization 1 LS $50,000.00 $50,000.00 $60,000.00 $60,000.00 $210,000.00 $210,000.00 $145,910.00 $145,910.00 $188,000.00 $188,000.00 $172,000.00 $172,000.00 Earthwork, Removal & Grading, Removal of Existing Pavement, Concrete Improvements Including Grading for Proposed Restroom Building 1 LS $75,000.00 $75,000.00 $65,000.00 $65,000.00 $70,000.00 $70,000.00 $201,500.00 $201,500.00 $116,000.00 $116,000.00 $130,000.00 $130,000.00 4" Thick Asphalt Concrete Pavement 450 TON $104.00 $46,800.00 $120.00 $54,000.00 $102.50 $46,125.00 $50.00 $22,500.00 $105.00 $47,250.00 $112.00 $50,400.00 BID ITEM UNIT CHANGED FROM SF TO TON (Addendum 4) 4" Thick Crushed Miscellaneous Base 450 TON $31.00 $13,950.00 $35.00 $15,750.00 $45.00 $20,250.00 $56.00 $25,200.00 $40.00 $18,000.00 $34.00 $15,300.00 Curb & Gutter (6")400 LF $40.00 $16,000.00 $60.00 $24,000.00 $28.00 $11,200.00 $30.00 $12,000.00 $39.00 $15,600.00 $70.00 $28,000.00 Curb (6")650 LF $38.00 $24,700.00 $50.00 $32,500.00 $11.00 $7,150.00 $35.00 $22,750.00 $34.00 $22,100.00 $35.00 $22,750.00 BID ITEM QUANTITY CHANGED FROM 5 TO 4 (Addendum 4) Curb Ramp with Detectable Warning Surface 4 EA $4,850.00 $19,400.00 $4,000.00 $16,000.00 $1,500.00 $6,000.00 $1,500.00 $6,000.00 $4,300.00 $17,200.00 $6,000.00 $24,000.00 PCC Concrete Sidewalk 945 SF $10.00 $9,450.00 $8.00 $7,560.00 $5.00 $4,725.00 $16.00 $15,120.00 $9.00 $8,505.00 $15.30 $14,458.50 Standard Alley Approach 680 SF $15.00 $10,200.00 $10.00 $6,800.00 $10.00 $6,800.00 $20.00 $13,600.00 $14.00 $9,520.00 $20.00 $13,600.00 3' Wide Alley Gutter 230 SF $20.00 $4,600.00 $12.00 $2,760.00 $10.50 $2,415.00 $20.00 $4,600.00 $14.00 $3,220.00 $20.00 $4,600.00 4" Dia. PVC SDR35 Drain Pipe 780 LF $70.00 $54,600.00 $20.00 $15,600.00 $15.00 $11,700.00 $120.00 $93,600.00 $16.00 $12,480.00 $51.00 $39,780.00 6" Dia. PVC SDR35 Drain Pipe 160 LF $80.00 $12,800.00 $30.00 $4,800.00 $17.00 $2,720.00 $126.00 $20,160.00 $44.00 $7,040.00 $54.00 $8,640.00 8" Dia. PVC SDR35 Drain Pipe 85 LF $85.00 $7,225.00 $45.00 $3,825.00 $20.00 $1,700.00 $138.00 $11,730.00 $68.00 $5,780.00 $75.50 $6,417.50 12" Dia. PVC SDR35 Storm Drain Pipe 160 LF $90.00 $14,400.00 $50.00 $8,000.00 $50.00 $8,000.00 $150.00 $24,000.00 $90.00 $14,400.00 $112.00 $17,920.00 BID ITEM MODIFIED FROM 18” x 18” to 12” x 12” (Addendum 4) 18" x 18" 12" x 12" Brooks Drain Box with Solid Cover 1 EA $2,500.00 $2,500.00 $2,000.00 $2,000.00 $1,100.00 $1,100.00 $3,900.00 $3,900.00 $2,475.00 $2,475.00 $1,880.00 $1,880.00 12" x 12" Brooks Drain Box with Traffic Grate 2 EA $2,400.00 $4,800.00 $1,500.00 $3,000.00 $1,200.00 $2,400.00 $2,500.00 $5,000.00 $2,600.00 $5,200.00 $1,880.00 $3,760.00 NDS900 Catch Basin with 9" Atrium Square Grate 36 EA $550.00 $19,800.00 $175.00 $6,300.00 $100.00 $3,600.00 $450.00 $16,200.00 $180.00 $6,480.00 $495.00 $17,820.00 NDS900 Catch Basin with 9" Steel Traffic Grate 9 EA $800.00 $7,200.00 $600.00 $5,400.00 $120.00 $1,080.00 $350.00 $3,150.00 $260.00 $2,340.00 $979.00 $8,811.00 Drain Inlet in Playground Area Per Landscape Plans 4 EA $2,500.00 $10,000.00 $750.00 $3,000.00 $115.00 $460.00 $1,000.00 $4,000.00 $300.00 $1,200.00 $708.00 $2,832.00 MC-3500 Stormtech Unit 1 EA $65,000.00 $65,000.00 $30,000.00 $30,000.00 $49,000.00 $49,000.00 $6,500.00 $6,500.00 $49,600.00 $49,600.00 $61,000.00 $61,000.00 4" VCP Sewer Service 140 LF $145.00 $20,300.00 $70.00 $9,800.00 $100.00 $14,000.00 $55.00 $7,700.00 $115.00 $16,100.00 $157.00 $21,980.00 BID ITEM UNIT CHANGED FROM EA TO LF (Addendum 4) Sewer Cleanout Per APWA STD. 204-2 6 LF $55.00 $330.00 $1,200.00 $7,200.00 $720.00 $4,320.00 $500.00 $3,000.00 $500.00 $3,000.00 $2,534.00 $15,204.00 1-1/2" Water Service with Gate Valve and Backflow Preventor 1 LS $2,500.00 $2,500.00 $6,500.00 $6,500.00 $8,000.00 $8,000.00 $18,500.00 $18,500.00 $8,000.00 $8,000.00 $7,080.00 $7,080.00 1-1/2" PVC SDR35 Waste Line 45 LF $50.00 $2,250.00 $30.00 $1,350.00 $15.00 $675.00 $55.00 $2,475.00 $46.00 $2,070.00 $48.00 $2,160.00 Traffic Striping Signage, Stop Sign & Post, EV Sign & Post and Wheel Stops 1 LS $6,946.50 $6,946.50 $7,200.00 $7,200.00 $6,800.00 $6,800.00 $6,500.00 $6,500.00 $14,900.00 $14,900.00 $10,600.00 $10,600.00 Concrete Paving (4" Thick)3,291 SF $9.00 $29,619.00 $8.00 $26,328.00 $7.50 $24,682.50 $16.00 $52,656.00 $9.30 $30,606.30 $15.30 $50,352.30 Integral Color Paving (4" Thick)1,790 SF $12.00 $21,480.00 $10.00 $17,900.00 $8.50 $15,215.00 $19.00 $34,010.00 $12.00 $21,480.00 $23.60 $42,244.00 All Weather Surfacing 3,791 SF $20.50 $77,715.50 $18.00 $68,238.00 $19.70 $74,682.70 $17.00 $64,447.00 $19.50 $73,924.50 $18.80 $71,270.80 Rubber Play Surfacing 3,112 SF $20.50 $63,796.00 $18.00 $56,016.00 $20.15 $62,706.80 $17.00 $52,904.00 $19.50 $60,684.00 $18.80 $58,505.60 Decomposed Granite w/ Stabilizer 971 SF $3.00 $2,913.00 $4.00 $3,884.00 $5.50 $5,340.50 $4.00 $3,884.00 $2.75 $2,670.25 $4.70 $4,563.70 Landscape Stone 300 SF $3.25 $975.00 $10.00 $3,000.00 $8.00 $2,400.00 $6.00 $1,800.00 $6.00 $1,800.00 $8.20 $2,460.00 Landscape Boulder (18" X 12" X 12")3 EA $75.00 $225.00 $100.00 $300.00 $85.00 $255.00 $60.00 $180.00 $100.00 $300.00 $177.00 $531.00 Landscape Boulder (24" X 12" X 12")5 EA $100.00 $500.00 $200.00 $1,000.00 $95.00 $475.00 $75.00 $375.00 $150.00 $750.00 $295.00 $1,475.00 Landscape Boulder (36" X 18" X 18")4 EA $185.00 $740.00 $300.00 $1,200.00 $220.00 $880.00 $85.00 $340.00 $300.00 $1,200.00 $590.00 $2,360.00 Landscape Boulder (48" X 24" X 24")1 EA $495.00 $495.00 $600.00 $600.00 $650.00 $650.00 $250.00 $250.00 $350.00 $350.00 $1,770.00 $1,770.00 Concrete Curb (18" wide)102 LF $30.00 $3,060.00 $40.00 $4,080.00 $20.00 $2,040.00 $38.00 $3,876.00 $46.00 $4,692.00 $65.00 $6,630.00 Concrete Band (12" wide)90 LF $25.00 $2,250.00 $38.00 $3,420.00 $25.00 $2,250.00 $35.00 $3,150.00 $44.00 $3,960.00 $43.50 $3,915.00 Concrete Header (10" wide)94 LF $35.00 $3,290.00 $35.00 $3,290.00 $20.00 $1,880.00 $32.00 $3,008.00 $40.00 $3,760.00 $40.00 $3,760.00 32 33 34 35 36 27 28 29 30 31 37 38 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION 10 11 6 7 8 9 12 13 14 15 16 17 18 CEM Construction Corp.G2K Construction, Inc. Apparent Low Bidder 3 FS Contractors, Inc. Apparent Low Bidder 5 California Landscape & Design, Inc. Apparent Low Bidder 4 Renewage Energy Solutions Apparent Low Bidder 6 Three Peaks Corp. Apparent Low Bidder 1 Apparent Low Bidder 2 1 2 3 4 5 19 20 21 22 23 24 25 26 D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 1 of 15 ATTACHMENT C Qty Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION CEM Construction Corp.G2K Construction, Inc. Apparent Low Bidder 3 FS Contractors, Inc. Apparent Low Bidder 5 California Landscape & Design, Inc. Apparent Low Bidder 4 Renewage Energy Solutions Apparent Low Bidder 6 Three Peaks Corp. Apparent Low Bidder 1 Apparent Low Bidder 2 Concrete Header (6" wide)1,412 LF $25.00 $35,300.00 $30.00 $42,360.00 $12.00 $16,944.00 $30.00 $42,360.00 $22.00 $31,064.00 $23.60 $33,323.20 Tube Steel Fence - 7' High 286 LF $203.50 $58,201.00 $255.00 $72,930.00 $215.00 $61,490.00 $300.00 $85,800.00 $200.00 $57,200.00 $236.00 $67,496.00 CMU Wall with Decorative Panel Fence - 7' High 83 EA $1,167.50 $96,902.50 $1,080.00 $89,640.00 $1,200.00 $99,600.00 $2,000.00 $166,000.00 $1,250.00 $103,750.00 $1,462.00 $121,346.00 Gateway 'A' Double Swing Gate, Brick Walls, and CMU Breeze Walls 1 LS $26,800.00 $26,800.00 $82,000.00 $82,000.00 $35,000.00 $35,000.00 $23,500.00 $23,500.00 $62,000.00 $62,000.00 $21,240.00 $21,240.00 Gateway 'B' Single Swing Gate and Brick Walls 1 LS $11,300.00 $11,300.00 $40,000.00 $40,000.00 $16,000.00 $16,000.00 $18,500.00 $18,500.00 $35,000.00 $35,000.00 $8,850.00 $8,850.00 Monument Sign 1 LS $6,350.00 $6,350.00 $26,000.00 $26,000.00 $9,400.00 $9,400.00 $13,500.00 $13,500.00 $15,400.00 $15,400.00 $14,000.00 $14,000.00 Additional CMU on existing wall 1 LS $4,500.00 $4,500.00 $15,000.00 $15,000.00 $3,500.00 $3,500.00 $28,800.00 $28,800.00 $2,200.00 $2,200.00 $53,000.00 $53,000.00 Precast Park Bench without Backrest 10 E $2,250.00 $22,500.00 $2,600.00 $26,000.00 $2,400.00 $24,000.00 $22,500.00 $225,000.00 $2,900.00 $29,000.00 $3,000.00 $30,000.00 Precast Concrete Picnic Tables and Benches 4 EA $6,750.00 $27,000.00 $5,500.00 $22,000.00 $5,500.00 $22,000.00 $20,600.00 $82,400.00 $6,700.00 $26,800.00 $6,500.00 $26,000.00 Trash and Recycle Receptacles 11 EA $1,700.00 $18,700.00 $1,600.00 $17,600.00 $1,300.00 $14,300.00 $2,300.00 $25,300.00 $1,630.00 $17,930.00 $2,000.00 $22,000.00 ADA Drinking Fountain with Bottle Filler 1 EA $10,500.00 $10,500.00 $6,500.00 $6,500.00 $5,500.00 $5,500.00 $9,900.00 $9,900.00 $8,500.00 $8,500.00 $7,500.00 $7,500.00 Bicycle Rack 3 EA $1,300.00 $3,900.00 $1,000.00 $3,000.00 $850.00 $2,550.00 $2,600.00 $7,800.00 $975.00 $2,925.00 $1,200.00 $3,600.00 Precast Concrete Bench P1.0 Custom 6' R: 18" x 72" x 18" HT (34 total)1 LS $83,368.00 $83,368.00 $80,000.00 $80,000.00 $101,500.00 $101,500.00 $65,000.00 $65,000.00 $134,500.00 $134,500.00 $100,000.00 $100,000.00 Precast Concrete Bench P1.1 Custom 12' R: 18" x 72"" x 18" HT (11 total)1 LS $27,665.00 $27,665.00 $30,000.00 $30,000.00 $44,000.00 $44,000.00 $21,400.00 $21,400.00 $58,800.00 $58,800.00 $45,000.00 $45,000.00 "Precast Concrete Bench P1.2 Custom 43' R: 18" x 72"" x 18" HT (16 total)1 LS $39,424.00 $39,424.00 $40,000.00 $40,000.00 $59,000.00 $59,000.00 $23,500.00 $23,500.00 $78,100.00 $78,100.00 $50,000.00 $50,000.00 Poured-in-Place Concrete Planter 'A' Custom Elliptical Planter 14'-8" x 26'-0"" w/10"" HT Bench and 12" Curb 1 LS $21,200.00 $21,200.00 $25,000.00 $25,000.00 $10,000.00 $10,000.00 $18,800.00 $18,800.00 $16,000.00 $16,000.00 $18,000.00 $18,000.00 Poured-in-Place Concrete Planter 'B' Custom Elliptical Planter 9'-7" x 17'-0" w/18" HT Bench and 12" Curb 1 LS $14,480.00 $14,480.00 $15,000.00 $15,000.00 $9,000.00 $9,000.00 $14,500.00 $14,500.00 $24,400.00 $24,400.00 $7,000.00 $7,000.00 Custom Water Feature 1 LS $47,000.00 $47,000.00 $170,000.00 $170,000.00 $72,000.00 $72,000.00 $9,100.00 $9,100.00 $100,000.00 $100,000.00 $12,000.00 $12,000.00 BID ITEM CHANGED TO “INSTALL CITY PROVIDED PLAYGROUND EQUIPMENT” (Addendum 4) Playground Equipment, Installation, Freight and Taxes Install City Provided Playground Equipment (City will have the Playground Equipment delivered to the site. The selected contractor shall unload the City provided Playground Equipment. City staff and Contractor shall verify the equipment delivered to the site, after which the contractor will be responsible for the equipment.) 1 LS $47,500.00 $47,500.00 $35,000.00 $35,000.00 $76,000.00 $76,000.00 $66,500.00 $66,500.00 $100,000.00 $100,000.00 $58,000.00 $58,000.00 BID ITEM DESCRIPTION CLARIFIED (Freight and Taxes are part of the bid cost. Bid prices for all items are assumed to include all cost associated with furnishing and installing the item) (Addendum 4) Fitness Equipment and Installation, Freight and Taxes 1 LS $55,000.00 $55,000.00 $20,000.00 $20,000.00 $10,800.00 $10,800.00 $7,500.00 $7,500.00 $7,200.00 $7,200.00 $8,000.00 $8,000.00 Soil Preparation and Fine Grading 1 LS $8,500.00 $8,500.00 $10,000.00 $10,000.00 $9,500.00 $9,500.00 $13,500.00 $13,500.00 $6,500.00 $6,500.00 $10,000.00 $10,000.00 Weed Abatement 1 LS $650.00 $650.00 $2,000.00 $2,000.00 $4,000.00 $4,000.00 $3,200.00 $3,200.00 $1,300.00 $1,300.00 $1,000.00 $1,000.00 Tree - 36" box 12 EA $800.00 $9,600.00 $800.00 $9,600.00 $950.00 $11,400.00 $600.00 $7,200.00 $885.00 $10,620.00 $900.00 $10,800.00 Tree - 24" box 18 EA $425.00 $7,650.00 $400.00 $7,200.00 $490.00 $8,820.00 $417.00 $7,506.00 $665.00 $11,970.00 $500.00 $9,000.00 Shrub - 15 gal 13 EA $65.00 $845.00 $100.00 $1,300.00 $80.00 $1,040.00 $263.00 $3,419.00 $100.00 $1,300.00 $80.00 $1,040.00 Shrub - 5 gal 205 EA $30.00 $6,150.00 $25.00 $5,125.00 $35.00 $7,175.00 $29.00 $5,945.00 $36.85 $7,554.25 $32.00 $6,560.00 Shrub - 1 gal 736 EA $11.50 $8,464.00 $15.00 $11,040.00 $15.00 $11,040.00 $14.00 $10,304.00 $10.75 $7,912.00 $12.50 $9,200.00 Turf - Sod 3,383 SF $1.00 $3,383.00 $3.00 $10,149.00 $1.30 $4,397.90 $1.00 $3,383.00 $1.15 $3,890.45 $1.00 $3,383.00 Install Wood Mulch - 3" depth (6,885 SF)61 CY $75.00 $4,575.00 $75.00 $4,575.00 $85.00 $5,185.00 $90.00 $5,490.00 $78.00 $4,758.00 $80.00 $4,880.00 Linear Root Barrier 280 LF $8.50 $2,380.00 $12.00 $3,360.00 $12.00 $3,360.00 $10.00 $2,800.00 $28.30 $7,924.00 $12.00 $3,360.00 Ninety (90) Day Maintenance 1 LS $3,300.00 $3,300.00 $5,000.00 $5,000.00 $4,700.00 $4,700.00 $2,000.00 $2,000.00 $6,500.00 $6,500.00 $3,800.00 $3,800.00 Irrigation 1 LS $82,000.00 $82,000.00 $70,000.00 $70,000.00 $60,000.00 $60,000.00 $55,800.00 $55,800.00 $83,000.00 $83,000.00 $90,000.00 $90,000.00 Shade Structure - Cantilever (3 Panel: 10' x 15' x 10'- 6" HT)1 LS $59,000.00 $59,000.00 $20,000.00 $20,000.00 $61,000.00 $61,000.00 $35,000.00 $35,000.00 $59,400.00 $59,400.00 $64,000.00 $64,000.00 Shade Structure - Cantilever (5 Panel: 10' x 25' x 10'- 6" HT)1 LS $97,000.00 $97,000.00 $35,000.00 $35,000.00 $90,000.00 $90,000.00 $45,000.00 $45,000.00 $88,000.00 $88,000.00 $100,000.00 $100,000.00 65 66 57 58 59 60 61 72 67 68 69 70 71 56 47 48 49 50 51 62 63 64 42 43 44 45 46 39 40 41 52 53 54 55 D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 2 of 15 Qty Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION CEM Construction Corp.G2K Construction, Inc. Apparent Low Bidder 3 FS Contractors, Inc. Apparent Low Bidder 5 California Landscape & Design, Inc. Apparent Low Bidder 4 Renewage Energy Solutions Apparent Low Bidder 6 Three Peaks Corp. Apparent Low Bidder 1 Apparent Low Bidder 2 Shade Structure - Cantilever (9 Panel: 10' x 45' x 10'- 6" HT)1 LS $173,000.00 $173,000.00 $60,000.00 $60,000.00 $159,000.00 $159,000.00 $60,000.00 $60,000.00 $156,000.00 $156,000.00 $179,000.00 $179,000.00 Shade Structure - Fan Shape (16’ x 49’- 6” outside radius x 11’ ht.)1 LS $217,000.00 $217,000.00 $150,000.00 $150,000.00 $268,000.00 $268,000.00 $100,000.00 $100,000.00 $260,625.00 $260,625.00 $335,000.00 $335,000.00 Underground Electrical 1 LS $12,500.00 $12,500.00 $80,000.00 $80,000.00 $79,000.00 $79,000.00 $288,700.00 $288,700.00 $106,640.00 $106,640.00 $20,000.00 $20,000.00 Electric Vehicle Charger 4 EA $12,000.00 $48,000.00 $11,000.00 $44,000.00 $11,500.00 $46,000.00 $14,500.00 $58,000.00 $7,500.00 $30,000.00 $400.00 $1,600.00 Service and Controls 1 LS $5,000.00 $5,000.00 $8,000.00 $8,000.00 $12,000.00 $12,000.00 $15,800.00 $15,800.00 $10,000.00 $10,000.00 $6,000.00 $6,000.00 Fixture 'S1' with Pole & Footing 1 EA $7,500.00 $7,500.00 $4,200.00 $4,200.00 $4,500.00 $4,500.00 $3,100.00 $3,100.00 $4,500.00 $4,500.00 $26,000.00 $26,000.00 Fixture 'S2' with Pole & Footing 5 EA $7,500.00 $37,500.00 $4,000.00 $20,000.00 $3,800.00 $19,000.00 $2,160.00 $10,800.00 $4,500.00 $22,500.00 $7,300.00 $36,500.00 Fixture 'S3' with shared Pole & Footing 5 EA $9,500.00 $47,500.00 $5,300.00 $26,500.00 $5,500.00 $27,500.00 $3,000.00 $15,000.00 $4,700.00 $23,500.00 $8,000.00 $40,000.00 Fixture 'S4'18 EA $2,750.00 $49,500.00 $2,000.00 $36,000.00 $2,300.00 $41,400.00 $1,400.00 $25,200.00 $1,500.00 $27,000.00 $4,000.00 $72,000.00 BID ITEM CHANGED FROM ”Fixture ‘S5” TO “LED Light Strip” AND QUANTITY CHANGED AS INDICATED (Addendum 4) Fixture 'S5' LED Light Strip 415 LF $10.00 $4,150.00 $135.00 $56,025.00 $170.00 $70,550.00 $130.00 $53,950.00 $130.00 $53,950.00 $9.20 $3,818.00 BID ITEM DELETED (Addendum 4) Fixture 'S6' DELETED 7 EA Fixture 'S7'LED Light Strip”4 EA $4,800.00 $19,200.00 $1,500.00 $6,000.00 $1,400.00 $5,600.00 $1,000.00 $4,000.00 $800.00 $3,200.00 $6,000.00 $24,000.00 Fixture 'S8'10 EA $55.00 $550.00 $3,100.00 $31,000.00 $2,300.00 $23,000.00 $1,600.00 $16,000.00 $1,600.00 $16,000.00 $73.00 $730.00 Fixture 'S9'1 EA $3,000.00 $3,000.00 $5,000.00 $5,000.00 $3,600.00 $3,600.00 $2,000.00 $2,000.00 $1,600.00 $1,600.00 $3,400.00 $3,400.00 Fixture 'S10'4 EA $3,500.00 $14,000.00 $1,500.00 $6,000.00 $1,200.00 $4,800.00 $750.00 $3,000.00 $700.00 $2,800.00 $4,400.00 $17,600.00 Fixture 'S11'12 EA $150.00 $1,800.00 $2,000.00 $24,000.00 $1,500.00 $18,000.00 $1,200.00 $14,400.00 $1,000.00 $12,000.00 $147.00 $1,764.00 Fixture 'F1'2 EA $2,250.00 $4,500.00 $1,650.00 $3,300.00 $1,000.00 $2,000.00 $1,000.00 $2,000.00 $800.00 $1,600.00 $2,900.00 $5,800.00 Fixture 'F2'6 EA $1,100.00 $6,600.00 $1,900.00 $11,400.00 $1,000.00 $6,000.00 $800.00 $4,800.00 $800.00 $4,800.00 $1,300.00 $7,800.00 Lighting Control Panel 1 EA $1,550.00 $1,550.00 $8,500.00 $8,500.00 $5,800.00 $5,800.00 $6,500.00 $6,500.00 $5,000.00 $5,000.00 $1,700.00 $1,700.00 Weatherproof Receptacle Outlet 12 EA $75.00 $900.00 $440.00 $5,280.00 $180.00 $2,160.00 $150.00 $1,800.00 $200.00 $2,400.00 $35.00 $420.00 Bond Act Sign (Project Construction Sign during constriction, to be installed on plywood. Sign Size 48” x 48”)1 EA $1,000.00 $1,000.00 $1,400.00 $1,400.00 $750.00 $750.00 $2,500.00 $2,500.00 $1,500.00 $1,500.00 $1,700.00 $1,700.00 Bond Act Sign (Permanent Bronze Sign Plaque after Construction is completed to be installed on the wall at Park Entrance. Sign Size 12” x 12”) 1 LS $2,500.00 $2,500.00 $3,000.00 $3,000.00 $3,000.00 $3,000.00 $3,500.00 $3,500.00 $1,700.00 $1,700.00 $3,540.00 $3,540.00 This is a City established Allowance for art work not included in the project scope of work. If such work is required by the City, City may use this allowance amount at City's sole discretion. (BIDDERS SHALL INCLUDE THIS AMOUNT IN THE TOTAL BID AMOUNT SHOWN AT THE END OF THE BID SCHEDULE) 1 LS $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 BID ITEM ADDED (Addendum 4) Restroom Building, with all the structural, plumbing, electrical, lighting, signage and furnishing components. 1 LS $95,000.00 $95,000.00 $230,000.00 $230,000.00 $92,000.00 $92,000.00 $98,700.00 $98,700.00 $178,543.00 $178,543.00 $170,000.00 $170,000.00 BID ITEM ADDED (Addendum 4) 1" Water Service with Gate Valve and Backflow Preventor for Water Feature 1 LS $7,500.00 $7,500.00 $10,000.00 $10,000.00 $6,500.00 $6,500.00 $17,900.00 $17,900.00 $4,100.00 $4,100.00 $9,000.00 $9,000.00 BID ITEM ADDED (Addendum 4) Fixture 'S5' Power Supply (This bid item is related to Bid Item “82. LED Light Strip” 26 EA $550.00 $14,300.00 $1,320.00 $34,320.00 $175.00 $4,550.00 $300.00 $7,800.00 $235.00 $6,110.00 $800.00 $20,800.00 BID ITEM ADDED (Addendum 4) 3’ x 68’ Detectable Warning Surface 204 LF $35.00 $7,140.00 $35.00 $7,140.00 $50.00 $10,200.00 $75.00 $15,300.00 $30.00 $6,120.00 $34.00 $6,936.00 $2,470,087.50 $2,541,045.00 $2,612,789.40 $2,932,932.00 $2,986,222.75 $2,999,316.60 Walking Path: Provide custom color painting (1 color).1 LS $8,000.00 $8,000.00 $50,000.00 $50,000.00 $15,000.00 $15,000.00 $20,890.00 $20,890.00 $8,500.00 $8,500.00 $9,000.00 $9,000.00 Apparent Low Bidder 1 Apparent Low Bidder 2 Apparent Low Bidder 3 Apparent Low Bidder 4 Apparent Low Bidder 5 Apparent Low Bidder 6 82 83 84 85 86 77 78 97 98 81 99 92 93 94 95 96 87 88 89 90 91 79 80 73 74 75 76 BID RANKING TOTAL BID AMOUNT Additive Bid Item A.2 D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 3 of 15 Qty Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION CEM Construction Corp.G2K Construction, Inc. Apparent Low Bidder 3 FS Contractors, Inc. Apparent Low Bidder 5 California Landscape & Design, Inc. Apparent Low Bidder 4 Renewage Energy Solutions Apparent Low Bidder 6 Three Peaks Corp. Apparent Low Bidder 1 Apparent Low Bidder 2 $2,470,087.50 $2,541,045.00 $2,612,789.40 $2,932,932.00 $2,986,222.75 $2,999,316.60 $2,470,087.50 $2,541,045.00 $2,612,789.40 $2,932,932.00 $2,986,222.75 $2,999,316.60 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 7.57%$186,911.85 54.74%$1,390,860.28 43.57%$1,138,300.00 22.42%$657,600.00 22.99%$686,390.00 55.98%$1,679,000.00 Hardy Harper $55,800.00 Ridgeline Eng $15,120.00 SoCal Removal $64,900.00 Evergreen Environment $76,000.00 Hardy Harper $55,800.00 A&N Plumbing $100,000.00 Superior Pvmt Markings $6,315.00 Hardy Harper $55,800.00 Hardy Harper $55,800.00 Team West Contracting $97,000.00 Robertson Rec $106,279.00 Bryon Perez Construction $200,000.00 Robertson Recreational $98,696.85 Superior Pvmt Markings $6,315.00 Superior Pvmt Markings $6,300.00 Advanced Landscape $120,000.00 Plas-Tal Steel Construction $516,811.00 Robertson Recreational $95,000.00 On Point Land Survey $26,100.00 Robertson Industries $98,696.85 Robertson Industries $98,600.00 Robertson Recreational $98,600.00 Rightway Roofing $7,500.00 Team West Contracting $155,000.00 Granstrom Masonry $216,300.00 Team West Contracting $151,000.00 On Point Land Survey $26,100.00 Hardy Harper $55,000.00 Pacific Aquascape $145,600.00 Evergreen Environment $76,000.00 Troy Ornamental $239,900.00 Plas-Tal Steel Construction $500,000.00 Troy's Ornamental $402,200.00 Plas-Tal Steel Construction $516,800.00 Faith Electric $300,000.00 Bravo Sign $7,096.43 Carrillo Electric $168,900.00 Rpacific Single Roofing $10,000.00 Whitman Electric $384,095.00 Community Playground $45,000.00 Verne's Plumbing $29,200.00 Demolition Specialist $59,000.00 Valencia Sheet Metal $30,437.00 H Gomez Landscape $160,000.00 TOTAL $186,911.85 TOTAL $1,390,860.28 TOTAL $1,138,300.00 TOTAL $657,600.00 TOTAL $686,390.00 TOTAL $1,679,000.00 YES YES YES YESYES IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON CALCULATED BID AMOUNT SUBCONTRACTOR % AND AMOUNT SHOWN IN THE BID DID THE BIDDER MEET MAX 60% SUB CONTRACTOR (MIN 40% WORK BY PRIME CONTRACTOR) REQUIREMENT TOTAL BID AMOUNT INDICATED BY BIDDER SUBCONTRACTORS TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES YES YES D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 4 of 15 Qty Unit Mobilization 1 LS Earthwork, Removal & Grading, Removal of Existing Pavement, Concrete Improvements Including Grading for Proposed Restroom Building 1 LS 4" Thick Asphalt Concrete Pavement 450 TON BID ITEM UNIT CHANGED FROM SF TO TON (Addendum 4) 4" Thick Crushed Miscellaneous Base 450 TON Curb & Gutter (6")400 LF Curb (6")650 LF BID ITEM QUANTITY CHANGED FROM 5 TO 4 (Addendum 4) Curb Ramp with Detectable Warning Surface 4 EA PCC Concrete Sidewalk 945 SF Standard Alley Approach 680 SF 3' Wide Alley Gutter 230 SF 4" Dia. PVC SDR35 Drain Pipe 780 LF 6" Dia. PVC SDR35 Drain Pipe 160 LF 8" Dia. PVC SDR35 Drain Pipe 85 LF 12" Dia. PVC SDR35 Storm Drain Pipe 160 LF BID ITEM MODIFIED FROM 18” x 18” to 12” x 12” (Addendum 4) 18" x 18" 12" x 12" Brooks Drain Box with Solid Cover 1 EA 12" x 12" Brooks Drain Box with Traffic Grate 2 EA NDS900 Catch Basin with 9" Atrium Square Grate 36 EA NDS900 Catch Basin with 9" Steel Traffic Grate 9 EA Drain Inlet in Playground Area Per Landscape Plans 4 EA MC-3500 Stormtech Unit 1 EA 4" VCP Sewer Service 140 LF BID ITEM UNIT CHANGED FROM EA TO LF (Addendum 4) Sewer Cleanout Per APWA STD. 204-2 6 LF 1-1/2" Water Service with Gate Valve and Backflow Preventor 1 LS 1-1/2" PVC SDR35 Waste Line 45 LF Traffic Striping Signage, Stop Sign & Post, EV Sign & Post and Wheel Stops 1 LS Concrete Paving (4" Thick)3,291 SF Integral Color Paving (4" Thick)1,790 SF All Weather Surfacing 3,791 SF Rubber Play Surfacing 3,112 SF Decomposed Granite w/ Stabilizer 971 SF Landscape Stone 300 SF Landscape Boulder (18" X 12" X 12")3 EA Landscape Boulder (24" X 12" X 12")5 EA Landscape Boulder (36" X 18" X 18")4 EA Landscape Boulder (48" X 24" X 24")1 EA Concrete Curb (18" wide)102 LF Concrete Band (12" wide)90 LF Concrete Header (10" wide)94 LF 32 33 34 35 36 27 28 29 30 31 37 38 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION 10 11 6 7 8 9 12 13 14 15 16 17 18 1 2 3 4 5 19 20 21 22 23 24 25 26 Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price $260,760.00 $260,760.00 $135,000.00 $135,000.00 $150,000.00 $150,000.00 $296,747.50 $296,747.50 $212,127.34 $212,127.34 $165,000.00 $165,000.00 $96,852.00 $96,852.00 $100,000.00 $100,000.00 $200,000.00 $200,000.00 $178,200.00 $178,200.00 $115,207.18 $115,207.18 $25,000.00 $25,000.00 $105.00 $47,250.00 $150.00 $67,500.00 $150.00 $67,500.00 $89.10 $40,095.00 $109.47 $49,261.50 $108.00 $48,600.00 $32.00 $14,400.00 $55.00 $24,750.00 $50.00 $22,500.00 $26.35 $11,857.50 $33.42 $15,039.00 $65.00 $29,250.00 $30.00 $12,000.00 $54.00 $21,600.00 $60.00 $24,000.00 $35.64 $14,256.00 $35.46 $14,184.00 $39.00 $15,600.00 $20.00 $13,000.00 $48.00 $31,200.00 $40.00 $26,000.00 $29.16 $18,954.00 $24.38 $15,847.00 $26.00 $16,900.00 $1,700.00 $6,800.00 $4,200.00 $16,800.00 $5,000.00 $20,000.00 $1,782.00 $7,128.00 $3,340.52 $13,362.08 $4,384.00 $17,536.00 $7.00 $6,615.00 $12.00 $11,340.00 $10.00 $9,450.00 $8.91 $8,419.95 $6.74 $6,369.30 $19.50 $18,427.50 $8.00 $5,440.00 $18.00 $12,240.00 $16.00 $10,880.00 $14.04 $9,547.20 $13.78 $9,370.40 $19.50 $13,260.00 $15.00 $3,450.00 $24.00 $5,520.00 $16.00 $3,680.00 $32.40 $7,452.00 $20.61 $4,740.30 $15.60 $3,588.00 $32.00 $24,960.00 $30.00 $23,400.00 $40.00 $31,200.00 $37.80 $29,484.00 $35.37 $27,588.60 $26.00 $20,280.00 $65.00 $10,400.00 $36.00 $5,760.00 $50.00 $8,000.00 $43.20 $6,912.00 $38.17 $6,107.20 $42.00 $6,720.00 $55.00 $4,675.00 $48.00 $4,080.00 $60.00 $5,100.00 $48.60 $4,131.00 $44.26 $3,762.10 $60.00 $5,100.00 $60.00 $9,600.00 $48.00 $7,680.00 $100.00 $16,000.00 $59.40 $9,504.00 $47.96 $7,673.60 $150.00 $24,000.00 $650.00 $650.00 $600.00 $600.00 $250.00 $250.00 $1,620.00 $1,620.00 $710.40 $710.40 $900.00 $900.00 $675.00 $1,350.00 $600.00 $1,200.00 $250.00 $500.00 $1,512.00 $3,024.00 $573.13 $1,146.26 $1,000.00 $2,000.00 $100.00 $3,600.00 $420.00 $15,120.00 $75.00 $2,700.00 $324.00 $11,664.00 $259.72 $9,349.92 $565.00 $20,340.00 $400.00 $3,600.00 $420.00 $3,780.00 $1,000.00 $9,000.00 $351.00 $3,159.00 $263.34 $2,370.06 $600.00 $5,400.00 $1,500.00 $6,000.00 $840.00 $3,360.00 $200.00 $800.00 $540.00 $2,160.00 $396.26 $1,585.04 $950.00 $3,800.00 $27,275.00 $27,275.00 $30,000.00 $30,000.00 $50,000.00 $50,000.00 $27,000.00 $27,000.00 $41,241.21 $41,241.21 $245,000.00 $245,000.00 $100.00 $14,000.00 $90.00 $12,600.00 $150.00 $21,000.00 $54.00 $7,560.00 $59.73 $8,362.20 $110.00 $15,400.00 $750.00 $4,500.00 $780.00 $4,680.00 $200.00 $1,200.00 $1,080.00 $6,480.00 $1,066.82 $6,400.92 $900.00 $5,400.00 $16,580.00 $16,580.00 $3,000.00 $3,000.00 $20,000.00 $20,000.00 $7,560.00 $7,560.00 $9,134.22 $9,134.22 $17,000.00 $17,000.00 $80.00 $3,600.00 $60.00 $2,700.00 $140.00 $6,300.00 $32.40 $1,458.00 $65.58 $2,951.10 $20.00 $900.00 $7,946.50 $7,946.50 $24,000.00 $24,000.00 $40,000.00 $40,000.00 $10,746.00 $10,746.00 $7,277.02 $7,277.02 $45,000.00 $45,000.00 $10.00 $32,910.00 $12.00 $39,492.00 $10.00 $32,910.00 $29,322.81 $96,501,367.71 $6.88 $22,642.08 $1,150.00 $3,784,650.00 $14.00 $25,060.00 $14.00 $25,060.00 $15.00 $26,850.00 $14.04 $25,131.60 $14.15 $25,328.50 $19.00 $34,010.00 $18.00 $68,238.00 $17.00 $64,447.00 $30.00 $113,730.00 $17.23 $65,318.93 $18.48 $70,057.68 $17.50 $66,342.50 $18.00 $56,016.00 $17.00 $52,904.00 $30.00 $93,360.00 $17.23 $53,619.76 $18.94 $58,941.28 $22.00 $68,464.00 $2.50 $2,427.50 $5.00 $4,855.00 $15.00 $14,565.00 $4.23 $4,107.33 $3.46 $3,359.66 $7.00 $6,797.00 $5.00 $1,500.00 $15.00 $4,500.00 $40.00 $12,000.00 $12.60 $3,780.00 $4.61 $1,383.00 $24.00 $7,200.00 $90.00 $270.00 $180.00 $540.00 $500.00 $1,500.00 $216.00 $648.00 $123.30 $369.90 $350.00 $1,050.00 $107.00 $535.00 $215.00 $1,075.00 $700.00 $3,500.00 $270.00 $1,350.00 $182.07 $910.35 $450.00 $2,250.00 $220.00 $880.00 $305.00 $1,220.00 $900.00 $3,600.00 $285.12 $1,140.48 $345.70 $1,382.80 $550.00 $2,200.00 $310.00 $310.00 $435.00 $435.00 $1,500.00 $1,500.00 $287.00 $287.00 $662.59 $662.59 $650.00 $650.00 $30.00 $3,060.00 $60.00 $6,120.00 $100.00 $10,200.00 $37.80 $3,855.60 $50.92 $5,193.84 $120.00 $12,240.00 $32.00 $2,880.00 $48.00 $4,320.00 $25.00 $2,250.00 $29.16 $2,624.40 $43.22 $3,889.80 $128.00 $11,520.00 $20.00 $1,880.00 $48.00 $4,512.00 $22.00 $2,068.00 $27.00 $2,538.00 $41.94 $3,942.36 $104.00 $9,776.00 Apparent Low Bidder 9 Apparent Low Bidder 10 Apparent Low Bidder 11 Apparent Low Bidder 12 Green Giant Landscape, Inc.Monet Construction, Inc.C.S. Legacy Construction, Inc.Yakar Apparent Low Bidder 8 Access Pacific, Inc. Apparent Low Bidder 7 Environmental Construction, Inc. D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 5 of 15 Qty Unit 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION Concrete Header (6" wide)1,412 LF Tube Steel Fence - 7' High 286 LF CMU Wall with Decorative Panel Fence - 7' High 83 EA Gateway 'A' Double Swing Gate, Brick Walls, and CMU Breeze Walls 1 LS Gateway 'B' Single Swing Gate and Brick Walls 1 LS Monument Sign 1 LS Additional CMU on existing wall 1 LS Precast Park Bench without Backrest 10 E Precast Concrete Picnic Tables and Benches 4 EA Trash and Recycle Receptacles 11 EA ADA Drinking Fountain with Bottle Filler 1 EA Bicycle Rack 3 EA Precast Concrete Bench P1.0 Custom 6' R: 18" x 72" x 18" HT (34 total)1 LS Precast Concrete Bench P1.1 Custom 12' R: 18" x 72"" x 18" HT (11 total)1 LS "Precast Concrete Bench P1.2 Custom 43' R: 18" x 72"" x 18" HT (16 total)1 LS Poured-in-Place Concrete Planter 'A' Custom Elliptical Planter 14'-8" x 26'-0"" w/10"" HT Bench and 12" Curb 1 LS Poured-in-Place Concrete Planter 'B' Custom Elliptical Planter 9'-7" x 17'-0" w/18" HT Bench and 12" Curb 1 LS Custom Water Feature 1 LS BID ITEM CHANGED TO “INSTALL CITY PROVIDED PLAYGROUND EQUIPMENT” (Addendum 4) Playground Equipment, Installation, Freight and Taxes Install City Provided Playground Equipment (City will have the Playground Equipment delivered to the site. The selected contractor shall unload the City provided Playground Equipment. City staff and Contractor shall verify the equipment delivered to the site, after which the contractor will be responsible for the equipment.) 1 LS BID ITEM DESCRIPTION CLARIFIED (Freight and Taxes are part of the bid cost. Bid prices for all items are assumed to include all cost associated with furnishing and installing the item) (Addendum 4) Fitness Equipment and Installation, Freight and Taxes 1 LS Soil Preparation and Fine Grading 1 LS Weed Abatement 1 LS Tree - 36" box 12 EA Tree - 24" box 18 EA Shrub - 15 gal 13 EA Shrub - 5 gal 205 EA Shrub - 1 gal 736 EA Turf - Sod 3,383 SF Install Wood Mulch - 3" depth (6,885 SF)61 CY Linear Root Barrier 280 LF Ninety (90) Day Maintenance 1 LS Irrigation 1 LS Shade Structure - Cantilever (3 Panel: 10' x 15' x 10'- 6" HT)1 LS Shade Structure - Cantilever (5 Panel: 10' x 25' x 10'- 6" HT)1 LS 65 66 57 58 59 60 61 72 67 68 69 70 71 56 47 48 49 50 51 62 63 64 42 43 44 45 46 39 40 41 52 53 54 55 Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Apparent Low Bidder 9 Apparent Low Bidder 10 Apparent Low Bidder 11 Apparent Low Bidder 12 Green Giant Landscape, Inc.Monet Construction, Inc.C.S. Legacy Construction, Inc.Yakar Apparent Low Bidder 8 Access Pacific, Inc. Apparent Low Bidder 7 Environmental Construction, Inc. $16.00 $22,592.00 $48.00 $67,776.00 $20.00 $28,240.00 $25.92 $36,599.04 $27.63 $39,013.56 $18.25 $25,769.00 $386.10 $110,424.60 $218.50 $62,491.00 $250.00 $71,500.00 $366.64 $104,859.04 $362.99 $103,815.14 $212.00 $60,632.00 $1,310.10 $108,738.30 $1,255.00 $104,165.00 $400.00 $33,200.00 $1,286.28 $106,761.24 $1,474.27 $122,364.41 $1,470.00 $122,010.00 $53,304.90 $53,304.90 $39,100.00 $39,100.00 $5,000.00 $5,000.00 $52,472.88 $52,472.88 $54,683.59 $54,683.59 $35,000.00 $35,000.00 $30,368.80 $30,368.80 $27,025.00 $27,025.00 $10,000.00 $10,000.00 $29,816.64 $29,816.64 $35,969.26 $35,969.26 $17,500.00 $17,500.00 $14,734.50 $14,734.50 $21,850.00 $21,850.00 $40,000.00 $40,000.00 $14,580.00 $14,580.00 $19,560.10 $19,560.10 $45,000.00 $45,000.00 $9,971.50 $9,971.50 $10,925.00 $10,925.00 $15,000.00 $15,000.00 $9,790.20 $9,790.20 $19,894.13 $19,894.13 $17,500.00 $17,500.00 $3,300.00 $33,000.00 $3,600.00 $36,000.00 $2,500.00 $25,000.00 $2,376.00 $23,760.00 $2,552.42 $25,524.20 $3,750.00 $37,500.00 $7,850.00 $31,400.00 $6,600.00 $26,400.00 $5,000.00 $20,000.00 $5,292.00 $21,168.00 $5,914.23 $23,656.92 $4,500.00 $18,000.00 $2,000.00 $22,000.00 $2,160.00 $23,760.00 $2,500.00 $27,500.00 $1,350.00 $14,850.00 $1,486.84 $16,355.24 $2,500.00 $27,500.00 $7,500.00 $7,500.00 $9,000.00 $9,000.00 $20,000.00 $20,000.00 $8,100.00 $8,100.00 $6,145.42 $6,145.42 $28,000.00 $28,000.00 $1,050.00 $3,150.00 $2,040.00 $6,120.00 $1,500.00 $4,500.00 $702.00 $2,106.00 $604.02 $1,812.06 $1,000.00 $3,000.00 $119,735.00 $119,735.00 $112,200.00 $112,200.00 $60,000.00 $60,000.00 $130,680.00 $130,680.00 $123,251.03 $123,251.03 $105,000.00 $105,000.00 $49,845.00 $49,845.00 $36,300.00 $36,300.00 $20,000.00 $20,000.00 $51,300.00 $51,300.00 $49,544.66 $49,544.66 $34,100.00 $34,100.00 $56,345.00 $56,345.00 $52,800.00 $52,800.00 $40,000.00 $40,000.00 $70,740.00 $70,740.00 $69,073.97 $69,073.97 $49,600.00 $49,600.00 $7,230.00 $7,230.00 $12,000.00 $12,000.00 $50,000.00 $50,000.00 $32,400.00 $32,400.00 $29,564.00 $29,564.00 $92,000.00 $92,000.00 $5,170.00 $5,170.00 $9,600.00 $9,600.00 $50,000.00 $50,000.00 $21,600.00 $21,600.00 $30,944.14 $30,944.14 $95,000.00 $95,000.00 $133,980.00 $133,980.00 $27,780.00 $27,780.00 $50,000.00 $50,000.00 $43,200.00 $43,200.00 $72,471.25 $72,471.25 $65,000.00 $65,000.00 $78,200.00 $78,200.00 $78,200.00 $78,200.00 $100,000.00 $100,000.00 $142,560.00 $142,560.00 $80,663.70 $80,663.70 $34,000.00 $34,000.00 $9,200.00 $9,200.00 $9,200.00 $9,200.00 $20,000.00 $20,000.00 $3,564.00 $3,564.00 $39,397.40 $39,397.40 $9,500.00 $9,500.00 $3,067.00 $3,067.00 $8,745.00 $8,745.00 $10,000.00 $10,000.00 $11,779.56 $11,779.56 $10,025.35 $10,025.35 $2,500.00 $2,500.00 $600.00 $600.00 $4,950.00 $4,950.00 $4,000.00 $4,000.00 $3,240.00 $3,240.00 $749.02 $749.02 $2,500.00 $2,500.00 $850.00 $10,200.00 $908.00 $10,896.00 $1,500.00 $18,000.00 $697.86 $8,374.32 $921.87 $11,062.44 $860.00 $10,320.00 $400.00 $7,200.00 $400.00 $7,200.00 $500.00 $9,000.00 $450.36 $8,106.48 $507.03 $9,126.54 $395.00 $7,110.00 $95.00 $1,235.00 $95.00 $1,235.00 $150.00 $1,950.00 $284.54 $3,699.02 $80.66 $1,048.58 $165.00 $2,145.00 $33.00 $6,765.00 $53.00 $10,865.00 $50.00 $10,250.00 $31.30 $6,416.50 $34.57 $7,086.85 $22.00 $4,510.00 $15.00 $11,040.00 $18.00 $13,248.00 $15.00 $11,040.00 $15.02 $11,054.72 $13.83 $10,178.88 $10.00 $7,360.00 $1.00 $3,383.00 $1.00 $3,383.00 $2.00 $6,766.00 $2.34 $7,916.22 $1.04 $3,518.32 $3.50 $11,840.50 $40.00 $2,440.00 $100.00 $6,100.00 $150.00 $9,150.00 $114.21 $6,966.81 $86.43 $5,272.23 $78.00 $4,758.00 $12.00 $3,360.00 $18.00 $5,040.00 $30.00 $8,400.00 $5.53 $1,548.40 $10.37 $2,903.60 $15.00 $4,200.00 $3,000.00 $3,000.00 $8,250.00 $8,250.00 $5,000.00 $5,000.00 $10,800.00 $10,800.00 $4,033.19 $4,033.19 $9,000.00 $9,000.00 $56,715.00 $56,715.00 $47,000.00 $47,000.00 $100,000.00 $100,000.00 $64,238.40 $64,238.40 $97,948.85 $97,948.85 $135,000.00 $135,000.00 $61,356.30 $61,356.30 $80,000.00 $80,000.00 $55,000.00 $55,000.00 $61,692.84 $61,692.84 $67,682.48 $67,682.48 $6,500.00 $6,500.00 $90,939.40 $90,939.40 $120,000.00 $120,000.00 $85,000.00 $85,000.00 $91,474.92 $91,474.92 $100,342.54 $100,342.54 $83,700.00 $83,700.00 D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 6 of 15 Qty Unit 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION Shade Structure - Cantilever (9 Panel: 10' x 45' x 10'- 6" HT)1 LS Shade Structure - Fan Shape (16’ x 49’- 6” outside radius x 11’ ht.)1 LS Underground Electrical 1 LS Electric Vehicle Charger 4 EA Service and Controls 1 LS Fixture 'S1' with Pole & Footing 1 EA Fixture 'S2' with Pole & Footing 5 EA Fixture 'S3' with shared Pole & Footing 5 EA Fixture 'S4'18 EA BID ITEM CHANGED FROM ”Fixture ‘S5” TO “LED Light Strip” AND QUANTITY CHANGED AS INDICATED (Addendum 4) Fixture 'S5' LED Light Strip 415 LF BID ITEM DELETED (Addendum 4) Fixture 'S6' DELETED 7 EA Fixture 'S7'LED Light Strip”4 EA Fixture 'S8'10 EA Fixture 'S9'1 EA Fixture 'S10'4 EA Fixture 'S11'12 EA Fixture 'F1'2 EA Fixture 'F2'6 EA Lighting Control Panel 1 EA Weatherproof Receptacle Outlet 12 EA Bond Act Sign (Project Construction Sign during constriction, to be installed on plywood. Sign Size 48” x 48”)1 EA Bond Act Sign (Permanent Bronze Sign Plaque after Construction is completed to be installed on the wall at Park Entrance. Sign Size 12” x 12”) 1 LS This is a City established Allowance for art work not included in the project scope of work. If such work is required by the City, City may use this allowance amount at City's sole discretion. (BIDDERS SHALL INCLUDE THIS AMOUNT IN THE TOTAL BID AMOUNT SHOWN AT THE END OF THE BID SCHEDULE) 1 LS BID ITEM ADDED (Addendum 4) Restroom Building, with all the structural, plumbing, electrical, lighting, signage and furnishing components. 1 LS BID ITEM ADDED (Addendum 4) 1" Water Service with Gate Valve and Backflow Preventor for Water Feature 1 LS BID ITEM ADDED (Addendum 4) Fixture 'S5' Power Supply (This bid item is related to Bid Item “82. LED Light Strip” 26 EA BID ITEM ADDED (Addendum 4) 3’ x 68’ Detectable Warning Surface 204 LF Walking Path: Provide custom color painting (1 color).1 LS 82 83 84 85 86 77 78 97 98 81 99 92 93 94 95 96 87 88 89 90 91 79 80 73 74 75 76 BID RANKING TOTAL BID AMOUNT Additive Bid Item A.2 Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Apparent Low Bidder 9 Apparent Low Bidder 10 Apparent Low Bidder 11 Apparent Low Bidder 12 Green Giant Landscape, Inc.Monet Construction, Inc.C.S. Legacy Construction, Inc.Yakar Apparent Low Bidder 8 Access Pacific, Inc. Apparent Low Bidder 7 Environmental Construction, Inc. $161,702.90 $161,702.90 $205,000.00 $205,000.00 $155,000.00 $155,000.00 $162,393.12 $162,393.12 $177,777.19 $177,777.19 $97,500.00 $97,500.00 $270,134.50 $270,134.50 $360,000.00 $360,000.00 $260,000.00 $260,000.00 $272,835.00 $272,835.00 $306,143.73 $306,143.73 $105,000.00 $105,000.00 $69,850.00 $69,850.00 $83,276.10 $83,276.10 $40,000.00 $40,000.00 $43,200.00 $43,200.00 $91,691.01 $91,691.01 $84,750.00 $84,750.00 $10,835.00 $43,340.00 $12,494.75 $49,979.00 $20,000.00 $80,000.00 $10,260.00 $41,040.00 $13,826.91 $55,307.64 $10,476.00 $41,904.00 $7,700.00 $7,700.00 $15,375.50 $15,375.50 $20,000.00 $20,000.00 $12,312.00 $12,312.00 $18,480.05 $18,480.05 $9,500.00 $9,500.00 $4,180.00 $4,180.00 $5,491.25 $5,491.25 $3,210.00 $3,210.00 $4,514.40 $4,514.40 $4,446.87 $4,446.87 $4,500.00 $4,500.00 $19,833.00 $99,165.00 $5,347.50 $26,737.50 $2,920.00 $14,600.00 $4,320.00 $21,600.00 $3,773.33 $18,866.65 $4,256.00 $21,280.00 $5,527.50 $27,637.50 $7,302.50 $36,512.50 $5,500.00 $27,500.00 $6,048.00 $30,240.00 $6,322.88 $31,614.40 $5,930.00 $29,650.00 $2,090.00 $37,620.00 $2,185.00 $39,330.00 $2,170.00 $39,060.00 $2,160.00 $38,880.00 $2,614.66 $47,063.88 $2,185.00 $39,330.00 $138.60 $57,519.00 $201.00 $83,415.00 $180.00 $74,700.00 $155.52 $64,540.80 $168.53 $69,939.95 $136.00 $56,440.00 $60.00 $420.00 $1,320.00 $5,280.00 $1,725.00 $6,900.00 $1,080.00 $4,320.00 $1,188.00 $4,752.00 $1,369.56 $5,478.24 $1,450.00 $5,800.00 $3,252.70 $32,527.00 $2,800.25 $28,002.50 $2,830.00 $28,300.00 $2,538.00 $25,380.00 $2,638.86 $26,388.60 $3,390.00 $33,900.00 $4,950.00 $4,950.00 $3,202.75 $3,202.75 $2,910.00 $2,910.00 $2,592.00 $2,592.00 $2,574.62 $2,574.62 $5,490.00 $5,490.00 $1,320.00 $5,280.00 $1,460.50 $5,842.00 $970.00 $3,880.00 $972.00 $3,888.00 $1,349.97 $5,399.88 $1,425.00 $5,700.00 $2,101.00 $25,212.00 $1,926.25 $23,115.00 $1,760.00 $21,120.00 $1,512.00 $18,144.00 $1,693.36 $20,320.32 $2,197.00 $26,364.00 $1,650.00 $3,300.00 $1,259.25 $2,518.50 $890.00 $1,780.00 $918.00 $1,836.00 $809.52 $1,619.04 $1,750.00 $3,500.00 $1,771.00 $10,626.00 $1,282.25 $7,693.50 $1,120.00 $6,720.00 $1,080.00 $6,480.00 $974.88 $5,849.28 $1,840.00 $11,040.00 $8,250.00 $8,250.00 $7,029.95 $7,029.95 $7,360.00 $7,360.00 $10,800.00 $10,800.00 $11,954.36 $11,954.36 $9,000.00 $9,000.00 $440.00 $5,280.00 $269.10 $3,229.20 $250.00 $3,000.00 $540.00 $6,480.00 $352.62 $4,231.44 $490.00 $5,880.00 $1,413.50 $1,413.50 $3,000.00 $3,000.00 $2,000.00 $2,000.00 $810.00 $810.00 $1,010.81 $1,010.81 $2,500.00 $2,500.00 $2,084.50 $2,084.50 $4,200.00 $4,200.00 $5,000.00 $5,000.00 $1,620.00 $1,620.00 $1,440.42 $1,440.42 $24,500.00 $24,500.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $183,405.26 $183,405.26 $120,000.00 $120,000.00 $126,000.00 $126,000.00 $162,263.52 $162,263.52 $270,983.74 $270,983.74 $168,750.00 $168,750.00 $34,320.00 $34,320.00 $9,000.00 $9,000.00 $15,000.00 $15,000.00 $9,180.00 $9,180.00 $10,341.92 $10,341.92 $17,500.00 $17,500.00 $1,320.00 $34,320.00 $600.00 $15,600.00 $930.00 $24,180.00 $540.00 $14,040.00 $577.90 $15,025.40 $1,345.00 $34,970.00 $7,140.00 $1,456,560.00 $9,792.00 $1,997,568.00 $30.00 $6,120.00 $23.76 $4,847.04 $116.67 $23,800.68 $54.00 $11,016.00 $4,591,537.46 $5,049,012.25 $3,089,349.00 $99,603,771.07 $3,341,664.96 $6,876,369.50 $8,340.20 $8,340.20 $8,750.00 $8,750.00 $10,000.00 $10,000.00 $8,300.00 $8,300.00 $8,737.03 $8,737.03 $65,000.00 $65,000.00 Apparent Low Bidder 7 Apparent Low Bidder 8 Apparent Low Bidder 9 Apparent Low Bidder 10 Apparent Low Bidder 11 Apparent Low Bidder 12 D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 7 of 15 Qty Unit 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON CALCULATED BID AMOUNT SUBCONTRACTOR % AND AMOUNT SHOWN IN THE BID DID THE BIDDER MEET MAX 60% SUB CONTRACTOR (MIN 40% WORK BY PRIME CONTRACTOR) REQUIREMENT TOTAL BID AMOUNT INDICATED BY BIDDER SUBCONTRACTORS TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Apparent Low Bidder 9 Apparent Low Bidder 10 Apparent Low Bidder 11 Apparent Low Bidder 12 Green Giant Landscape, Inc.Monet Construction, Inc.C.S. Legacy Construction, Inc.Yakar Apparent Low Bidder 8 Access Pacific, Inc. Apparent Low Bidder 7 Environmental Construction, Inc. $4,591,537.46 $5,049,012.25 $3,089,349.00 $99,603,771.07 $3,341,664.96 $6,876,369.50 $3,017,253.20 $3,061,340.00 $3,089,349.00 $3,131,728.15 $3,341,666.40 $3,407,091.00 $1,574,284.26 $1,987,672.25 $0.00 $96,472,042.92 -$1.44 $3,469,278.50 33.42%$1,534,651.85 23.91%$1,207,458.70 9.71%$300,000.00 1.56%$1,551,593.85 47.16%$1,575,883.05 15.34%$1,054,559.00 Hardy Harper $55,800.00 G Team Landscape $75,873.85 Stewan Electric $40,000.00 Terra Pave $58,055.00 Sunbelt Flooring $4,500.00 EBS $360,267.00 Robertson Recreational $19,686.85 Plas-Tal Steel Construction $516,811.00 Tot Lot Pro's $80,000.00 Team West Contracting $151,277.00 V&E Tree Service $6,000.00 Whitman Electric $374,045.00 Evergreen Environment $76,000.00 Evergreen Environment $50,000.00 Robertson Recreational $110,000.00 Advanced Landscape $131,720.00 Robertson Industries $98,696.85 TWC Fence $163,000.00 Team West Contracting $151,277.00 Robertson Industries $98,696.85 On Point Land Survey $10,000.00 Plas-Tal Steel Construction $516,811.00 Superior Pvmt Markings $6,315.00 Onyx Paving $49,365.00 Plas-Tal Steel Construction $516,811.00 Team West Contracting $151,277.00 Onyx Paving $60,000.00 Robertson Recreational $106,278.85 Hardy Harper $55,800.00 Spectra Turf $107,882.00 Kaufman Plumbing $26,825.00 Oscalibur Plumbing $22,925.00 Cicero Engineering $100,000.00 Plas-Tal Steel Construction $516,811.00 Peterson Masonry $192,452.00 Primenet Data Systems $291,875.00 Patterson Company $192,452.00 Econo Fence $187,880.00 R&N Electric $374,000.00 Guirguis Electric $295,000.00 Tot Lot Pros $79,250.00 HD Fountain $121,800.00 Caseland Survey $35,700.00 Valencia Sheet Metal $30,437.00 R&M Electrical $413,091.50 Marina Landscape $141,401.70 TOTAL $1,534,651.85 TOTAL $1,207,458.70 TOTAL $300,000.00 TOTAL $1,551,593.85 TOTAL $1,575,883.05 TOTAL $1,054,559.00 D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 8 of 15 Qty Unit Mobilization 1 LS Earthwork, Removal & Grading, Removal of Existing Pavement, Concrete Improvements Including Grading for Proposed Restroom Building 1 LS 4" Thick Asphalt Concrete Pavement 450 TON BID ITEM UNIT CHANGED FROM SF TO TON (Addendum 4) 4" Thick Crushed Miscellaneous Base 450 TON Curb & Gutter (6")400 LF Curb (6")650 LF BID ITEM QUANTITY CHANGED FROM 5 TO 4 (Addendum 4) Curb Ramp with Detectable Warning Surface 4 EA PCC Concrete Sidewalk 945 SF Standard Alley Approach 680 SF 3' Wide Alley Gutter 230 SF 4" Dia. PVC SDR35 Drain Pipe 780 LF 6" Dia. PVC SDR35 Drain Pipe 160 LF 8" Dia. PVC SDR35 Drain Pipe 85 LF 12" Dia. PVC SDR35 Storm Drain Pipe 160 LF BID ITEM MODIFIED FROM 18” x 18” to 12” x 12” (Addendum 4) 18" x 18" 12" x 12" Brooks Drain Box with Solid Cover 1 EA 12" x 12" Brooks Drain Box with Traffic Grate 2 EA NDS900 Catch Basin with 9" Atrium Square Grate 36 EA NDS900 Catch Basin with 9" Steel Traffic Grate 9 EA Drain Inlet in Playground Area Per Landscape Plans 4 EA MC-3500 Stormtech Unit 1 EA 4" VCP Sewer Service 140 LF BID ITEM UNIT CHANGED FROM EA TO LF (Addendum 4) Sewer Cleanout Per APWA STD. 204-2 6 LF 1-1/2" Water Service with Gate Valve and Backflow Preventor 1 LS 1-1/2" PVC SDR35 Waste Line 45 LF Traffic Striping Signage, Stop Sign & Post, EV Sign & Post and Wheel Stops 1 LS Concrete Paving (4" Thick)3,291 SF Integral Color Paving (4" Thick)1,790 SF All Weather Surfacing 3,791 SF Rubber Play Surfacing 3,112 SF Decomposed Granite w/ Stabilizer 971 SF Landscape Stone 300 SF Landscape Boulder (18" X 12" X 12")3 EA Landscape Boulder (24" X 12" X 12")5 EA Landscape Boulder (36" X 18" X 18")4 EA Landscape Boulder (48" X 24" X 24")1 EA Concrete Curb (18" wide)102 LF Concrete Band (12" wide)90 LF Concrete Header (10" wide)94 LF 32 33 34 35 36 27 28 29 30 31 37 38 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION 10 11 6 7 8 9 12 13 14 15 16 17 18 1 2 3 4 5 19 20 21 22 23 24 25 26 Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price $330,000.00 $330,000.00 $340,000.00 $340,000.00 $234,080.00 $234,080.00 $196,641.66 $196,641.66 $50,000.00 $340,000.00 $175,000.00 $175,000.00 $255,000.00 $255,000.00 $271,040.00 $271,040.00 $138,253.28 $138,253.28 $25,000.00 $271,040.00 $118.00 $53,100.00 $95.00 $42,750.00 $104.00 $46,800.00 $108.14 $48,662.10 $50.00 $150.00 $31.00 $13,950.00 $32.00 $14,400.00 $32.00 $14,400.00 $39.85 $17,933.10 $26.35 $65.00 $40.00 $16,000.00 $35.00 $14,000.00 $40.00 $16,000.00 $42.41 $16,962.67 $28.00 $70.00 $13.00 $8,450.00 $27.00 $17,550.00 $30.00 $19,500.00 $30.70 $19,956.73 $11.00 $50.00 $2,400.00 $9,600.00 $4,400.00 $17,600.00 $2,016.00 $8,064.00 $3,424.83 $13,699.34 $1,500.00 $6,000.00 $13.00 $12,285.00 $22.00 $20,790.00 $13.00 $12,285.00 $11.70 $11,053.35 $5.00 $22.00 $20.00 $13,600.00 $27.00 $18,360.00 $17.00 $11,560.00 $16.15 $10,985.17 $8.00 $27.00 $18.00 $4,140.00 $12.00 $2,760.00 $11.00 $2,530.00 $17.41 $4,003.69 $10.50 $32.40 $50.00 $39,000.00 $22.00 $17,160.00 $45.00 $35,100.00 $40.68 $31,728.84 $15.00 $120.00 $50.00 $8,000.00 $25.00 $4,000.00 $90.00 $14,400.00 $52.69 $8,430.61 $17.00 $126.00 $55.00 $4,675.00 $40.00 $3,400.00 $101.00 $8,585.00 $62.89 $5,345.71 $20.00 $138.00 $110.00 $17,600.00 $50.00 $8,000.00 $123.00 $19,680.00 $86.02 $13,763.84 $47.96 $150.00 $1,100.00 $1,100.00 $1,300.00 $1,300.00 $448.00 $448.00 $1,428.89 $1,428.89 $250.00 $3,900.00 $750.00 $1,500.00 $1,200.00 $2,400.00 $426.00 $852.00 $1,271.08 $2,542.15 $250.00 $2,600.00 $750.00 $27,000.00 $330.00 $11,880.00 $336.00 $12,096.00 $340.65 $12,263.33 $75.00 $750.00 $650.00 $5,850.00 $400.00 $3,600.00 $560.00 $5,040.00 $516.89 $4,652.00 $120.00 $1,000.00 $450.00 $1,800.00 $290.00 $1,160.00 $784.00 $3,136.00 $754.88 $3,019.54 $115.00 $2,500.00 $65,000.00 $65,000.00 $70,000.00 $70,000.00 $100,800.00 $100,800.00 $61,161.08 $61,161.08 $6,500.00 $245,000.00 $100.00 $14,000.00 $110.00 $15,400.00 $168.00 $23,520.00 $105.58 $14,781.48 $54.00 $168.00 $900.00 $5,400.00 $1,200.00 $7,200.00 $672.00 $4,032.00 $870.52 $5,223.13 $55.00 $2,534.00 $11,500.00 $11,500.00 $3,200.00 $3,200.00 $11,200.00 $11,200.00 $9,983.61 $9,983.61 $2,500.00 $20,000.00 $75.00 $3,375.00 $20.00 $900.00 $101.00 $4,545.00 $55.87 $2,513.94 $15.00 $140.00 $7,000.00 $7,000.00 $5,000.00 $5,000.00 $8,960.00 $8,960.00 $13,925.07 $13,925.07 $5,000.00 $45,000.00 $13.00 $42,783.00 $20.00 $65,820.00 $13.00 $42,783.00 $2,041.52 $6,718,640.13 $6.88 $29,322.81 $20.00 $35,800.00 $30.00 $53,700.00 $20.00 $35,800.00 $16.35 $29,271.27 $8.50 $30.00 $19.00 $72,029.00 $18.00 $68,238.00 $15.00 $56,865.00 $18.91 $71,702.97 $15.00 $30.00 $19.00 $59,128.00 $25.00 $77,800.00 $15.00 $46,680.00 $19.74 $61,435.03 $15.00 $30.00 $4.00 $3,884.00 $5.00 $4,855.00 $4.50 $4,369.50 $4.98 $4,831.70 $2.50 $15.00 $3.00 $900.00 $18.00 $5,400.00 $4.00 $1,200.00 $11.18 $3,353.20 $3.00 $40.00 $315.00 $945.00 $125.00 $375.00 $82.00 $246.00 $171.89 $515.66 $60.00 $500.00 $385.00 $1,925.00 $160.00 $800.00 $109.00 $545.00 $232.87 $1,164.36 $75.00 $700.00 $550.00 $2,200.00 $215.00 $860.00 $207.00 $828.00 $350.52 $1,402.09 $85.00 $900.00 $700.00 $700.00 $650.00 $650.00 $600.00 $600.00 $660.64 $660.64 $250.00 $1,770.00 $70.00 $7,140.00 $92.00 $9,384.00 $31.00 $3,162.00 $55.38 $5,648.90 $20.00 $120.00 $80.00 $7,200.00 $89.00 $8,010.00 $33.00 $2,970.00 $47.86 $4,307.28 $25.00 $128.00 $150.00 $14,100.00 $85.00 $7,990.00 $31.00 $2,914.00 $48.73 $4,580.56 $20.00 $150.00 Apparent Low Bidder 13 Los Angeles Engineering, Inc.HIGHEST UNIT BID PRICE AVERAGE BID VALUES LOWEST UNIT BID PRICE Apparent Low Bidder 15 Byrom-Davey, Inc. Apparent Low Bidder 14 KASA Construction, Inc. D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 9 of 15 Qty Unit 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION Concrete Header (6" wide)1,412 LF Tube Steel Fence - 7' High 286 LF CMU Wall with Decorative Panel Fence - 7' High 83 EA Gateway 'A' Double Swing Gate, Brick Walls, and CMU Breeze Walls 1 LS Gateway 'B' Single Swing Gate and Brick Walls 1 LS Monument Sign 1 LS Additional CMU on existing wall 1 LS Precast Park Bench without Backrest 10 E Precast Concrete Picnic Tables and Benches 4 EA Trash and Recycle Receptacles 11 EA ADA Drinking Fountain with Bottle Filler 1 EA Bicycle Rack 3 EA Precast Concrete Bench P1.0 Custom 6' R: 18" x 72" x 18" HT (34 total)1 LS Precast Concrete Bench P1.1 Custom 12' R: 18" x 72"" x 18" HT (11 total)1 LS "Precast Concrete Bench P1.2 Custom 43' R: 18" x 72"" x 18" HT (16 total)1 LS Poured-in-Place Concrete Planter 'A' Custom Elliptical Planter 14'-8" x 26'-0"" w/10"" HT Bench and 12" Curb 1 LS Poured-in-Place Concrete Planter 'B' Custom Elliptical Planter 9'-7" x 17'-0" w/18" HT Bench and 12" Curb 1 LS Custom Water Feature 1 LS BID ITEM CHANGED TO “INSTALL CITY PROVIDED PLAYGROUND EQUIPMENT” (Addendum 4) Playground Equipment, Installation, Freight and Taxes Install City Provided Playground Equipment (City will have the Playground Equipment delivered to the site. The selected contractor shall unload the City provided Playground Equipment. City staff and Contractor shall verify the equipment delivered to the site, after which the contractor will be responsible for the equipment.) 1 LS BID ITEM DESCRIPTION CLARIFIED (Freight and Taxes are part of the bid cost. Bid prices for all items are assumed to include all cost associated with furnishing and installing the item) (Addendum 4) Fitness Equipment and Installation, Freight and Taxes 1 LS Soil Preparation and Fine Grading 1 LS Weed Abatement 1 LS Tree - 36" box 12 EA Tree - 24" box 18 EA Shrub - 15 gal 13 EA Shrub - 5 gal 205 EA Shrub - 1 gal 736 EA Turf - Sod 3,383 SF Install Wood Mulch - 3" depth (6,885 SF)61 CY Linear Root Barrier 280 LF Ninety (90) Day Maintenance 1 LS Irrigation 1 LS Shade Structure - Cantilever (3 Panel: 10' x 15' x 10'- 6" HT)1 LS Shade Structure - Cantilever (5 Panel: 10' x 25' x 10'- 6" HT)1 LS 65 66 57 58 59 60 61 72 67 68 69 70 71 56 47 48 49 50 51 62 63 64 42 43 44 45 46 39 40 41 52 53 54 55 Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Apparent Low Bidder 13 Los Angeles Engineering, Inc.HIGHEST UNIT BID PRICE AVERAGE BID VALUES LOWEST UNIT BID PRICE Apparent Low Bidder 15 Byrom-Davey, Inc. Apparent Low Bidder 14 KASA Construction, Inc. $25.00 $35,300.00 $23.00 $32,476.00 $28.00 $39,536.00 $24.96 $35,243.52 $12.00 $48.00 $230.00 $65,780.00 $235.00 $67,210.00 $207.00 $59,202.00 $258.52 $73,935.39 $200.00 $386.10 $1,500.00 $124,500.00 $1,700.00 $141,100.00 $1,322.00 $109,726.00 $1,325.14 $109,986.90 $400.00 $2,000.00 $35,000.00 $35,000.00 $36,000.00 $36,000.00 $69,440.00 $69,440.00 $42,036.09 $42,036.09 $5,000.00 $82,000.00 $27,000.00 $27,000.00 $16,000.00 $16,000.00 $33,600.00 $33,600.00 $23,795.31 $23,795.31 $8,850.00 $40,000.00 $30,000.00 $30,000.00 $10,000.00 $10,000.00 $20,160.00 $20,160.00 $20,035.64 $20,035.64 $6,350.00 $45,000.00 $11,000.00 $11,000.00 $7,800.00 $7,800.00 $33,600.00 $33,600.00 $16,165.39 $16,165.39 $2,200.00 $53,000.00 $2,700.00 $27,000.00 $2,700.00 $27,000.00 $2,240.00 $22,400.00 $4,091.23 $40,912.28 $2,240.00 $22,500.00 $6,000.00 $24,000.00 $6,100.00 $24,400.00 $2,800.00 $11,200.00 $6,773.75 $27,094.99 $2,800.00 $20,600.00 $1,600.00 $17,600.00 $1,560.00 $17,160.00 $896.00 $9,856.00 $1,772.19 $19,494.08 $896.00 $2,500.00 $6,700.00 $6,700.00 $10,500.00 $10,500.00 $10,080.00 $10,080.00 $10,295.03 $10,295.03 $5,500.00 $28,000.00 $1,000.00 $3,000.00 $1,100.00 $3,300.00 $784.00 $2,352.00 $1,180.33 $3,541.00 $604.02 $2,600.00 $126,000.00 $126,000.00 $125,000.00 $125,000.00 $67,200.00 $67,200.00 $102,228.94 $102,228.94 $60,000.00 $134,500.00 $48,000.00 $48,000.00 $50,000.00 $50,000.00 $31,360.00 $31,360.00 $39,820.98 $39,820.98 $20,000.00 $58,800.00 $65,000.00 $65,000.00 $70,000.00 $70,000.00 $33,600.00 $33,600.00 $53,145.53 $53,145.53 $23,500.00 $78,100.00 $40,000.00 $40,000.00 $57,000.00 $57,000.00 $49,280.00 $49,280.00 $31,898.27 $31,898.27 $7,230.00 $92,000.00 $25,000.00 $25,000.00 $48,000.00 $48,000.00 $31,360.00 $31,360.00 $26,736.94 $26,736.94 $5,170.00 $95,000.00 $210,000.00 $210,000.00 $215,000.00 $215,000.00 $336,000.00 $336,000.00 $104,235.42 $104,235.42 $9,100.00 $336,000.00 $76,000.00 $76,000.00 $55,000.00 $55,000.00 $78,400.00 $78,400.00 $73,734.91 $73,734.91 $34,000.00 $142,560.00 $10,000.00 $10,000.00 $4,000.00 $4,000.00 $52,320.00 $52,320.00 $17,712.09 $17,712.09 $3,564.00 $55,000.00 $10,000.00 $10,000.00 $8,000.00 $8,000.00 $9,483.00 $9,483.00 $8,773.33 $8,773.33 $2,500.00 $13,500.00 $500.00 $500.00 $1,600.00 $1,600.00 $709.00 $709.00 $2,066.53 $2,066.53 $500.00 $4,950.00 $1,800.00 $21,600.00 $915.00 $10,980.00 $872.00 $10,464.00 $950.65 $11,407.78 $600.00 $1,800.00 $400.00 $7,200.00 $325.00 $5,850.00 $480.00 $8,640.00 $450.29 $8,105.27 $325.00 $665.00 $230.00 $2,990.00 $90.00 $1,170.00 $76.00 $988.00 $130.28 $1,693.64 $65.00 $284.54 $28.00 $5,740.00 $22.00 $4,510.00 $33.00 $6,765.00 $32.98 $6,761.17 $22.00 $53.00 $11.00 $8,096.00 $12.00 $8,832.00 $13.00 $9,568.00 $13.44 $9,891.84 $10.00 $18.00 $1.00 $3,383.00 $2.50 $8,457.50 $1.00 $3,383.00 $1.59 $5,374.46 $1.00 $3.50 $100.00 $6,100.00 $75.00 $4,575.00 $82.00 $5,002.00 $87.24 $5,321.80 $40.00 $150.00 $16.00 $4,480.00 $9.00 $2,520.00 $10.00 $2,800.00 $13.91 $3,895.73 $5.53 $30.00 $5,000.00 $5,000.00 $5,500.00 $5,500.00 $3,815.00 $3,815.00 $5,313.21 $5,313.21 $2,000.00 $10,800.00 $75,000.00 $75,000.00 $150,000.00 $150,000.00 $92,650.00 $92,650.00 $83,956.82 $83,956.82 $47,000.00 $150,000.00 $61,000.00 $61,000.00 $56,000.00 $56,000.00 $58,860.00 $58,860.00 $53,766.11 $53,766.11 $6,500.00 $80,000.00 $90,000.00 $90,000.00 $83,000.00 $83,000.00 $87,200.00 $87,200.00 $85,777.12 $85,777.12 $35,000.00 $120,000.00 D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 10 of 15 Qty Unit 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION Shade Structure - Cantilever (9 Panel: 10' x 45' x 10'- 6" HT)1 LS Shade Structure - Fan Shape (16’ x 49’- 6” outside radius x 11’ ht.)1 LS Underground Electrical 1 LS Electric Vehicle Charger 4 EA Service and Controls 1 LS Fixture 'S1' with Pole & Footing 1 EA Fixture 'S2' with Pole & Footing 5 EA Fixture 'S3' with shared Pole & Footing 5 EA Fixture 'S4'18 EA BID ITEM CHANGED FROM ”Fixture ‘S5” TO “LED Light Strip” AND QUANTITY CHANGED AS INDICATED (Addendum 4) Fixture 'S5' LED Light Strip 415 LF BID ITEM DELETED (Addendum 4) Fixture 'S6' DELETED 7 EA Fixture 'S7'LED Light Strip”4 EA Fixture 'S8'10 EA Fixture 'S9'1 EA Fixture 'S10'4 EA Fixture 'S11'12 EA Fixture 'F1'2 EA Fixture 'F2'6 EA Lighting Control Panel 1 EA Weatherproof Receptacle Outlet 12 EA Bond Act Sign (Project Construction Sign during constriction, to be installed on plywood. Sign Size 48” x 48”)1 EA Bond Act Sign (Permanent Bronze Sign Plaque after Construction is completed to be installed on the wall at Park Entrance. Sign Size 12” x 12”) 1 LS This is a City established Allowance for art work not included in the project scope of work. If such work is required by the City, City may use this allowance amount at City's sole discretion. (BIDDERS SHALL INCLUDE THIS AMOUNT IN THE TOTAL BID AMOUNT SHOWN AT THE END OF THE BID SCHEDULE) 1 LS BID ITEM ADDED (Addendum 4) Restroom Building, with all the structural, plumbing, electrical, lighting, signage and furnishing components. 1 LS BID ITEM ADDED (Addendum 4) 1" Water Service with Gate Valve and Backflow Preventor for Water Feature 1 LS BID ITEM ADDED (Addendum 4) Fixture 'S5' Power Supply (This bid item is related to Bid Item “82. LED Light Strip” 26 EA BID ITEM ADDED (Addendum 4) 3’ x 68’ Detectable Warning Surface 204 LF Walking Path: Provide custom color painting (1 color).1 LS 82 83 84 85 86 77 78 97 98 81 99 92 93 94 95 96 87 88 89 90 91 79 80 73 74 75 76 BID RANKING TOTAL BID AMOUNT Additive Bid Item A.2 Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Apparent Low Bidder 13 Los Angeles Engineering, Inc.HIGHEST UNIT BID PRICE AVERAGE BID VALUES LOWEST UNIT BID PRICE Apparent Low Bidder 15 Byrom-Davey, Inc. Apparent Low Bidder 14 KASA Construction, Inc. $160,000.00 $160,000.00 $150,000.00 $150,000.00 $155,870.00 $155,870.00 $147,482.88 $147,482.88 $60,000.00 $205,000.00 $275,000.00 $275,000.00 $308,000.00 $308,000.00 $262,690.00 $262,690.00 $250,028.55 $250,028.55 $100,000.00 $360,000.00 $74,000.00 $74,000.00 $140,000.00 $140,000.00 $122,686.00 $122,686.00 $89,086.21 $89,086.21 $12,500.00 $288,700.00 $11,000.00 $44,000.00 $330.00 $1,320.00 $12,557.00 $50,228.00 $10,578.64 $42,314.58 $330.00 $20,000.00 $8,000.00 $8,000.00 $20,000.00 $20,000.00 $68,521.00 $68,521.00 $15,779.24 $15,779.24 $5,000.00 $68,521.00 $4,200.00 $4,200.00 $3,500.00 $3,500.00 $5,343.00 $5,343.00 $5,945.70 $5,945.70 $3,100.00 $26,000.00 $4,000.00 $20,000.00 $2,500.00 $12,500.00 $4,412.00 $22,060.00 $5,374.79 $26,873.94 $2,160.00 $19,833.00 $5,500.00 $27,500.00 $4,200.00 $21,000.00 $7,175.00 $35,875.00 $5,967.06 $29,835.29 $3,000.00 $9,500.00 $2,200.00 $39,600.00 $1,500.00 $27,000.00 $2,005.00 $36,090.00 $2,203.98 $39,671.59 $1,400.00 $4,000.00 $140.00 $58,100.00 $150.00 $62,250.00 $181.00 $75,115.00 $135.66 $56,297.52 $9.20 $201.00 $1,300.00 $5,200.00 $2,800.00 $11,200.00 $1,197.00 $4,788.00 $1,928.64 $7,714.55 $800.00 $6,000.00 $3,400.00 $34,000.00 $1,800.00 $18,000.00 $2,294.00 $22,940.00 $2,244.79 $22,447.87 $55.00 $3,400.00 $5,100.00 $5,100.00 $3,200.00 $3,200.00 $2,354.00 $2,354.00 $3,398.22 $3,398.22 $1,600.00 $5,490.00 $1,300.00 $5,200.00 $740.00 $2,960.00 $1,055.00 $4,220.00 $1,509.50 $6,037.99 $700.00 $4,400.00 $2,200.00 $26,400.00 $1,200.00 $14,400.00 $1,934.00 $23,208.00 $1,501.37 $18,016.49 $147.00 $2,200.00 $1,700.00 $3,400.00 $700.00 $1,400.00 $857.00 $1,714.00 $1,342.25 $2,684.50 $700.00 $2,900.00 $1,800.00 $10,800.00 $850.00 $5,100.00 $1,028.00 $6,168.00 $1,243.08 $7,458.45 $800.00 $1,900.00 $8,700.00 $8,700.00 $5,000.00 $5,000.00 $6,663.00 $6,663.00 $6,920.49 $6,920.49 $1,550.00 $11,954.36 $450.00 $5,400.00 $90.00 $1,080.00 $255.00 $3,060.00 $281.11 $3,373.38 $35.00 $540.00 $1,000.00 $1,000.00 $1,250.00 $1,250.00 $1,008.00 $1,008.00 $1,522.82 $1,522.82 $750.00 $3,000.00 $2,400.00 $2,400.00 $2,500.00 $2,500.00 $1,568.00 $1,568.00 $4,170.19 $4,170.19 $1,440.42 $24,500.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $243,000.00 $243,000.00 $180,000.00 $180,000.00 $323,680.00 $323,680.00 $176,155.03 $176,155.03 $92,000.00 $323,680.00 $4,300.00 $4,300.00 $3,300.00 $3,300.00 $32,000.00 $32,000.00 $12,662.79 $12,662.79 $3,300.00 $34,320.00 $1,300.00 $33,800.00 $250.00 $6,500.00 $969.00 $25,194.00 $747.46 $19,433.96 $175.00 $1,345.00 $30.00 $6,120.00 $48.00 $9,792.00 $50.00 $10,200.00 $1,169.56 $238,590.65 $23.76 $9,792.00 $3,540,848.00 $3,610,884.50 $3,821,857.50 $10,800.00 $10,800.00 $9,900.00 $9,900.00 $22,400.00 $22,400.00 $17,574.48 $17,574.48 $8,000.00 $65,000.00 Apparent Low Bidder 13 Apparent Low Bidder 14 Apparent Low Bidder 15 D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 11 of 15 Qty Unit 1. BID TABULATION PROJECT NAME: PRIMROSE PARK PROJECT CITY PROJECT ID: P-21-01 Bid Item and Description BID TABULATION IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON CALCULATED BID AMOUNT SUBCONTRACTOR % AND AMOUNT SHOWN IN THE BID DID THE BIDDER MEET MAX 60% SUB CONTRACTOR (MIN 40% WORK BY PRIME CONTRACTOR) REQUIREMENT TOTAL BID AMOUNT INDICATED BY BIDDER SUBCONTRACTORS TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Apparent Low Bidder 13 Los Angeles Engineering, Inc.HIGHEST UNIT BID PRICE AVERAGE BID VALUES LOWEST UNIT BID PRICE Apparent Low Bidder 15 Byrom-Davey, Inc. Apparent Low Bidder 14 KASA Construction, Inc. $3,540,848.00 $3,610,884.50 $3,821,857.50 $3,540,848.00 $3,610,884.50 $3,821,727.50 $0.00 $0.00 $130.00 46.86%$1,659,383.85 43.85%$1,583,483.00 51.18%$1,956,150.00 Ramirez Masonry $163,000.00 Jaynes Brothers $53,301.00 Valencia Sheet Metal $30,437.00 Teamwest Contracting $151,277.00 Venrs Plumbing $29,200.00 Quality Rebar $46,270.00 Robertson Recrational $68,696.85 Plas-Tal Steel Construction $516,811.00 Robertson Industries $98,696.00 Tot Lot Pros $79,250.00 Martinez Concrete $214,000.00 Masonry by Darin $81,453.00 Plas-Tal Steel Construction $516,811.00 Team West Contracting $73,340.00 Guida Surveying $33,750.00 Kaufman Plumbing $26,825.00 Onyx Paving $49,365.00 Team West Contracting $151,277.00 Amber Steel $34,874.00 Robertson industries $96,296.00 V&E Tree Service $6,000.00 Onyx Paving $49,365.00 California Waters $195,170.00 Whitson Contracting $7,750.00 California Waters $195,190.00 PEC Electric $356,000.00 Tot Lot Pros $79,250.00 Whitman Electric $374,095.00 Plas-Tal Steel Construction $516,811.00 Marina Landscape $141,401.00 California Commercial Pools $300,000.00 Terra Pave $58,055.00 La Habra Fire Prot. Plumbing $50,000.00 FEC Electric $355,000.00 TOTAL $1,659,383.85 TOTAL $1,583,483.00 TOTAL $1,956,150.00 D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021BID TABULATION 12 of 15 APPARENT LOW BID AMOUNT:$2,470,087.50 REVIEW RESULT BY DATE YES CITY CLERK 1/25/21 YES CITY CLERK 1/25/21 YES OD 1/25/21 YES OD 1/25/21 $186,911.85 OD 1/25/21 40.00%OD 1/25/21 92.43%OD 1/25/21 YES OD 1/25/21 60.00%OD 1/25/21 7.57%OD 1/25/21 YES OD 1/25/21 PRIME CONTRACTOR LICENSE STATUS: CEM Construction Corp.951234, CURRENT AND ACTIVE OD 1/25/21 PRIME CONTRACTOR DIR REGISTRATION STATUS: CEM Construction Corp.1000000805, ACTIVE OD 1/25/21 SUB CONTRACTOR LICENSE STATUS: Hardy Harper 215952, CURRENT AND ACTIVE OD 1/25/21 SUB CONTRACTOR DIR REGISTRATION STATUS: Hardy Harper 1000000076, ACTIVE OD 1/25/21 SUB CONTRACTOR LICENSE STATUS: Superior Pvmt Markings 776306, CURRENT AND ACTIVE OD 1/25/21 SUB CONTRACTOR DIR REGISTRATION STATUS: Superior Pvmt Markings 1000001476, ACTIVE OD 1/25/21 SUB CONTRACTOR LICENSE STATUS: Robertson Recreational 667261, CURRENT AND ACTIVE OD 1/25/21 SUB CONTRACTOR DIR REGISTRATION STATUS: Robertson Recreational 1000002700, ACTIVE OD 1/25/21 SUB CONTRACTOR LICENSE STATUS: On Point Land Survey 8133, CLEAR OD 1/25/21 SUB CONTRACTOR DIR REGISTRATION STATUS: On Point Land Survey 1000003100, ACTIVE OD 1/25/21 PRIME CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:CEM Construction Corp.NOT ON STATE DEBARMENT LIST OD 1/25/21 PRIME CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: CEM Construction Corp.NOT ON FEDERAL DEBARMENT LIST OD 1/25/21 SUB CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:Hardy Harper NOT ON STATE DEBARMENT LIST OD 1/25/21 SUB CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: Hardy Harper NOT ON FEDERAL DEBARMENT LIST OD 1/25/21 SUB CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:Superior Pvmt Markings NOT ON STATE DEBARMENT LIST OD 1/25/21 SUB CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: Superior Pvmt Markings NOT ON FEDERAL DEBARMENT LIST OD 1/25/21 SUB CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:Robertson Recreational NOT ON STATE DEBARMENT LIST OD 1/25/21 SUB CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: Robertson Recreational NOT ON FEDERAL DEBARMENT LIST OD 1/25/21 SUB CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:On Point Land Survey NOT ON STATE DEBARMENT LIST OD 1/25/21 SUB CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: On Point Land Survey NOT ON FEDERAL DEBARMENT LIST OD 1/25/21 REFERENCE CHECK ACCEPTABLE: Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) SUB CONTRACTOR % CALCULATED PER BID SUBMITTAL (THIS % MUST BE EQUAL OR LESS THAN ABOVE %): BIDDER COMPLIES WITH MAX. SUB CONTRACTOR % REQUIREMENT: See Reference Check Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from SAM Web Page attached (https://www.sam.gov/SAM/) Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from SAM Web Page attached (https://www.sam.gov/SAM/) Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from SAM Web Page attached (https://www.sam.gov/SAM/) Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from DCA Web Page attached (http://https://search.dca.ca.gov/) Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) SUBCONTRACTOR AMOUNT: MIN PRIME CONTRACTOR % REQUIREMENT FOR WORK PER SPECIFICATIONS: REMARKS Print-out from SAM Web Page attached (https://www.sam.gov/SAM/) Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from SAM Web Page attached (https://www.sam.gov/SAM/) 2. REVIEW OF APPARENT LOW BID CEM Construction Corp. PRIME CONTRACTOR % CALCULATED PER BID SUBMITTAL (THIS % MUST BE EQUAL OR MORE THAN ABOVE %): BIDDER COMPLIES WITH MIN PRIME CONTRACTOR % REQUIREMENT: MAX ALLOWABLE SUBCONTRACTOR PERCENT PER SPECIFICATIONS: APPARENT LOW BID SUBMITTED BY: ITEM REVIEWED/CHECKED BID STAMPED AS RECEIVED PRIOR BID TIME: BID BOND IN PROPER AMOUNT: ADDENDA ACKNOWLEDGEMENT: TOTAL BID PRICES CALCULATED CORRECTLY: D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021REVIEW OF APPARENT LOW BID 13 of 15 REFERENCE PROJECT OWNER AND REFERENCE NAME TELAMOUNTDATE COMPLETEDDID THE CONTRACTOR DO QUALITY WORKDID THE CONTRACTOR STAY ON SCHEDULEDID THE CONTRACTOR ASK FOR UNNECESSARY CHANGE ORDERSDID THE CONTRACTOR FILE CLAIMS AGAINST YOUWILL YOU HIRE THE CONTRACTOR AGAINREMARKS Center Park Improvement Project - 40’ octagonal shade structures, grading, install new sod, bio swales, new playground, concrete footing, pad and sidewalks, repair existing playground, install rubber track with mow curb, install rubber pads in playground, remodel existing restrooms, install solar panels, install 18 field light poles, install security cameras, install water fountains, install trash bins, benches, tables, barbecue and ash bins, install exercise equipment, new irrigation system for entire park. City of Inglewood - Boytrese Osias 310-412-5333 $1,597,584.18 Apr-18 YES YES NO NO YES "Very reliable contractor, did great work, no unnecessary change orders" OD 2/1/2021 Steep Canyon and Pantera Drive Park Trail - Develop new trail up mountain. Install over 300 wood steps, install ranch style wood fence along trail, install drain swale along trail and crossings at low points of trail, install shade structures, install ADA decomposed granite trail, install new walkway bridge. City of Diamond Bar - Jason Williams 909-839-7059 $481,495.75 May-17 YES YES NO NO YES "Contractor completed the contract satisfactorily"OD 2/1/2021 Phil and Nell Soto Park City of Pomona - Matt Pillarz 909-620-3652 $2,297,151.50 Mar-20 Called Matt Pillarz at 909-620- 3652 on 2/1/21, and left a VM for call back. OD 2/1/2021 2017 Sibrie Park Improvement Project - Demolition of various materials, clearing, grading, soccer wall system, play area equipment, rubberized surfacing, exercise equipment, site furnishings, concrete headers, decomposed granite walking trail, shade shelters, landscape planting, irrigation system modifications City of Compton - Marvin Hunt 909-620-3652 310-761-1448 $878,196.17 Jul-18 Called Marvin Hunt at 310-761- 1448, number is disconnected.OD 2/2/2021 Culver City Park to Playa-Ballona Creek Connection ADA Accessible Extension - ADA Improvements to existing paths from the Ballona Creek Overlook Gate along the outfield of the SE little league field to the existing Little League parking lot; improvements to ADA parking; new ADA ramps; replacement of handrails, guardrails, decking, joists, beams and fasteners from the upper parking lot to the lower parking lot City of Culver City - Mate Gaspar 310-253-5602 $714,160.00 Nov-18 CEM is an "excellent" Contractor. Message from Mate Gaspar to AA (Ahmad Ansari, is Principal at Transtech 2/3/2021 Zacatecas Park - Remove and replace deteriorated concrete, grinding and new asphalt, stripping, install new solar power lights in parking area, new foundation for power lights, fencing, repair irrigation lines. City of Azusa - Christina Curiel 626-812-5247 $76,150.00 May-16 Called on 2/2/21, and left a VM for call back.OD 2/2/2021 3. REFERENCE CHECK OF APPARENT LOW BIDDER REFERENCE CHECK FOR APPARENT LOW BIDDER CHECKED BYDATEAnswer "YES" if satisfied or "NO" if not satisfied REFERENCE DATA FOR APPARENT LOW BIDDER CEM Construction Corp. D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021REF CHECK 14 of 15 CEM Construction Corp. $2,470,087.50 4. LOWEST RESPONSIBLE BID LOWEST RESPONSIBLE BID SUBMITTED BY: IN THE AMOUNT OF: D:\Dropbox (Transtech Engineers)\JOBRECRD\2020\20224 TC PRIMROSE PARK PROJECT MANAGEMENT\WIP\38 BID ANALYSIS\0.BID ANALYSIS, TC, PRIMROSE PARK PROJECT P-21-01, 01-25-2021LOWEST RESPONSIBLE BID 15 of 15 / Data current as of 1/31/2021 2:52:50 PM Home | Online Services | License Details Contractor's License Detail for License # 951234 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. Business Information C E M CONSTRUCTION CORPORATION 1412 ESPANOL AVENUE MONTEBELLO, CA 90640 Business Phone Number:(562) 708-3586 Entity Corporation Issue Date 08/16/2010 Expire Date 08/31/2022 License Status This license is current and active. All information below should be reviewed. Classifications Bonding Information Contractor's Bond This license filed a Contractor's Bond with SURETEC INSURANCE COMPANY. Bond Number: 209109 Bond Amount: $15,000 Eective Date: 07/01/2020 Contractor's Bond History Bond of Qualifying Individual The qualifying individual JESUS EDUARDO CARRILLO certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. Eective Date: 10/20/2020 BQI's Bond History Workers' Compensation This license has workers compensation insurance with the INSURANCE COMPANY OF THE WEST Policy Number:WSD505815600 Eective Date: 11/21/2020 Expire Date: 11/21/2021 Workers' Compensation History CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure click on link that will appear below for more information. Click here for a definition of disclosable actions.  Only construction related civil judgments reported to CSLB are disclosed (B&P 7071.17). Arbitrations are not listed unless the contractor fails to comply with the terms. Due to workload, there may be relevant information that has not yet been entered into the board's license database. B - GENERAL BUILDING CONTRACTOR A - GENERAL ENGINEERING CONTRACTOR C-8 - CONCRETE C21 - BUILDING MOVING, DEMOLITION C12 - EARTHWORK AND PAVING C27 - LANDSCAPING / Copyright © 2021 State of California Back to Top Conditions of Use Privacy Policy Accessibility Accessibility Certification 1/31/2021 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 1/2 Contractor Information Legal Entity Name CEM CONSTRUCTION CORPORATION Legal Entity Type Corporation Status Active Registration Number 1000000805 Registration effective date 7/1/2020 Registration expiration date 6/30/2021 Mailing Address 8207 BROOKGREEN RD  DOWNEY 90240 CA Uni… Physical Address 8207 BROOKGREEN RD  DOWNEY 90240 CA Uni… Email Address Trade Name/DBA CEM CONSTRUCTION CORPORATION License Number(s) CSLB:951234 CSLB:951234 Registration History Legal Entity Information Corporation Number: C3256171 Federal Employment Identification Number: President Name: JESUS EDUARDO CARRILLO Vice President Name: EMIGDIO CARRILLO JR Treasurer Name: JESUS E CARRILLO Secretary Name: EMIGDIO CARRILLO JR CEO Name: JESUS EDUARDO CARRILLO Agent of Service Name: JESUS EDUARDO CARRILLO Agent of Service Mailing Address: 8207 BROOKGREEN RD  DOWNEY 90240 CA United States of America Workers Compensation Effective Date   Expiration Date 6/15/2018 6/30/2019 6/7/2017 6/30/2018 6/1/2016 6/30/2017 6/1/2015 6/30/2016 8/11/2014 6/30/2015 7/1/2019 6/30/2020 7/1/2020 6/30/2021 1/31/2021 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 2/2 p Do you lease employees through Professional Employer Organization (PEO)?: No Please provide your current workers compensation insurance information below: PEO Information PEO Name PEO Phone PEO Email Insured by Carrier Policy Holder Name:CEM CONSTRUCTION CORPORATIONInsurance Carrier:Falls lake Policy Number:WCC 040001 BInception date:11/20/2013Expiration Date:4/14/2021 / Data current as of 1/31/2021 2:53:36 PM Home | Online Services | License Details Contractor's License Detail for License # 215952 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. Business Information HARDY & HARPER INC 32 RANCHO CIRCLE LAKE FOREST, CA 92630 Business Phone Number:(714) 444-1851 Entity Corporation Issue Date 03/13/1963 Expire Date 12/31/2021 License Status This license is current and active. All information below should be reviewed. Classifications Bonding Information Contractor's Bond This license filed a Contractor's Bond with FIDELITY AND DEPOSIT COMPANY OF MARYLAND. Bond Number: 7657697 Bond Amount: $15,000 Eective Date: 09/27/2018 Contractor's Bond History Bond of Qualifying Individual The qualifying individual DANIEL THOMAS MAAS certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. Eective Date: 05/28/2009 Workers' Compensation This license has workers compensation insurance with the FEDERAL INSURANCE COMPANY Policy Number:54310019 Eective Date: 10/01/2019 Expire Date: 10/01/2021 Workers' Compensation History Other CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure click on link that will appear below for more information. Click here for a definition of disclosable actions.  Only construction related civil judgments reported to CSLB are disclosed (B&P 7071.17). Arbitrations are not listed unless the contractor fails to comply with the terms. Due to workload, there may be relevant information that has not yet been entered into the board's license database. A - GENERAL ENGINEERING CONTRACTOR C-8 - CONCRETE C12 - EARTHWORK AND PAVING Personnel listed on this license (current or disassociated) are listed on other licenses. / Copyright © 2021 State of California Back to Top Conditions of Use Privacy Policy Accessibility Accessibility Certification / Data current as of 1/31/2021 2:54:46 PM Home | Online Services | License Details Contractor's License Detail for License # 776306 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. Business Information SUPERIOR PAVEMENT MARKINGS INC 5312 CYPRESS ST CYPRESS, CA 90630 Business Phone Number:(714) 995-9100 Entity Corporation Issue Date 03/17/2000 Reissue Date 08/13/2007 Expire Date 08/31/2021 License Status This license is current and active. All information below should be reviewed. Classifications Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: 100226797 Bond Amount: $15,000 Eective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual JOHN MATTHEW LUCAS certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. Eective Date: 07/11/2016 BQI's Bond History Workers' Compensation This license has workers compensation insurance with the CYPRESS INSURANCE COMPANY Policy Number:SUWC140655 Eective Date: 06/01/2020 Expire Date: 06/01/2021 Workers' Compensation History Miscellaneous Information CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure click on link that will appear below for more information. Click here for a definition of disclosable actions.  Only construction related civil judgments reported to CSLB are disclosed (B&P 7071.17). Arbitrations are not listed unless the contractor fails to comply with the terms. Due to workload, there may be relevant information that has not yet been entered into the board's license database. C32 - PARKING AND HIGHWAY IMPROVEMENT C31 - CONSTRUCTION ZONE TRAFFIC CONTROL C-61 / D38 - SAND AND WATER BLASTING 08/13/2007 - LICENSE REISSUED TO ANOTHER ENTITY / Copyright © 2021 State of California Other Personnel listed on this license (current or disassociated) are listed on other licenses. Back to Top Conditions of Use Privacy Policy Accessibility Accessibility Certification / Copyright © 2021 State of California Data current as of 1/31/2021 2:55:10 PM Home | Online Services | License Details Contractor's License Detail for License # 667261 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. Business Information ROBERTSON INDUSTRIES INC 2414 W 12TH ST SUITE 5 TEMPE, AZ 85281 Business Phone Number:(602) 707-6894 Entity Corporation Issue Date 03/17/1993 Expire Date 03/31/2021 License Status This license is current and active. All information below should be reviewed. Classifications C-61 / D12 - SYNTHETIC PRODUCTS Bonding Information Contractor's Bond This license filed a Contractor's Bond with TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. Bond Number: 105209757 Bond Amount: $15,000 Eective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual This license filed Bond of Qualifying Individual number 106005924 for PHILLIP MANZANAREZ in the amount of $12,500 with TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. Eective Date: 11/04/2013 Workers' Compensation This license has workers compensation insurance with the TRAVELERS CASUALTY AND SURETY COMPANY Policy Number:UB7J6020892014G Eective Date: 08/01/2020 Expire Date: 08/01/2021 Workers' Compensation History Other CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure click on link that will appear below for more information. Click here for a definition of disclosable actions.  Only construction related civil judgments reported to CSLB are disclosed (B&P 7071.17). Arbitrations are not listed unless the contractor fails to comply with the terms. Due to workload, there may be relevant information that has not yet been entered into the board's license database. Personnel listed on this license (current or disassociated) are listed on other licenses. Back to Top Conditions of Use Privacy Policy Accessibility Accessibility Certification dCa •�V SEARCH BOARD FOR PROFESSIONAL ENGINEERS, LAND SURVEYORS, AND GEOLOGISTS LICENSING DETAILS FOR: 8133 NAME: SMITH, ANTHONY D LICENSE TYPE: LAND SURVEYOR LICENSE STATUS: CLEAR 0 ADDRESS 412 WILBAR CIR REDLANDS CA 92374 SAN BERNARDINO COUNTY ISSUANCE DATE SEPTEMBER 8, 2006 EXPIRATION DATE DECEMBER 31, 2022 CURRENT DATE / TIME JANUARY 31, 2021 3:16:25 PM MAP 1/31/2021 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 1/2 Contractor Information Legal Entity Name HARDY & HARPER, INC. Legal Entity Type Corporation Status Active Registration Number 1000000076 Registration effective date 7/1/2020 Registration expiration date 6/30/2021 Mailing Address 32 Rancho Circle  Lake Forest 92630 CA United S… Physical Address 32 Rancho Circle  Lake Forest 92630 CA United S… Email Address Trade Name/DBA License Number(s) CSLB:215952 CSLB:215952 Registration History Legal Entity Information Corporation Number: C0443071 Federal Employment Identification Number: President Name: Daniel T Maas Vice President Name: STEVEN M KIRSCHNER Treasurer Name: Secretary Name: KRISTEN S PAULINO CEO Name: DANIEL T MAAS Agent of Service Name: DANIEL T MAAS Agent of Service Mailing Address: 32 Rancho Circle  Lake Forest 92630 CA United States of America Workers Compensation Effective Date   Expiration Date 6/15/2018 6/30/2019 5/9/2017 6/30/2018 6/8/2016 6/30/2017 6/19/2015 6/30/2016 7/2/2014 6/30/2015 7/1/2019 6/30/2020 7/1/2020 6/30/2021 1/31/2021 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 2/2 Do you lease employees through Professional Employer Organization (PEO)?: No Please provide your current workers compensation insurance information below: PEO Information PEO Name PEO Phone PEO Email Insured by Carrier Policy Holder Name:HARDY & HARPER, INC.Insurance Carrier: FEDERAL INSURANCE COMPANYPolicy Number:54310019Inception date:9/30/2019 Expiration Date:9/30/2020 1/31/2021 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 1/2 Contractor Information Legal Entity Name SUPERIOR PAVEMENT MARKINGS Legal Entity Type Corporation Status Active Registration Number 1000001476 Registration effective date 7/1/2019 Registration expiration date 6/30/2022 Mailing Address 5312 CYPRESS STREET  CYPRESS 90630 CA Unite… Physical Address 5312 CYPRESS STREET  CYPRESS 90630 CA Unite… Email Address Trade Name/DBA STREET STRIPING CONSTRUCTION ZONE TRAFFIC CONTROL PARKING & HIGHWAY IMPROVEMENT License Number(s) CSLB:776306 Registration History Legal Entity Information Corporation Number: C2868038 Federal Employment Identification Number: President Name: JOHN LUCAS Vice President Name: ROBERT GARCIA Treasurer Name: Secretary Name: CEO Name: DARREN VELTZ Agent of Service Name: SUPERIOR PAVEMENT MARKINGS Agent of Service Mailing Address: 5312 CYPRESS STREET  CYPRESS 90630 CA United States of America Workers Compensation Effective Date   Expiration Date 6/18/2018 6/30/2019 6/23/2017 6/30/2018 6/7/2016 6/30/2017 6/22/2015 6/30/2016 9/24/2014 6/30/2015 7/1/2019 6/30/2022 1/31/2021 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 2/2 Do you lease employees through Professional Employer Organization (PEO)?: No Please provide your current workers compensation insurance information below: PEO Information PEO Name PEO Phone PEO Email Insured by Carrier Policy Holder Name:SUPERIOR PAVEMENT MARKINGSInsurance Carrier: Cypress Insurance CompanyPolicy Number:SUWC033321Inception date:5/31/2019 Expiration Date:5/31/2020 1/31/2021 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 1/2 Contractor Information Legal Entity Name ROBERTSON INDUSTRIES, INC. Legal Entity Type Corporation Status Active Registration Number 1000002700 Registration effective date 7/1/2020 Registration expiration date 6/30/2021 Mailing Address 2414 W 12TH ST, # 5  TEMPE 85281 AZ United St… Physical Address 2414 W 12TH ST, # 5  TEMPE 85281 AZ United St… Email Address Trade Name/DBA License Number(s) CSLB:667261 CSLB:667261 Registration History Legal Entity Information Corporation Number: Federal Employment Identification Number: President Name: RICHARD HAWLEY Vice President Name: TOM WHITTIER Treasurer Name: Secretary Name: CEO Name: Agent of Service Name: C T CORPORATION SYSTEM Agent of Service Mailing Address: 818 SEVENTH ST STE 930  LOS ANGELES 90017 CA United States of America Workers Compensation Effective Date   Expiration Date 5/3/2018 6/30/2019 5/8/2017 6/30/2018 5/26/2016 6/30/2017 6/1/2015 6/30/2016 11/12/2014 6/30/2015 7/1/2019 6/30/2020 7/1/2020 6/30/2021 Do you lease employees through Professional No 1/31/2021 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 2/2 Employer Organization (PEO)?: Please provide your current workers compensation insurance information below: PEO Information PEO Name PEO Phone PEO Email Insured by Carrier Policy Holder Name:ROBERTSON INDUSTRIES, INC.Insurance Carrier: TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICAPolicy Number:9D900314 Inception date:7/31/2020Expiration Date:7/31/2021 1/31/2021 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 1/2 Contractor Information Legal Entity Name ON POINT LAND SURVEYING, INC. Legal Entity Type Corporation Status Active Registration Number 1000003100 Registration effective date 7/1/2019 Registration expiration date 6/30/2022 Mailing Address 1910 ORANGE TREE LANE SUITE 344  REDLANDS 92374 … Physical Address 1910 ORANGE TREE LANE SUITE 344  REDLANDS 92374 … Email Address Trade Name/DBA ON POINT LAND SURVEYING, INC. License Number(s) Surveyor:LS8133 Registration History Legal Entity Information Corporation Number: C3329133 Federal Employment Identification Number: President Name: ANTHONY SMITH Vice President Name: ANTHONY SMITH Treasurer Name: JANICE SMITH Secretary Name: JANICE SMITH CEO Name: Agent of Service Name: ANTHONY SMITH Agent of Service Mailing Address: 1910 ORANGE TREE LANE SUITE 344  REDLANDS 92374 CA United States of America Workers Compensation Effective Date Expiration Date 5/11/2018 6/30/2019 5/16/2017 6/30/2018 6/13/2016 6/30/2017 6/26/2015 6/30/2016 11/24/2014 6/30/2015 7/1/2019 6/30/2022 Do you lease employees No ATTACHMENT D 1/31/2021 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 2/2 through Professional Employer Organization (PEO)?: Please provide your current workers compensation insurance information below: PEO Information PEO Name PEO Phone PEO Email Insured by Carrier Policy Holder Name:ON POINT LAND SURVEYING, INC.Insurance Carrier: VALLEY FORGE INSURANCE COMPANYPolicy Number:WC612292424Inception date: 7/27/2015Expiration Date:7/27/2019 1/31/2021 Public Works https://www.dir.ca.gov/dlse/debar.html 1/6 DLSE Debarments The following is a list of contractors barred from bidding on, accepting, or performing any public works contracts, either as a contractor or subcontractor. Please refer to the “Period of Debarment” for status of debarment period as noted below: As part of your due diligence, we suggest that you also check: Contractor status at the Contractors State License Board (CSLB) The Federal debarment list at the Excluded Parties List System Name of contractor Period of debarment Avi Shechter, Individually DBA Avi Shechter CSLB Number: 908891 and 1018353 5/6/2019 through 5/5/2022 Decision LB 6328 Patrick Kim, Individually DBA Ritecon Plumbing CSLB Number: 991018 8/21/2018 through 8/20/2019 Decision LB 6762 Bighorn Construction, Inc. CSLB Number: 597866 5/5/2018 through 5/4/2021 Decision LB 6658 Doug Parks, Individually dba Doug Parks and Son Plumbing CSLB Number: 411825 10/11/2017 through 10/10/2019 Decision SC 5807 Worthington Construction, Inc.; Dale Worthington, an individual and CEO/RMO of Worthington Construction, Inc.; and, Holi Jeanne Worthington, an individual and Oicer of Worthington Construction CSLB Number: 714836 6/15/2018 through 9/16/2019 Decision LB 5267 RMV Construction, Inc., A California Corporation; and Robert Michael Vasil II a.k.a. Robert Michael Vasil a.k.a. Mike Vasil, an Individual and CEO/RMO President of RMV Construction, Inc. CSLB Number: 892389 4/1/2017 through 8/18/2018 Decision LB 5266 Gewargis Youkhanis Narso, an individual dba GEHVAC and Technologies, a sole proprietorship, And GEHVAC Co., a sole proprietorship CSLB Number: 899312 and 1013848 2/1/2017 through 1/31/2020 Decision 40-48480-516 Joseph Brothers Enterprise, Inc.; Ken Joseph Individually and as CEO CSLB Number: 849169 4/3/2018 through 10/3/2019 Decision SC 6390 State of CaliforniaDepartment ofIndustrial Relations 1/31/2021 Public Works https://www.dir.ca.gov/dlse/debar.html 2/6 Dave Cook Concrete Construction, Inc., and David William Cook 34231 Camino Capistrano #102 Capistrano Beach, CA 92624-1189 CSLB Number: 461897 3/1/2017 through 2/29/2020 Decision LB 6207 Bannaoun Engineers Constructors Corporation; Omar Maloof, An Individual P.O. Box 16599 Beverly Hills, CA 90209-2599 CSLB Number: 827829 05/12/17 through 05/11/20 Decision SC 5517 Evans Roofing Co., Inc. 2020 South Yale Street Santa Ana, CA 92706 CSLB Number: 610549 10/31/16 through 10/30/19 Decision LB 6270 Guillermo Ibaibarriaga dba Sierra Nevada Stucco and 2K Roofing Sierra Nevada Stucco P.O. Box 8472 Reno, NV 89502 CSLB Number: 915812 2K Roofing 820 Kuenzli Street Reno, NV 89502 CSLB Number: 954551 05/14/17 through 05/13/20 Decision SC 6037 Del Norte Construction, And Trinidad Manuel Canales, an Individual PO Box 5101 Oxnard, CA 93030 5020 Wooley Rd. Oxnard, CA 93030 CSLB Number: #945723 6/01/16 through 5/31/17 Decision LB 5533 Diversified Building & Electric Company, Inc. 409 Tennant Station Morgan Hill, CA 95037 Denis Andrew Maris, Individually and Doing Business as Diversified Electric Company CSLB Number: #765312 2/15/16 through 8/15/17 Decision SC 5714 Fast Demolition, Inc. 601-C East Palomar Street #123 Chula Vista, CA 91911 CSLB Number: #792729 Rogelio Medina Vazquez., an individual and in his capacity as Responsible Managing Oicer of FAST DEMOLITION, INC. 4/1/44 through 3/31/47 Decision LB5742 4/1/41 through 3/31/44 Decision LB5665 4/1/36 through 3/31/39 Decision LB5740 4/1/33 through 3/31/37 Decision LB5651 4/1/33 through 3/31/37 Decision LB5739 4/1/24 through 3/31/27 Decision LB5741 4/1/30 through 3/31/33 Decision LB5743 4/1/27 through 3/31/30 Decision LB5666 1/31/2021 Public Works https://www.dir.ca.gov/dlse/debar.html 3/6 4/1/21 through 3/31/24 Decision LB5667 4/1/18 through 3/31/21 Decision LB5668 4/01/15 through 3/31/18 Decision LB5345 Amerivet Plumbing, Inc.; Walter Edward Jacob Kuhlmann III, Individually And dba Amerivet Plumbing Services CSLB Number: #969048 and #919761 8/6/15 through 8/5/18 Decision SC 5756 Ultimate Inc., And, Enrique Vera, an Individual PO Box 571117 Tarzana, CA 91356-1117 CSLB Number: #949229 12/1/15 through 11/30/18 Decision LB 5655 & LBS659 Travioli Construction, Inc. PO Box 231 Visalia, CA 93274 CSLB Number: #936832 9/11/15 through 3/10/17 Decision SC 5800 Integrity Sheet Metal, Inc. 319 McArthur Way Upland, CA 91786 CSLB #726770 William Ben Hicks, an individual; Margaret Mary Hicks, an individual 2/01/15 through 1/31/18 Decision LB 5596 L A Builders, Inc., a California Corporation 15635 Saticoy Street, #H Van Nuys, CA 91406 CSLB #748591 Alon Gamliel, an individual 2/01/15 through 1/31/18 Decision LB5 171 USA Wall Systems, Inc. 8309 Sunshine Lane Riverside, CA 92508 CSLB #929610 Edward Eugene Brammer, an individual and in his capacity as President/CEO/RMO 4/01/15 through 3/31/18 Decision LB 5323 Daughter Construction formerly dba Hy Carpentry Construction 15407 Thornlake Avenue Norwalk, CA 90650 CSLB #979297 Sharon Jin Yoo, an individual; Dae Hyun Yoo, an individual and in his capacity as manager/supervisor for Sharon Jin Yoo and in his capacity as General Partner for HY Construction, a General Partnership. 4/01/15 through 3/31/18 Decision LB 5466, LB5467, LB5468 & LB5520 RDA Construction, Inc. 1692 W. Bullard Ave., Fresno, CA 93711 CSLB# 383306 12/15/14 through 12/14/16 Decision 40-40508-522 & 44-40509-522 Titan Electrical Construction, Inc. Lucas Oliver Stickney, an individual Jamie Noel Furr, an individual 630 Natoma Street San Francisco, CA 94103 CSLB# 919516 11/3/14 through 11/2/17 Decision SC 5539 1/31/2021 Public Works https://www.dir.ca.gov/dlse/debar.html 4/6 Ramos Painting Carlos Ray Ramos, an individual P.O. Box 3871 Paso Robles, CA 93447 CSLB# 753575 11/3/14 through 11/2/15 Decision SC 5518 Dick Emard Electric. dba Emard Electric Luke Richard Emard, an individual and RMO 5930 Key Court, Suite A Loomis, CA 95650 CSLB# 794007 11/3/14 thorough 11/2/17 Decision SC 5521 Nixon Electric Gordon Fulton Nixon, an individual 5624 Faust Ave. Woodland Hills, CA 91367 CSLB# 796802 8/1/14 through 7/31/17 Decision LB 4495 Neris General Contractors, a California Corporation Efren Neri, an individual Servando Neri, an individual Rebeca Neri, an individual Luis Abelardo Castro, an individual 6087 California Ave. Long Beach, CA 90805 CSLB# 797967 2/28/14 through 2/27/17 Decision LB 4511, LB4512 & LB4521 Southland Construction Reza Mohammedi, an individual 3943 Irvine Blvd., #405, Irvine, CA 92602 CSLB# 663784 (expired) 10/14/14 through 10/13/17 Decision SAC 5492 National Drywall Corporation, A Dissolved California Corporation 603 S. Milliken Avenue, Suite F Ontario, CA 91761 CSLB #834335 Miguel Contreras, an Individual and Responsible Managing Oicer/CEO/President Dora Maria Contreras, an Individual and Agent/Oicer of the Corporation 8/4/14 through 8/3/17 Decision SAC 5506 Tadros & Youssef Construction, Inc. Kamel Shaker Tadros & Makram Youssef Youssef, Individually 1221 E 8th Street, Unit A, Upland, CA 91786 CSLB# 698182 (expired) 5/10/14 through 5/9/17 Decision SAC 5308 Serenity Fire Protection 417 S. Associated Road, Brea, CA 92821 CSLB# 902927 5/1/14 through 4/30/17 Decision LB 4202 Don Kelly Construction , Inc. Don Kelly, Individual and Lisa Kelly, Individual 171 Northview Ridge Lane, P.O. Box 10760, Bozeman, MT 59719 3/25/14 through 3/24/17 Decision LB 4484 Aldan, Inc. P.O. Box 9428, Brea, CA 92822 CSLB #949229 2/28/14 through 2/27/17 Decision LB5175 Russell/Thompson, Inc. James Jean Russell & Valery Alena Thompson, Individually 4684 Oak Glen Dr., Redding, CA 96001 10/31/13 through 10/31/16 Decision SC 5309 1/31/2021 Public Works https://www.dir.ca.gov/dlse/debar.html 5/6 CSLB# 915036 (revoked) Ayodejia A. Ogundare, Individual Dba Pacific Engineering Company 6310 Stewart Way, Bakersfield, CA 93308 CLSB#710322 5/15/2013 through 5/15/2014 Decision SAC 1039 Wallcrete Industries, Inc.; Garit David Wallace and Amber Anderson, Individuals 400 Kansas, Redlands, CA 92373 CSLB#834220 7/29/12 through 7/28/15 Decision SAC 5175 FEI Enterprises, Inc Gabriel Fedida, Individual 5749 Venice Blvd., Los Angeles,  CA 90019 CSLB#659252 6/14/12 through 6/13/15 Decision SC 5198 Jerey Alan Mott and Michelle Mott, individuals Dda Integrity Landscape 3756 Independence Avenue Sanger, CA 93637 CSLB#774222 3/29/12 through 3/28/15 Decision SC 5160 Jensen Drywall & Stucco Jerey E. Jensen 3714 Lynda Place National City, CA 91950-8121 CSB # 664168 Exp. 2/18/11 (expired) 3/31/11 through 3/30/13 Decision SC 5095 All West Construction, Inc. Donald Kent Russell 495 N. Marks Ave. Fresno, CA 93706 CSB # 592321 Exp. 4/3/12 (suspended) 3/31/11 through 3/30/13 Decision se 5013 Country Builders, Inc. Weldon Oill, individually 5915 Graham Ct. Livermore, CA 94550 CSB # 699574 Exp. 11/30/12 (active) 3/1/11 through 2/28/14 Decision SC 5053 Addendum SC 5053 Sutter Foam & Coating, Inc. 909 A. George Washington Yuba City, CA 95993 CSB # 732014 Exp. 1/31/09 (inactive) David Alvin Trexler, an individual 909 A. George Washington Yuba City, CA 95993 Kenneth A. Trexler, an individual 2603 Lago Lane Marysville, CA 95901 7/1/10 through 6/30/13 Decision SAC 5012 Soo Dong Kim, an individual, dba Soo Kim Electric Company 16224 Ridgeview Lane La Mirada, CA 90638 CSB # 568103 Exp. 8/1/09 (inactive) Hyo Nam Jung, an individual, dba Lucid Electric 18621 Well Street Rowland Heights, CA 91748 CSB # 914692 Exp. 4/3/10 4/19/10 through 4/18/13 Decision SAC 1064 1/31/2021 Public Works https://www.dir.ca.gov/dlse/debar.html 6/6 Southwest Grading, dba Southwest Grading Services, Inc., 22031 Waite Street Wildomar, CA  92595 David Walter Cholewinski, an individual 22031 Waite Street Wildomar, A 92595 29970 Technology Drive, Ste. 205 Murrieta, CA  92563 CSB #840416  Exp. 6/30/10 3/18/10 through 3/17/13 Decision SAC 1058 S.J. Cimino Electric, Inc., a California corporation, 3267 Dutton Ave. Santa Rosa, CA 95404 Salvatore Joseph Cimino, RMO, CEO and President of S.J. Cimino Electric, Inc. and sole owner of S.J. Cimino Electric, an individual 5825 Heights Rd. Santa Rosa, CA 95401 CSB #343802 Exp. 2/28/10 CSB #294141 Exp. 9/30/13 (inactive) 10/15/09 through 10/14/12 Decision SAC 1052 Cedar Development Corporation Serghon Gabriel Afram, individually 12477 Feather Dr Mira Loma, CA 91752 CSB # 839898 Exp. 6/30/10 (suspended) 8/5/09 through 8/4/12 Decision SAC 1042 All Floors Commercial and Residential Flooring, Inc. Salvador Elias Perea, individually 750 E. McGlincy Lane, #103 Campbell, CA 95008 CSB #430969 Exp. 7/31/09 5/14/09 through 5/13/12 Decision SAC 1040 1-AMD Construction, Inc. Alberto Mordoki, individually Mirella Mordoki, individually 5300 Beach Blvd., Suite 110-416 Buena Park, CA 90621 CSB #787533, revoked 3/16/09 through 3/15/12 Decision SAC1037 August 2019 1/31/2021 Advanced Search - Exclusions | System for Award Management https://sam.gov/SAM/pages/public/searchRecords/advancedPIRSearch.jsf 1/1 IBM-P-20210128-1548 WWW5 Search Records Data Access Check Status About Help Disclaimers Accessibility Privacy Policy FAPIIS.gov GSA.gov/IAE GSA.gov USA.gov ALERT: SAM.gov will be down for scheduled maintenance Saturday, 02/13/2021 from 8:00 AM to 1:00 PM. Advanced Search - Exclusion Single Search Multiple Names All Name CEM CONSTRUCTION All Name HARDY HARPER All Name All Name ROBERTSON RECREATIONAL All Name ON POINT LAND SURVEY All Name Exclusion Status Active Selecting "All" displays both Active and Inactive Exclusions. You may only perform a search with the criteria contained in one accordion. SSN/TIN Search This is a U.S. General Services Administration Federal Government computer system that is "FOR OFFICIAL USE ONLY." This system is subject to monitoring. Individuals found performing unauthorized activities are subject to disciplinary action including criminal prosecution. SUPERIOR PAVEMENT MARKINGS Login.gov FAQs A NEW WAY TO SIGN IN - If you already have a SAM account, use your SAM email for login.gov.Log In View assistance for SAM.gov SAM Search Results List of records matching your search for : Classification: Individual, Firm, Special Entity Designation, Vessel Entity Name: cem construction, Entity Name: hardy harper, Entity Name: superior pavement markings, Entity Name: robertson recreational, Entity Name: on point land survey Functional Area: Performance Information Record Status: Active No Search Results January 31, 2021 6:42 PM https://www.sam.gov Page 1 of 1 1 1 1146714-01-04 ALT OPT: NOTES: $350,110.00 -$35,011.00 -Custom Play Odyssey Tower with Custom integrated, single-layer flower shade. -2-5 & 5-12 PlayBooster structures and play components. -Custom independent single-layer flower shade. (qty 4) -Wet-Stamped Engineering for all shade structures -Fitness Equipment: -Ab Crunch/Leg Lift, Cardio Stepper, -Chest/Back Press, Hand Cycler -Pullup/Dip Station, Tai Chi Wheels CMAS Contract Discount (10%) Custom Proshield Colors: -$1,615.00 per color(metal components only) FREIGHT IS ESTIMATED $350,110.00 -$35,011.00 0 0 Notes:This quote good until 30 days from date of this proposal: Proposal is for Equipment ONLY. Offloading, installation and surfacing are NOT included. FREIGHT IS ESTIMATED. We assume DIRECT BURY on all jobs unless otherwise advised by client. A 3% Service Fee will be added to the Total Amount with use of Credit Card. Freight: City of Temple City Bill To:(Please fill in as necessary) TBD Ship To:(Please fill in as necessary) CHECKS TO BE MADE OUT TO; LANDSCAPE STRUCTURES INC. SDS 12-0395 P.O. BOX 86 MINNEAPOLIS, MN 55486-0395 Net 30Terms: Project Title: Primrose Park LSI Temple City, CALocation: Acct Code: Date:2/23/2021 Subtotal Material: Installation: Sales Tax :$29,934.41 TOTAL: 0Total Weight: $15,000.00 $315,099.00 $360,033.41 Resale #: 20512Proposal No. NATE STUTZ ACCEPTED BY DATE RECWEST OUTDOOR PRODUCTS, INC. (818) 735-3838 REPRESENTATIVES OF LSI X Proposal SIGNATURE BELOW ACCEPTING THIS PROPOSAL WILL CONSTITUTE A PURCHASE ORDER ONLY UPON APPROVAL BY : CUSTOMER RECEIPT OF AN ORDER ACKNOWLEDGMENT CONSTITUTES SUCH APPROVAL. LANDSCAPE STRUCTURES INC. QTY ITEM NO.DESCRIPTION PRICE/UNIT EXTENDED AMTUnit Wt LBS. Wt 01.50% FINANCE CHARGE PER MONTH IMPOSED AFTER 30 DAYS OF INVOICE DATE PURCHASE ORDERS/CONTRACTS TO: LANDSCAPE STRUCTURES, INC. 601 7TH ST. SOUTH, DELANO, MN 55328 ATTACHMENT D 1 1 1146714-01-04 ALT OPT: NOTES: $412,600.00 -$41,260.00 -Custom Play Odyssey Tower with Custom integrated, two-layer flower shade. -2-5 & 5-12 PlayBooster structures and play components. -Custom independent two-layer flower shade. (qty 4) -Wet-Stamped Engineering for all shade structures -Fitness Equipment: -Ab Crunch/Leg Lift, Cardio Stepper, -Chest/Back Press, Hand Cycler -Pullup/Dip Station, Tai Chi Wheels CMAS Contract Discount (10%) Custom Proshield Colors: -$1,615.00 per color(metal components only) FREIGHT IS ESTIMATED $412,600.00 -$41,260.00 0 0 Notes:This quote good until 30 days from date of this proposal: Proposal is for Equipment ONLY. Offloading, installation and surfacing are NOT included. FREIGHT IS ESTIMATED. We assume DIRECT BURY on all jobs unless otherwise advised by client. A 3% Service Fee will be added to the Total Amount with use of Credit Card. Freight: City of Temple City Bill To:(Please fill in as necessary) TBD Ship To:(Please fill in as necessary) CHECKS TO BE MADE OUT TO; LANDSCAPE STRUCTURES INC. SDS 12-0395 P.O. BOX 86 MINNEAPOLIS, MN 55486-0395 Net 30Terms: Project Title: Primrose Park Playground Temple City, CALocation: Acct Code: Date:2/23/2021 Subtotal Material: Installation: Sales Tax :$35,277.30 TOTAL: 0Total Weight: $15,000.00 $371,340.00 $421,617.30 Resale #: 20518Proposal No. NATE STUTZ ACCEPTED BY DATE RECWEST OUTDOOR PRODUCTS, INC. (818) 735-3838 REPRESENTATIVES OF LSI X Proposal SIGNATURE BELOW ACCEPTING THIS PROPOSAL WILL CONSTITUTE A PURCHASE ORDER ONLY UPON APPROVAL BY : CUSTOMER RECEIPT OF AN ORDER ACKNOWLEDGMENT CONSTITUTES SUCH APPROVAL. LANDSCAPE STRUCTURES INC. QTY ITEM NO. DESCRIPTION PRICE/UNIT EXTENDED AMTUnit Wt LBS. Wt 01.50% FINANCE CHARGE PER MONTH IMPOSED AFTER 30 DAYS OF INVOICE DATE PURCHASE ORDERS/CONTRACTS TO: LANDSCAPE STRUCTURES, INC. 601 7TH ST. SOUTH, DELANO, MN 55328 1 CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT PROJECT PRIMROSE PARK PROJECT (Located at: 5928 Primrose Avenue, Temple City, CA 91780) CITY PROJECT ID: P-21-01 THIS AGREEMENT (“Agreement”) is made and entered into this ____ day of ______________________, by and between the CITY OF TEMPLE CITY, a Municipal Corporation located in the County of Los Angeles, State of California (“CITY”), and CEM CONSTRUCTION CORPORATION., [a corporation/partnership/limited liability company corporation, located at 1412 Espanol Avenue, Montebello, CA 90640 (“CONTRACTOR”), collectively referred to as the Parties. RECITALS A.CITY, by its Notice Inviting Bids, duly advertised for written bids to be submitted on or before January 25, 2021, for the following: PRIMROSE PARK PROJECT (Located at: 5928 Primrose Avenue, Temple City, CA 91780) CITY PROJECT ID: P-21-01 in the City of Temple City, California (“Project”). B.At approximately 2:15 PM on said date, on Public Zoom Meeting, the bids submitted for the Project were opened. C.At its regular meeting held on February 24, 2021, the City Council of CITY accepted the bid of CONTRACTOR for the Project as being the lowest responsive bid received and directed that a written contract be entered into with CONTRACTOR. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises and of the mutual covenants and agreements herein contained, the parties do hereby agree as follows: 1.CONTRACT DOCUMENTS. This Agreement consists of the following documents (“Contract Documents”), all of which are made a part of this Agreement: (a)Notice Inviting Bids (b)Instructions to Bidders (c)Bid Form ATTACHMENT E 2 (d) Bid Proposal and/or Contract Proposal, as accepted, including the Certificate of Bidders’ Experience and Qualifications and the List of Subcontractors (e) Information Required by Bidder (f) Notice of Award (g) Notice to Proceed (h) This Agreement (i) Verification of California Contractor’s License (j) Contractor’s Certificate Regarding Workers’ Compensation (k) Security for payment (labor and materials) (l) Security for performance (m) Certificate(s) of Insurance (n) General Conditions/Specifications (o) Special Provisions (p) Plans and Standard Drawings (q) Prevailing Wage Scales (r) Standard Specifications for Public Works Construction, including subsequent addenda and supplements (s) Change orders issued by the City and signed by the Contractor pertaining to the Contract after the Contract is awarded to Contractor (t) All addenda issued by the City with respect to the foregoing prior to the opening of bids, including, Addenda Nos. 1 thru 5. (u) Other documents (list here or delete) All other documents referenced include in the above listed documents In the event there is a conflict between the terms of the Contract Documents, the more specific or stringent provision shall govern. 3 2. SCOPE OF WORK. CONTRACTOR agrees to perform all work required for the Project and to fulfill all other obligations as set forth in the Contract Documents (“Work”). Except as specifically provided in the Contract Documents, CONTRACTOR must furnish all of the labor, materials, tools, equipment, services and transportation necessary to perform all of the Work. CONTRACTOR must perform all of the Work in strict accordance with the Contract Documents. 3. COMPENSATION & PAYMENT. CONTRACTOR hereby agrees to receive and accept the total amount of Two Million Four Hundred-Seventy Thousand Eight-Seven Dollars and Fifty Cents ($2,470,087.50), based upon those certain unit prices set forth in CONTRACTOR’s Bid Schedule, a copy of which is attached hereto as Exhibit “A” and incorporated herein by this reference, as full compensation for the Work. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the W ork during its progress or prior to its acceptance, including those for well and faithfully completing the W ork in the manner and time specified in the Contract Documents, and also including those arising form actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the W ork, suspension or discontinuance of the W ork, and all other unknowns or risks of any description connected with the W ork. CITY shall retain five percent (5%) of the compensation until the provisions of Section 14 herein have been met. CITY hereby agrees to pay CONTRACTOR at the time, in the manner, and upon the conditions set forth in the CONTRACT DOCUMENTS. 4. UNAUTHORIZED ALIENS . CONTRACTOR promises and agrees to comply with all of the provisions of State and Federal law with respect to the employment of unauthorized aliens, including without limitation the Federal Immigration and Nationality Act (8 USCA 1101, et seq.), as amended. Should CONTRACTOR employ one or more unauthorized aliens for the performance of the W ork, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens, CONTRACTOR hereby agrees to, and shall, reimburse CITY for the cost of all sanctions imposed, together with any and all costs, including attorney’s fees, incurred by the CITY in connection therewith. 5. REPRESENTATIONS AND WARRANTIES. CONTRACTOR hereby represents and warrants that: (a) It is not currently, and has not at any time within the past five (5) calendar years been, suspended, debarred, or excluded from participating in, bidding on, contracting for, or completing any project funded in whole or in part by program, grant or loan funded by the federal government or the State of California; and (b) CONTRACTOR currently has, and for the past five (5) calendar years has maintained in good standing, a valid California contractor’s license; and 4 (c) CONTRACTOR is registered with the Department of Industrial Relations to perform services on public works projects as required by Labor Code section 1725.5. CONTRACTOR agrees to complete and execute any statement or certificate to this effect as may be required by the City or by any federal or State of California program, loan or grant utilized on this Project. 6. TIME TO PERFORM THE WORK. CONTRACTOR shall commence the W ork on the date specified in the Notice to Proceed to be issued to CONTRACTOR by the Director of Public Works of CITY, and shall complete work on the Project within One Hundred-Twenty (120) working days after commencement. 7. NONDISCRIMINATION. CONTRACTOR shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, martial status, sex, age, or sexual orientation in the performance of this Agreement, and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 8. LABOR CODE REQUIREMENTS. (a) CONTRACTOR is aware of and agrees to abide by the provisions of California Labor Code Sections 1720, et seq., as well as Sections 1771, 1773, 1773.1, 1773.6, 1773.7, 1774, 1775, 1776 and 1777, pertaining to the obligation to pay prevailing wages with respect to the performance of work (“Prevailing Wage Laws”). Copies of the prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for each craft are available upon request from the City. A copy of the prevailing rate of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the CONTRACTOR. (b) CONTRACTOR acknowledges that under California Labor Code sections 1810 and following, eight hours of labor constitutes a legal day’s work. CONTRACTOR will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Agreement by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Labor Code section 1810. (Labor Code § 1813.) (c) CONTRACTOR must comply with Labor Code section 1771.1(a), which provides that CONTRACTOR is only eligible to perform the Work if CONTRACTOR is registered with the Department of Industrial Relations as required by Labor Code Section 1725.5, and that CONTRACTOR may award subcontracts for work that 5 qualifies as a “public work” only to subcontractors which are at the time of award registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR must obtain proof of such registration from all such subcontractors. (d) CONTRACTOR, and any subcontractor engaged by CONTRACTOR, must pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of this Agreement. (Labor Code § 1774.) CONTRACTOR is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. (e) CONTRACTOR must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to $50.00 for each worker employed in the execution of the Agreement by CONTRACTOR or any subcontractor for each calendar day, or portion thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the prevailing wage rate. (f) Nothing in this Agreement prevents CONTRACTOR or any subcontractor from employing properly registered apprentices in the execution of the Agreement. CONTRACTOR is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award information to the applicable joint apprenticeship committee, must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice’s work for every five hours of labor performed by a journeyman (unless an exception is granted under §1777.5), must contribute to the fund or funds in each craft or trade or a like amount to the California Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed, national origin, ancestry or color. Only apprentices defined in Labor Code section 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be employed on public works in apprenticeable occupations. (g) CONTRACTOR shall defend, indemnify and hold the CITY, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 9. PROJECT SITE CONDITIONS. (a) CONTRACTOR shall, without disturbing the condition, notify CITY in writing as soon as CONTRACTOR, or any of CONTRACTOR’s subcontractors, agents or employees have knowledge and reporting is possible, of the discovery of any of the following conditions: 6 (i) The presence of any material that the CONTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code; (ii) Subsurface or latent physical conditions at the site differing from those indicated in the specifications; or, (iii) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of this character provided for in this Agreement. (b) Pending a determination by CITY of appropriate action to be taken, CONTRACTOR shall provide security measures (e.g., fences) adequate to prevent the hazardous waste or physical conditions from causing bodily injury to any person. (c) CITY shall promptly investigate the reported conditions. If CITY, through its Director of Public Works, or his or her designee, and in the exercise of its sole discretion, determines that the conditions do materially differ, or do involve hazardous waste, and will cause a decrease or increase in the CONTRACTOR’s cost of, or time required for, performance of any part of the W ork, then CITY shall issue a change order. (d) In the event of a dispute between CITY and CONTRACTOR as to whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the CONTRACTOR’s cost of, or time required for, performance of any part of the W ork, CONTRACTOR shall not be excused from any scheduled completion date, and shall proceed with all work to be performed under the Agreement. CONTRACTOR shall retain any and all rights which pertain to the resolution of disputes and protests between the parties. 10. INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and hold harmless the CITY, its elective and appointive boards, officers, agents and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising form the performance of the W ork, regardless of responsibility of negligence; and from any and all claims, loss, damage, injury and liability, resulting directly or indirectly from the nature of the W ork covered by this Agreement, regardless of responsibility of negligence. (a) CITY does not, and shall not, waive any rights against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the insurance policies hereinafter described in this Agreement. (b) The indemnity provided by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the Work by CONTRACTOR, or any subcontractor, regardless of whether insurance policies are applicable to any of the damages or claims for damages. 7 (c) The provisions of this section do not apply to claims occurring as a result of the City’s sole negligence or willful acts or omissions. (d) The provisions of this section will survive the expiration or earlier termination of this Agreement. 11. BONDS. CONTRACTOR, before commencing the Work, shall furnish and file with CITY a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the faithful performance of this Agreement and a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the payment of all labor and materials furnished in connection with this Agreement. 12. INSURANCE. CONTRACTOR shall not commence the Work until CONTRACTOR has obtained all insurance required by the Contract Documents and such insurance has been approved by CITY as to form, amount and carrier. CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until all similar insurance required of the subcontractor have been obtained and approved. (a) Workers’ Compensation. CONTRACTOR shall take out and maintain, during the life of this Agreement, Worker’s Compensation Insurance (Statutory Limits) with Employers Liability Insurance (with limits of at least $1,000,000) for all of CONTRACTOR’s employees employed at the Project site; and, if any work is sublet, CONTRACTOR shall require the subcontractor similarly to provide Worker’s Compensation Insurance for all of the latter’s employees, unless such employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in W ork under this Agreement at the Project site is not protected under any Workers’ Compensation law, CONTRACTOR shall provide and shall cause each subcontractor to provide adequate insurance for the protection of employees not otherwise protected. CONTRACTOR shall indemnify CITY for any damage resulting from failure of either CONTRACTOR or any subcontractor to take out or maintain such insurance. CONTRACTOR shall submit to Agency, along with the certificate of Insurance, a Waiver of Subrogation endorsement in favor of the Agency, its officers, agents, employees and volunteers. (b) Comprehensive General Liability, Products/Completed Operations Hazard, and Contractual General Liability Insurance. CONTRACTOR shall take out and maintain during the life of this Agreement such comprehensive general liability, products/completed operations hazard, comprehensive automobile liability and contractual general liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from 8 CONTRACTOR’s or any subcontractor’s operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: (i) General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) per occurrence; (ii) Products/Completed Operations Hazard Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) per occurrence; and (iii) Contractual General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) per occurrence. General aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the required minimum limits set forth hereinabove. (c) Comprehensive Automobile Liability. CONTRACTOR shall take out and maintain during the life of this Agreement, comprehensive automobile liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR’s or any subcontractor’s operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: (i) Comprehensive Automobile Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) combined single limit per accident. (d) Proof of Insurance. The insurance required by this Agreement shall be with insurers which are California Admitted and Best A rated or better. CITY shall be named as “additional insured” on the general liability and automobile liability required hereunder, and CONTRACTOR shall furnish CITY, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give CITY at least thirty (30) days’ prior notice of the cancellation of any policy during the effective period of this Agreement. (e) Umbrella or excess liability insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability and 9 employer’s liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall “follow form” to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. (f) Requirements not limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the CONTRACTOR maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the CONTRACTOR. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. (g) Primary/contributing. Coverage provided by the CONTRACTOR shall be primary and any insurance or self-insurance or maintained by Agency shall not be required to contribute to it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of Agency before the Agency’s own insurance or self-insurance shall be called upon to protect is as a named insured. (h) Notice to Proceed. The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence the W ork under this Agreement until CONTRACTOR has provided to the CITY the proof of insurance as required by this Section 12. 13. LIQUIDATED DAMAGES. The parties agree that it would be impractical and extremely difficult to fix the actual damages to the CITY in the event the Project is not commenced and/or completed on or before the dates specified for commencement and completion of the Project in the Contract Documents. The parties have considered the facts of a breach of this Agreement and have agreed that the liquidated damages sum hereinafter set forth is reasonable as liquidated damages in the event of a breach, and that said sum shall be presumed to be the amount of the damages sustained by the 10 CITY in the event such work is not begun and/or completed and accepted by the times so specified in the Contract Documents. The sum of Two Thousand Five Hundred ($2,500) shall be presumed to be the amount of damages suffered by the CITY for each day’s delay in the starting and/or completion and acceptance of the Project after the dates specified in the Contract Documents for the start and/or completion thereof, and CONTRACTOR hereby agrees to pay said sum of Two Thousand Five Hundred ($2,500) as liquidated damages for each calendar day of delay in the starting and/or completing and acceptance of said Project beyond the dates specified in the CONTRACT DOCUMENTS. Any and all such liquidated damages assessed shall be done in accordance with that certain edition of the Standard Specification for Public Works Construction currently in effect on the execution date of this Agreement. CONTRACTOR CITY OF TEMPLE CITY By ___________________________ By __________________________ Date: Date: 14. NOTICE OF COMPLETION. Upon completion of PROJECT and acceptance of same by the City Council of the CITY, the City Manager of the CITY shall cause to be recorded a Notice of Completion with the office of the Los Angeles County Recorder; and, after thirty-five (35) days from the date said Notice of Completion is recorded, the Director of Finance of CITY shall release the funds retained pursuant to Section 3 hereof; provided there have been no mechanics’ liens or stop notices filed against the W ork which have not been paid, withdrawn or eliminated as liens against said work. 15. COMPLIANCE WITH LAWS. In performing the Work, CONTRACTOR must comply with all applicable statutes, laws and regulations, including, but not limited to, OSHA requirements and the Temple City Municipal Code. Contractor must, at Contractor’s sole expense, obtain all necessary permits and licenses required for the Work, and give all necessary notices and pay all fees and taxes required by law, including, without limitation, any business license tax imposed by City. 16. INDEPENDENT CONTRACTOR. CONTRACTOR is and will at all times remain as to CITY a wholly independent contractor. Neither the CITY nor any of its officers, employees, or agents will have control over the conduct of CONTRACTOR or any of CONTRACTOR’s officers, employees, agents or subcontractors, except as expressly set forth in the Contract Documents. CONTRACTOR may not at any time or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers, employees, agents or subcontractors of CITY. 17. GENERAL PROVISIONS. 11 (a) Authority to Execute. Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute this Agreement and to bind it to the performance of its obligations. (b) Assignment. CONTRACTOR may not assign this Agreement without the prior written consent of CITY, which consent may be withheld in the CITY’s sole discretion since the experience and qualifications of CONTRACTOR were material considerations for this Agreement. (c) Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the Parties. (d) Integrated Agreement. This Agreement, including the Contract Documents, is the entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed under this Agreement and supersedes all other agreements or understandings, whether oral or written, between CONTRACTOR and CITY prior to the execution of this Agreement. (e) Modification of Agreement. No amendment to or modification of this Agreement will be valid unless made in writing and approved by CONTRACTOR and by the City Council or City Manager of CITY, as applicable. The Parties agree that this requirement for written modifications cannot be waived and that any attempted waiver will be void. (f) Counterparts and Facsimile Signatures. This Agreement may be executed in several counterparts, each of which will be deemed an original, and all of which, when taken together, constitute one and the same instrument. Amendments to this Agreement will be considered executed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will have the same effect as an original signature. (g) Waiver. Waiver by any Party of any term, condition, or covenant of this Agreement will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach of the provisions of this Agreement will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by CONTRACTOR will not constitute a waiver of any of the provisions of this Agreement. (h) Interpretation. This Agreement will be interpreted, construed and governed according to the laws of the State of California. Each party has had the opportunity to review this Agreement with legal counsel. The Agreement will be construed simply, as a whole, and in accordance with its fair meaning. It will not be interpreted strictly for or against either party. (i) Severability. If any term, condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement will not be affected and the 12 Agreement will be read and construed without the invalid, void or unenforceable provision. (j) Attorneys’ Fees. The prevailing party in any action to resolve a dispute concerning this Agreement shall be entitled to have and recover from the losing party the reasonable attorneys’ fees and costs of such action. (k) Venue. In the event of litigation between the parties, venue in state trial courts will be in the County of Los Angeles. In the event of litigation in a U.S. District Court, venue will be in the Central District of California, in Los Angeles. (l) Notices. All written notices required or permitted to be given under this Agreement will be deemed made when received by the other Party at its respective address as follows: To CITY: City of Temple City 9701 Las Tunas Drive Temple City, California 91780 Attention: ____________ (Tel.) _______________ (Fax) _______________ To Contractor: Cem Construction Corporation 1412 Espanol Avenue, Montebello, CA 90640 ______________________ Attention: ______________ (Tel.) _____________ (Fax) _____________ Notice will be deemed effective on the date personally delivered or transmitted by facsimile. If the notice is mailed, notice will be deemed given three days after deposit of the same in the custody of the United States Postal Service, postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities. Any Party may change its notice information by giving notice to the other Party in compliance with this section. 13 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the _____ day of _____________________, 20__, by their respective officers duly authorized in that behalf. CITY OF TEMPLE CITY, a municipal corporation ATTEST: By______________________________ ___________________ _______________________________ Peggy Kuo, City Clerk Date: APPROVED AS TO FORM: ___________________________________ Eric S. Vail, City Attorney Cem Construction Corporation a corporation By______________________________ _____________________, ________ By______________________________ _____________________, ________ 14 LA #4847-5837-1653 v1 DRAFT 3/23/17 15 LA #4847-5837-1653 v1 DRAFT 3/23/17 ATTACHMENT F CUSTOM DESIGN ALLEY - PLAYGROUND PRIMROSE AVENUE PRIMROSE PARK Temple City, California • PRIMROSE AVENUE PREFABRICATED DESIGN CANTILEVER (R x20'x T- KG CANTILEVER (0'x20'xT-6'Hf) wu TRELLIS NTT, "ND ALLEY PRECAST CONCRETE BENCH ORIGINAL CANTILEVER (5 PANEL: 10' x 25' x 10'-B•HT) ORIGINAL CANTILEVER (3 PANEL: 10' X 15' X 10,' HT) CANTILEVER (0'x12'x T-6'HT) MILLENNIUM TRELLIS 14x A0'x T. HT) MILLENNIUM TRELLIS (9'x18'xT'- ORIGINAL CANTILEVER ) (9 PANEL: 10' X A5' X 10, PRECAST CONCRETE BENCH (5'3, 10'x 1T5' NT.) ORIGINAL PERGOLA SHADE STRUCTURE (16'x09'-6•Rx11'IIT) NNW ilLi1 PRECAST CONCRETE BENCHES (5'3.'418,17V HT.) PRECAST CONCRETE BENCH PRECAST CONCRETE BENCHES PRECAST CONCRETE BENCH MM. 2020 CUSTOM DESIGN ALLEY -RA: `8-0--`"°—"—" PRIMROSE AVENUE ISHADE STRUCTURES PRIMROSE PARK PARK Temple City, California Temple SHADE STRUCTURE AT PICNIC AREA 3rJ�I �j'J��Jr.J 3--r raJ�l 4zI1II FITZ SHADE STRUCTURE AT LAWN AREA CANTILEVER SHADE STRUCTURE WITH DECORATIVE ROOF PANELS PREFABRICATED DESI( F poligon PRIMROSE PARK wr.LRwn� 1tiz39 =1gL1,1 1JL:ilttu 'LILY 24. 2020 1 Layer Shade Design ATTACHMENT G Primrose Park Playground landscape structures 114'6714-01-03-07 • 11.06.2020 RecWest x.2020 _a•,dsca:;,: 3L`l.ic.R...c:; .,L, [<eserved landscape structures Primrose Park Playground 114'6714-01-03-03 • 11 062020 2020 La Ret est Cs ,<eserved Primrose Park Playground landscape structures 1146714-01-03-05 • 11.06.2020 RecWest c2020 _a•,dsca:;e 'Ls :2eserved 2 Layer Shade Design " Itlown 1146714-01-04-47 01.19.7021 IS1/1 landscape structures Primrose Park Playground RpcWest 1146714-01-04-03 • 01.19.7021 1 5 .: '..• C U., landscape structures Primrose Park Playground 1146714-01-04-05 • 01.19.7021 SE--uetures. A '2;g -1.s esr r:c.i. Ret est