Loading...
HomeMy Public PortalAbout19) 10.B. Acceptance of bid and award of Public Works contract to All American Asphalt for the Safe Routes to School (SR2S) Project, Cip No. P13-13 OCRCity Council July 1, 2014 Page 2 of 4 Although some of the school locations are not within Temple City limits , students resid ing within the city attend those schools . 3. In December 2012 , the City directed its engineering consultant, Transtech , to prepare an application package requesting that Caltrans allocate necessary funds in order to proceed with preparation of the Plans , Specifications , and Estimates Package (PS&E) and advertise the project for submittal of bids . 4. On January 8 , 2013 , Caltrans notified the City that necessary funds had been allocated and any work done on the SR2S Project subsequent to this date would be eligible for reimbursement. 5. In April 2013, the City executed the Administering Agency-State Master Agreement and the Program Supplement Agreement that authorized the City to invoice Caltrans for all reimbursable expenses related to the SR2S Project. 6. In July 2013, the City hired a qualified design consultant, Elie Farah , Inc., through a competitive bid proposal process for the preparation of the PS&E Bid Package . 7. In January 2014 , Elie Farah, Inc., submitted the PS&E Bid Package to the City for administrative review . 8 . On May 6, 2014 , the PS&E Bid Package for the SR2S Project was submitted and subsequently accepted by the City Council. 9. On May 21, 2014 , City Council approved $1,485,000 for Fiscal Year 2014-15 as part of the City's Pavement Management Program (PMP). 10. On May 29, 2014 , the City pub li shed a Notice Inv iting Bids (NIB) for the SR2S Project. The NIB was published on the City's website and e-mailed to six electronic plan rooms (i .e ., used by contractors for bid information tracking), as well as over 40 contractors who specialize in these types of projects . 11 . On June 24, 2014, th e City Clerk conducted a bid opening for the SR2S Proj ect. A total of four bids were received by the City. The bid amounts ranged from $742 ,615 to $965,448 .75 for base bid items . ANALYSIS: The SR2S Project will implement various pedestrian safety improvements including : construction of sidewalks and curb ramps ; installation of solar powered pedest rian activated lighted crosswalks , speed feedback signs, and various traffic signage ; and striping designed to calm vehicular traffic and increase pedestrian safety. Some of these City Council July 1, 2014 Pa ge 3 of 4 street improvements slated for the SR2S Proj ect are also iden t ified in th e City 's Traffic Calming Master Plan and PMP . In cons ultation w ith the City's planning and e ngineeri ng staff, the City's design consultant prepared th e PS&E pa ckage for the proj ect, ta ki ng into consideration the City 's Traffic Calming Master Pl a n and PMP so that the improvements in th e SR2S Project cou ld be d one i n coordination with the identified Traffic Calming Master Plan and PMP improvements . Acco rdingly, the City's PMP has so me of th e SR2S Project streets scheduled for rehabilitatio n in FY 2014-15 . Staff included the rehabilitation of these streets in t he PS&E package to avoid having to re -s trip e roadways completed as part of SR2S if PMP improvements were done after the completion of the SR2S Proj ect. The tota l square footage area of streets to be rehabilitate d p rio r to street striping is approximately 500 ,000 square feet. The e ngi nee r's cost estimate for the SR2S work is $570 ,000 . The estimated cost for t he add it ional street rehab wo rk as identified in the City's PM P is $580 ,000. On the bid opening date, Ju ne 24 , 2014 , the City received a total of four bids for the SR2S Project, as shown below: Bidder Name Total Base Bid Amount Bid Amount Ranking Los Ang eles Eng ine eri ng , In c . $742 ,615 .00 1 All American Asp halt $858 ,000.00 2 PTM General Engineering $896 ,072.00 3 Services , In c. Unique Performance $965,448 .75 4 Construction , Inc. T he initial lowest bid was submitted by Los A nge le s Engineering , Inc . in the amount of $742 ,6 15 . However, on June 25 , Los Angeles Engi neering , Inc. f iled a request (Attac hment "B") to th e City Engi nee r in order to have their bid wit hdrawn after they discovered a clerica l error following the bid opening . Accordingly, and as specified in the City's bid proce ss , th e bi d subm itted by All American Asphalt became t he lowest bid (Attachment "C "). All Ame ri ca n Asphalt has been doing business in Southern California for ove r 40 years, and is one of the better known materials productio n and constructio n compan ies in Southern Cal iforn ia . The compa ny ha s its own asphalt plants located in Westm inster, Corona , Irvine , Irwind ale , and the San Fern a ndo Vall ey, along with a n agg re gate producing facility in Corona . All Ame rican Asphalt is a re putable company , and t he ir bid City Council July 1, 2014 Page 4 of 4 in the amount of $858,000 is the lowest , re sponsive and responsible bid. The total project budget allocation is estimated to be $1 ,029 ,600 (i.e ., $858 ,000 construction cost plus 10% ($85 ,800) co nting ency , plus 10% ($85 ,800) for construction phase services (constru ction management , inspection , project management, labo r compliance , funding compliance , contract admin istration and coordination ). FISCAL IMPACT: The . Fiscal Year FY 2014-15 City Budget appropriated $488 ,900 for the SR2S Project (CIP No . P13-13), of whi ch the City has spent $24 ,301 fo r design and other pre- construction activities , and another $10 ,000 has been allocated for the publ ic education component of the project. Therefore , the SR2S fund amou nt available for the construction co ntract is $454 ,599 . Additionally the Fiscal Year FY 2014-15 City Budget appropriated $1 ,485 ,000 f or the City's PMP Project (CIP No . P1 3-02), of which a tota l of $403 ,501 would be used fo r the street rehabil itation portion of the SR2S Proje ct. Any fund s not used will be transferred back to the PMP Project budg et. CONCLUSION: The City Council is requested to accept the base bid s ubmitted by All American Aspha lt for the proj ect in the amount of $858,000 as the lowest responsive , responsible bid , and authorize the Interim City Manager to execute a Public Works Contract with All American Asphalt. ATTACHMENTS : A. Public Works Contract to be executed with the Co ntractor B. Bid Withdrawal Letter by Los Angeles Engineering C. Low Bid Submitted by All American Asphalt ATTACHMENT A CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT PROJECT: SAFE ROUTES TO SCHOOL STATE-FUNDED PROJECT PROJECT FUNDING ID NO .: SR2SL-5365 (008) (P13-13) THIS AGREEMENT "Agreement" is made and entered into this 2nd day of July , 2014 , by and between the CITY OF TEMPLE CITY, a Municipal Corporatio n located in the County of Los A ngeles , State of Ca lifornia hereinafter ca ll ed CIT Y, and All American Asphalt, a corporation , locate d at 400 E. 61h Street. Corona . CA 92878 , hereinafter called CONTRAC TOR, collectively referred to an t he Parties . RECITALS CITY , by its Notice Inviting Bids , duly advertised for writte n bids to be submitted on or before Ju ne 24, 2014 , for the follo wing : SAFE ROUTES TO SC HOOL STATE-F UNDED PROJEC T (PROJECT FUNDING ID NO . SR2SL-5365 (008) in the City of Temple Ci t y, California , herein after called PROJECT. At 11 :00 a.m. on said date, in the Temple City Hall , said bids were duly opened. At its regular meeting held on July 1, 2014 , the CITY Council duly accepted the bid of CO NTR ACTOR for said PROJECT as being the lowest reasonable bid received and d irected that a written contract be entered into with CONTRACTOR. NOW, THEREFORE , in consideration of the promises and of the mutual covenants and agreements herein co ntained , said partie s do hereby agree as follows : ARTICLE I The CONTRACT DOCUMENTS for the PROJECT shall consist of the Notice Inviting Bids , Instructions to Bidders, General Specifica tio ns , Standard Specifications , Specia l Provis ions , Plans , CON TRACTOR's Proposal , and all referenced specifications , detai ls , standard drawi ngs, and appendices , t ogether w ith this co ntra ct and a ll required bonds , insurance certificates, permi ts , notices and affidavits , and also includ ing any and all addenda or supplemen tal agreements clarifying , amending , or extending the wo rk contemplated as may be req uired to ins ure its completion in an acceptable manner. All of the rights and obligations of the CITY and CONTRACTOR are fully set forth and described in the CONTRACT DOCUMENTS . All of the above-mentioned documents are intended to complement the other documents so that any work called for in one , and not mentioned in the others , or vice versa , is to be executed the same as if mentioned in all of said documents. The document comprisin g the complete co ntract are here inafter referred to as the CONTRACT DOCUMENTS and are incorporated herein by this reference and made and part hereof as though they were fully set forth herein. ARTICLE II For and in consideration of the payments and agreements be made and performed by CITY, CONTRACTOR hereby agrees to furnish all materials and perform all work requ ired for the PROJECT and to fulfill all other obligations as set forth in the CONTRACT DOCUMENTS . ARTICLE Ill CONTRACTOR hereby agrees to receive and accept the total amount EIGHT HUNDRED FIFTY EIGHT THOUSAND DOLLARS ($858 ,000 .00), based upon those certain unit prices set forth in CONTRACTOR's Bid Schedule , a copy of which is attached hereto as Exhibit "A " and by this reference incorporated herein and made a part hereof, as full co mpensation for furn is hing all materials , performing all work , and fulfilling all obligations hereunder. Said compensat ion shall cover all expenses , losses , damages , and conseque nces arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and tim e specified in the CONTRACT DOCUMENTS , and also including those arising form actions of the elements , unforeseen difficulties or obstructions encountered in the prosecution of the work , suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. CITY shall retain ten percent (1 0%) of said contract price until said time as the provisions of Article XIV herein have been met. ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the said amounts set forth in Article Ill hereof, and hereby agrees to pay the same at the time, in the manner, and upon the cond itions set forth in the CONTRACT DOCUMENTS . In addition , CONTRACTOR hereby promises and agrees to comply with all of the provisions of both State and Federal law with respect to the employment of unauthorized aliens . Should CONTRACTOR so employ such unauthorized aliens for the performance of work and/or services covered by this contract, 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 such sanctions imposed , together with any and all costs, including attorney's fees , in curred by the CITY in connectio n therewith . 2 Furthermore , CONTRACTOR hereby represents and warrants that it is not currently, and has not at any time within the past f ive (5) calendar years been , suspended , debarred , or exc luded from participating in, bidding on , contracti ng for, or completed any project funded in who le or in part by any federally funded program , grant or loan , or any proj ect funded in whole or in part by a program , loan or grant from the State of California , and that CONTRACTOR currently has and for the past five (5) calendar years has maintained in good standing , a valid Californ ia co ntractors license . 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 Cal ifornia program , loan or grant utilized on this project. ARTICLE V CONTRACTOR shall commence work on the date specified in the Notice to Proceed to be issue d to said CONTRACTOR by the City Engineer of CITY and shall complete work on the PROJECT within twenty five (25) working days after comme ncemen t. ARTICLE VI CONTRACTOR shall not discrim inate in its recruiting , hiring , promotion , demotion or term ination practices on the basis of race , religious creed , color, national origin , ancestry , physical disabil ity, mental disability, medical condition , martial status , sex , age , or sexual orientat ion in the performance of this AGREEMENT and shall comply with the provis ions of the Cal ifornia Fair Employment and Housing Act as set forth in Part 2.8 of Divis ion 3, Title 2 of the California Government Code ; the Federal Civil Rights Act of 1964, as set forth in Public La w 88-352 , and all amendments thereto; Executive Order 11246; and all adm inistrative ru les and regulat ions issue d pursuant to such acts and order. CONTRACTOR hereby promises and agrees to comply with all of the prov isions of the Federal Immigration and Nationality Act (8 USCA 1101 , et seq.), as amended ; and , i n connection therewith , shall not employ unauthorized aliens as defined there in. Should CONTRACTOR so employ such unauthorized aliens for the performance of work and/or services cove red by this AGREEMENT , 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 such sanctions imposed , together with any and all costs , including attorney's fees , incurred by the CITY in connect ion therewith . ARTICLE VII CONTRACTOR is aware of and agrees to abide by the provisions of California Labor Code Sections 1720, et seq., as we ll as 1771 , 1773, 1773.1, 1773 .6, 1773 .7, 1775 and 1776, pertaining to the obligation to pay prevailing wages wit h respe ct to the performance of wo rk. Copies of the prevailing rate of per diem wages and the general prevail i ng 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 possib le , a co py shall be posted at the business of the CONTRACTOR. 3 ARTICLE VIII A. CONTRACTOR shall , w ithout disturbing the condition , notify CITY in writing as soon as CONTRACTOR, or any of CONTRACTOR's subcontractors , agents or emp loyees have knowledge and reporting is possible , of the discovery of any of the following cond itions : 1. The presence of any material that the CONTRACTOR believes is hazardous waste , as defined in Section 25117 of the Health and Safety Code ; 2 . Subsurface or latent physical conditions at the site differi ng from those i nd icated in the specifications ; or, 3 . 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 Contract. B. Pending a determination by CITY of appropriate action to be taken , CONTRACTOR shall provide security measures (e.g ., fences) adequate to prevent the 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 her designee , and in the exercise of its sole d i scretion , determines that the conditions do materially differ, or do involve hazardous waste , and w ill cause a decrease o r increase in the CONTRACTOR's cost of, or time required for, performance of any part of the work , then C IT Y shall issue a change order. D. In the event of a d ispute between C IT Y and CONTRACTOR as to whether the conditions materially d iffer, or involve hazardous waste , or cause a decrease or i ncrease in the CONTRACTOR's cost of, or time required for, performance of any part of the work, CONTRACTOR s hall not be excused from any schedu led complet ion date, and shall proceed with all work to be performed under the Contract. CONTRACTOR shall retain any and all rights wh ich pertain to the resolution of d isputes and protests between the parties . ARTICLE IX CONTRACTOR sha ll assume the defense of and indemnify and save harmless the CITY , its elective and appo inti ve boards, officers , agents and employees , from all claims , loss , damage, injury and liability of every kind , nature and description , directly or indirect ly a ris ing fo r m the performance of the CONTRACTOR 's work , regardless of respons ibil ity of negl igence; and from any and all claims , loss , damage, injury and liability, howsoever the same may be caused , resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility of negligence ; provided (a) That CITY does not, and shall not , waive any righ t s aga inst CONTRACTOR wh i ch it may have by reason for the aforesa id hold- harmless AGREEMENT because of the acceptance by CITY o r the deposit with CITY by CONTRACTOR, of any of the in su ran ce po lici es herei nafter described in this AGREEMENT. 4 ----------------------------------------------------- (b) That the aforesaid hold-harmless AGREEMENT 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 aforesaid operations of CONTRACTOR , or any subcontractor, regardless of whether or not such insurance policies shall have been determined to be applicable to any of such damages or claims for damages. ARTICLE X CONTRACTOR , before commencing said PROJECT, shall furnish and file with CITY a bond , or bonds , in a form satisfactory to the CITY, in the sum of one hundred percent (1 00 %) of the contract price thereof conditioned upon the faithful performance of this contract and upon the payment of all labor and materials furnished in connection with this contract. ARTICLE XI CONTRACTOR shall not commence work under this contract unti l CONTRACTOR shall have obtained all ins ura nce required by the CONTRACT DOCUMENTS and such in surance sha ll have been approved by CITY as to form , amount and ca rrier, nor shall CONTRACTOR allow any subcontractor to commence work on any subcontract unti l all similar insu ran ce required of the subcontractor shall have been so obtained and approved. (a) COMPENSATION INSURANCE -CONTRACTOR shall take out and maintain, during the life of this con tra ct, Worker's Compensation Insurance for all of CONTRACTOR's employees employed at the site of improvement ; and , if any work is sublet , CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees , unless such employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in work under this contract at the site of the PROJECT is not protected under any Workers' Compensation law, CONTRACTOR sha ll 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 to it from failure of either CONTRACTOR or any subcontra ctor to take out or maintain such insurance . (b) COMPREHENSIVE GENERAL LIABILITY, PRODUCTS/ COMPLETED OPERATI ONS HAZARD, COMPREHENSIVE AUTOMOBILE LIABILITY AND CONTRACTUAL GENERAL LIAB ILITY INSURAN CE . CONTRACTOR shall take out and maintain during the life of this contract such comprehensi ve general liability, products/completed operations hazard, comprehensive automobile liability and contractual general liability insurance as sha ll protect CITY, its elective and appointive boards , officers , agents and employees , CONTRACTOR , and any subcontractor performing work covered by this contract, from claims for damage for perso nal injury, including death, as we ll as from claims for property damage which may arise from CONTRACTOR's or any subco ntractor's operatio ns under th is contract, wheth e r such operat ions 5 be by CONTRACTOR or by any subcontract or, or by anyone d i rect ly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such ins uran ce shall be as follows : (1) Publi c Liability Insuran ce in an amount of not less t han ONE MILLI ON DOL LARS ($1 ,000,000); (2) Products/Completed Operations Hazard Insurance i n an amount of not less than ONE MILLION DOLLAR S ($1 ,000 ,000); (3) Comprehensive Automobile Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000); (4) Contractual General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000). A combined single li mit policy w ith aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2 ,000,000) shall be considered equivalent to the said required minimum limits set forth hereinabove. (c) PROOF OF INSURANCE -The insurance req uired by this AGREEM ENT shall be with insurers which are Be st A rated , and Cal iforn ia Admitted or better. The CITY of Temple City shall be named as "additional insured " on all polici es required hereunder, and CONTRACTOR sha ll furnish CITY, concurrently wi th the execution hereof, w ith satisfactory proof of carriag e of th e insura nce requ ire d , and adequate legal assurance that each carrier will give CITY at lea st thirty (30 ) days' prior notice of the cance llation of any policy during the effective period of t he contract. (d) NOTICE TO COMMENCE WORK -The CITY w ill not issue any not ice authorizing CO NTRACTOR or any subco nt racto r to commence work under this contact unti l CONTRACTOR has provided to the CITY the proof of in s urance as required by subparagraph (c) of this article . ARTICLE XII If any dispute shall arise co ncerning this AGREEMENT , the preva iling party shall be e ntit led to attorney fees . ARTICLE XIII Th e parties agree that it would be impractical and extreme ly difficult t o f ix the actual damages to the CITY in the even t the PRO JECT is not commenced and/or completed on or before the dates specified for com men cement and completion of the PROJECT in the CONTRACT DOCUMENTS. The parties have considered th e facts of a brea c h of th is contract and have agreed t hat the liq uidated damages s um hereinafter set forth is reasonable as liqu idated damages in t he eve nt of a breach , and that said sum shall be presumed t o be the amount of the damages sustained by the C ITY i n the event such wo rk is not begun and/or comp leted and accepted by the times so specified in the CONTRACT DOCUMENTS , the sum of TWO THOUSAND HUNDRED DOLLARS ($2 .500.00) shall be presumed to be t he a mou nt of 6 damages suffered by the CITY for each day 's delay in the starting and/or completion and acceptance of said PROJECT after the dates specified in the CONTRACT DOCUMENTS for the start and/or comp letion thereof, and CON T RACTOR hereby agrees to pay said sum of TWO THOUSAND HUNDRED DOLLARS ($2.500 .00) as liquidated damages for each day of delay in the starting and/or completing and acceptance of said PROJECT beyond the dates specified in the CONTRACT DOCUMENTS . Any and all such liquidated damages assessed shall be done so in accordance with that certain edition of the Standard Specification for Public Works Construction cu rrentl y in effect o n th e execut ion date of th is Contract. A LL AMER ICAN AS PHALT, a Cal ifornia corporation by ______________________ _ President by ______________________ _ Secretary ARTICLE XIV CITY OF TEMPLE C ITY, a Municipal corporation by ______________________ _ Don Penman , Interim City Manager by ______________________ _ Peggy Kuo, City Clerk Upon completion of PROJECT and acceptance of sa me by the CITY Counci l, t he CITY Manager shall have 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 Article Ill hereof; provided there have been no mechanics' liens or stop notices filed against said work w hich have not been paid , withdrawn or eliminated as liens against said work. ARTICLE XV This contract shall not be assignable , eithe r in whole or in part , by the CONTRACTOR without first obtaining the writte n consent of the CIT Y thereto . ARTICLE XVI Th e provisions of t his AGREEMENT are cumu lative and in add ition to and not in limitation of any rights or remedies available to CITY. SIGNATURES ON FOLLOWING PAGE 8 7 r---------------- IN WITNESS WHEREOF , the parties hereto have caused this contract to be executed on the 2nd day of July, 2014 , by their respective officers duly authorized in that beha lf. ATTEST: Peggy Kuo , City Clerk APPROVED AS TO FORM : Eric Vail , City Attorney 8 CITY OF TEMPLE CITY , a Municipal Corporation by __________________________ _ Don Penman , Interim City Manager ALL AMERICAN ASPHALT, a California Corporation by ____________________________ _ President by ____________________________ _ Secretary June 25, 20 14 City Clerk City of T em pie City 9701 Las Tunas Drive Temple City, CA 91780 633 N. Barranca Ave, Covina , CA 91723 (626) 454-5222 Fax (626) 454-5226 Re: Safe Routes to School-Project Funding ID No. SR2SL-5365 ('008) Subject Admission of Clerical Error, withdrawa l of proposal Mr. Ali Cayir, ATTACHMENTs·. With regret Los Ange les Engineering Inc . (LAE) request the withdrawal of referenced bid proposal due to a clerical error discovered after the bid opening. Fo r the preparation of the bid proposal, LAE assig ned a Holdin g Account Bid Item for the forming and patch· back of wheel chai r ramps which was suppose d to be spread through the appropriate bid items. Inadvertently the cost of $169,007 plus markup was not spread and therefore left out of the bid. Unfortunate ly LAE must request the relief from our bid because of this mistake. If you have any questions or comments regard ing thi s matter please feel free to call me at 626-869-1411. J£ Aaro n O'Brien Chief Estimator ADDENDUM! CITY OF TEMPLE CITY SAFE ROUTES TO SCHOOl, STATE FUNDED PROJECT PROJECT FUNDING ID NO : SRlSl-5365{008) (Bid Due Date: 11:00 AM, June 24, 2014) Issued: June 13, 2014 ATTACHMENT C In response to questions received and to provide additional i nformation and clarifications, Addendum 1 is hereby issued for the subject project as follows : Questions 1: The specifications, page TS.9 and TS.10 require 4H thick C.A.B . material underneath the sidewalk and curb ramps. Can this be deleted? Answer 1: No. Please keep the base in your bid estimates. Questions 2: There is no pay item for curb and gutter associated with the cu rb ramps-can a separate item be added?; or under what item should it be included? Answer 2: Curb Ramp bid items and payment includes curb & gutter removal & replacement. All other parts of Request for Proposals and Specifica tions remain unchanged. Reminder: Bid due date Is 11:00 AM, June"24, 2014 Issued by : City ofTemple City; Ali Cayir, PE, City Engi neer; Ali.cayir@ t ranstech .org Please indicate your name, and sign the space provided be low , and submit this pa ge w ith your b id, which w ill serve as your acknowledgement of the Addendum . Company Name : P& ~\C?ct\ ~\\ Name:Woof-\-~\e:-\ ;j\aY<tf>i detl Signat~A£ 7 ·1· I TEt,t;:lE CI T1 S'US PAOJEC1 CO~mw::r OOCU!AEIHS SPECIFIC.O.TIV~.S Ar<O COilSTRUC TIC fl PU.NS ~ CC<1Uol Pa<18 11 al t5t II I D D I I< . ..., I' IH l 1'0'-\ L -\II l '.l:!l'' In B11ld~1 ·, 1'1 "P'"·II '-l'llwn -..h.tll II ~ -..uhrllllll·ll I u ( II\ \, Billckr ·, l'r "P"'·II BIDDER'S PROPOSAL SAFE ROUTES TO SCHOOL STATE FUNDED PROJECT PROJECT FUNDING ID NO: SR2SL-5365(008) To the City Council of the City of Temple City: The undersigned hereby declares: Date ::Iuoe \"J 20 \~ (a) That the only persons or parties in thi s proposal as principals are the following: (If the bidder is a corporation , give the name of the corporation and the name of it's president, secretary, treasurer, and manager. lf a co-partnership, give the name under which the co-partnership doe s business, and the name s and addresses of all co-partners. If an individual , state the name under which the contract is to be drawn.) (b) That this propos al is made without co llu sio n with any perso n, firm or Corporation . (c) That he has carefully examined the location of the proposed work and has familiarized him se lf with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitting this Bidder's Propo sal , he acknowledges receipt and knowledge of the contents of tho se communications se nt by the City of Temple City to him at the address furnished by him to the City of Temple City when this proposal form was obtained. (e) That he has carefully examined the specifications, both ge neral and deta il, and the drawing attached hereto , and communications sent to him as aforesaid, and makes this proposal in accordance therewith . (f) That, if the bid is accepted he will enter into a writte n contract for the performance of the proposed work with the City ofTemple City. (g) That he propo ses to enter into such contract and to accept in full payment for the work actually done thereunder the prices shown in the attached BP .I TEMPlE CIH SR2S PROJ:CT CONT~CT OOCUMWTS SPECIFICATI\l~.s ~NO CCIIISTRl!CTIOtl PLQ.NS Oo.:umenl Conuol P"'JJ I~ oilS I Bllll>l It'" I'HOI'O' \ L-\lll'.t:!<'' In Btdtkr', l'rtoJI"'·'I "•·l'ltun "h.tlllh· Snhnull<·d I u ( it' '' Bitld<·t·, l't upm.tl schedule. It is understood and agreed that the quantities se t forth are but estimates, and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City ofTemple City in the sum of 10% of the BASE BID. Said bidder 's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that sho uld the bidder fail within ten days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond , shall become the property to the City of Temple City, but if this contract is entered into and said bonds are furnished , or in the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. Address of Bidder Telephone of Bidder City Zip Code BP .2 BIDI>I U'' 1•1(( Jl'( ,, \I • \II l '.l:.!l, In Badtl .. r · .. l 'r'IP<~' d ,,, r aou '-la.1ll lk '-ul n ua ltul l1 , < ah \ .. Bad d .. ,· .. l'r''P"'·ll DID SCHEDULE OF PRICES FOR THE FOR THE SAFE ROUTES TO SCHOOL STATE FUNDED PROJECT PROJECT FUNDING 1D NO: SR2SL-S36S(008 In accordance witll speci.fications therefore approved by the City Counc il of the City of Temple C ity the undersi gned bidder is herewith submining the following bid prices for the performance of the entire work as described in these specifications and attached drawings subject to this furnishing all materials. BASE BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item 11 Description Quantity unit Unit Bid Amount Total Bid Amount !QuantitY x Unit Bid Amount) GENERAL-ALL LOCATIONS WHERE APPLICABLE 1 Mobilization & Demobilization 1 LS smcrn· sirocco- 2 Traffic Control 1 LS $~~~-$~5~- Remove PCC sidewalk/Ramp. lawn , shrubs, PCC ribbon. 3 brick, & dirt. Trim bushes along fence line. Prune roots of , LS s \Storr st.~oco-existing trees and grade to allow for the Installation of new sidewak and access ramps. 4 Con struct new PCC Curb Ramp Per APWA Sid 111-4 Case 25 EA s 'HSD-slH~~O ... A, Type 4 Per plans 5 Construct new PCC Curb Ramp Per APWA Sid 111-4 Case 3 EA s44SD-s t~~~o-A , Type 1 Per plans 6 Install Raised Truncated Dome on existing Ramp & Grind 3 EA $ ~~c;;C\-s~'sD-Gutter Up at bottom of ramp 7 Const.ruct 4" PCC sidewalk 24,900 SF $ CO:'~ $ d ~· 1\J~---.. BP.3 BASE BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item# Description Qu.ntlty unit Unit Bid Amount Total Bid Amo unt (Quantity x Unit Bid Amount) 8 Adjust water meter, gas meter, or cable box frame & cover to 41 EA s c:;5()-s d'dG£:,D-grade 9 Furnish & lns1al new box & cover for water meter, gas 7 EA $ ~to-$ ~t::.O-meter, or cableltel pull box Grade around new sidewalks and ramps to match eXlstlng, $ ?t)ttO-s ~oaoa-10 Restore lawn/plants In Kind. lnsteU new sprinkler heads, pvc 1 LS pipe, irrigation lines to replace damage<llaltered as needed. 11 Furnish & Install new sign and post 43 EA $ ~n-$ }4~ ~~n- 12 Furnish & l nstan new sign 10 EA $ ~\0-s :d~DD- 13 Remove Sign & deliver to C~y yard 4 EA s ~ .. s 'daQ- 14 Remove sign and post 2 EA s \SO-s 'hoD- Identify, tie out and reset survey monuments and file comer ";\c;-:)S2Q-15 record for ties destroyed due to the construction o f access 8 EA $ $ ramps SAFE ROUTES TO SCHOOL IMPROVEMENTS ON OALEVIEW AVE NEAR CLEMENSON ELEMENTARY 16 Remove tree and rootball 2 EA s lC\OD-s ~neD- Furnish & Insta ll thermoplastic ladder style Xwalk striping s \...ol;,o-$~-17 (ElCiruslon Type) o n Arrowood at Daleview. Daleview at 4 EA Grand, Daleview at Freer West leg and South leg 18 Grind and lor sandblast existing striping & legends. 1 LS s~oa-$ ~OC\- BP.4 BASE BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item t1 Desc ript ion Quantity unit Unit Bi d AmQU n t Total Bid Amount (Quantity x Unit Bid Amount) 19 Sandblast and/or Grind pavement legend and instal new 2 EA $~co-s "Joo-thermoplastlc: Pavement Legend SAFE ROUTES TO SCHOOL IMPROVEMENTS ON CLOVERLY Furnish & Install thermoplastic ladder style X walk striping s vt?o-s ~ C\SD-20 (Extrusion Type) on Danes at Cloverty, Cloverty at Blackley, 3 EA Blackley at Cloverly West leg Furnish & Install thermoplastic ladder style Xwalk striping s Z'\00 -21 {Extrusion Type) o n fou r l egs for the following Intersections: 2 EA $ ~'-k.D-1.Cio\lerty and Olive 2. Cloverly at Broadway 22 Gri nd and /or sandblast existing striping & legends. 1 LS s t;~D-sc;co- 23 Sandblast and/or Grind pavement legend and install new 3 EA s ~oo-s~oo -thermoplastic Pavement Legend 24 Furnish and install speed feedback sign by 3~ or approved 2 EA s ~Qm-s ~,COOD-equal, 1-A Pole and foundation 25 Furnish and install solar panel for solar pow~n and battery 2 EA $ ~G\OC)-$~~-backup system for speed feedback signs SAFE ROUTES TO SCHOOL IMPROVEMENTS ON ROSEMEAD AT EMPEROR Furnish & Install the rm oplastic ladder style Xwa lk striping s Losoo-s lD'n~{)-26 {Extrusion Type) on four legs for the following intersectloos: 1 EA 1.Rosemead and Emperor ----~ --r--.....----·---~-----~----------~ ~ --------------------------_....., t.:.--------· --..:..----------·------------------------------__J BP .S BASE BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item # Descrip tion Quantity uni t Unit B id Amo unt T otal Bid A mount (Qua n tity x U nit B id Amount} SAFE ROUTES TO SCHOOL IMPROVEMENTS ON BROADWAY AT NOEL 27 Fumish & lnslaD themJoplastic ladder style Xwalk striping 1 EA s ~C?o-$ ~ ac:;o-(Extrusion Type) on Noel at Broadway Furnish & lnst.l thermoplastic ladder style Xwalk striping suocr s Hm-28 (Extrusion Type) with R PM per detall Bon Sheet 2 on 1 EA B roadway east leg a t Noel 29 Fumish & lnstan Solar LED flashing Assembly B to incl ude 2 EA s \«[,c;D-s ~c;-,on- solar panels & baltety back up SAFE ROUTES TO SCHOOL IMPROVEMENTS AT LA ROSA ELEMENTARY 30 Provide sign & base for m iddle or X walk 2 EA $ y c.l:)-s 'boo- Furnish & lnstan thermoplastic ladder style Xwalk striping (Extrusion TyPe) at the following locations: 1.Fratus at s YSGo -31 P entland 2 .west leg Pe ntland at Alessandro 3.AIIessando at 7 EA s l.JCiz D-Pentland 4 .La Rosa at Fratus 5.Allessandro south at L a Rosa 6.Aiessandro north a t La Rosa 7 .Fratus a t Kennerly 8 .Fratu• et La Rosa Furnish & lnstaU thermoplastic ladder style Xwalk striping s ~Doc -1000-32 (Extrusion Type) with RPM per detail Bon Sheet 2 on La 1 EA s Ro sa West of Alessandro 33 Grind and (or sandblast existing striping & legends. 1 LS $ c;oo-$ c:;oo - 34 Sandblast and/or Grind pavement legend and Insta ll new 6 EA $ lotr $ von- thermoplastic Pavement Legend [ ~--= --:.~-=~----=-==--~~======~~=--=--=-----=-==----==---,~--:~~ ~--=-~~ BP .6 BASE BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item II Desc rl ptlon Quantity unit Unit Bid Amount Total Bid Amount (Quantity x Unit Bid Amount) SAFE ROUTES TO SCHOOL IMPROVEMENTS FOR LONGDEN ELEMENTARY 35" Fumish & lnstaU thermoplastic ladder style X walk striping 4 EA s \oSb-s ::dl#ro-(Extrusion Type) at 4 separate locations Furnish & lnstan thermoplastic ladder style Xwalk striping 36 (Extrusion Type) on four legs for the followfr19 intersections : 2 EA s::b'?.>CO-$l,plg00-1.Longden and Temple City Blvd 2. Longden and Oak Ave 37 Grind ell<! /or sandblast existing striping & legends. 1 LS s~bD-$ C?Q(y 38 Sandblast and/or Grind pavement legend and install new 3 EA $ ~ro-s ').,0Q'" thermoplastic Pavement legend 39 Furn is h & lnstan new sign 1 EA $ ~c;t}-s~o- 40 Furn is h and instal speed feedback sign by 3M or approved 2 EA s <osoo-s ~:::::J'b(D-equal, 1-A Pole and foundation 41 Furn ish and instal solar panel for solar power and battery 2 EA sl9DCr s~OO" backup system for speed feedback signs SAFE ROUTES TO SCHOOL IMPROVEMENTS ON OAK AVE NEAR OAK INTERMEDIATE 42 Provide sign & base for middle of Xwalk 2 EA $ 4<rr $ 'boo - Furn ish & Install thermoplastic ladder style Xwalk striping \Do-s '?2'i0-43 (Extrusion Type) at the following locations: 1.Camino Real at 5 EA $ Oak 2.0 ak at Camino Real (South) 3.0ak at Emperor (North) 4.Emperor at Oak (North) 5.Emperor at Oak (South) BP.7 BASE BID SCHEDULE FOR CI TY OF TEMPLE CITY SR2S I tem II Description Quantity unit Unit B i d Amount Tot•l Bid Amount (Quantity x Un it B id Amo u n t) 44 Grind alld lor sandblast existing striping & legends. 1 LS s c;oo-s c;Qo- 45 Sandblast andlorGrfnd pavement legend and instal new 6 EA s \QO .. svoo-thermopla5tic Pavement Legend SAFE ROUTES TO SCHOOL IMPROVEMENTS ON LEMON AVE AND TEMPLE CITY BLVD NEAR TEMPLE CITY HIGH SCHOOL 46 P rovide sign & base for middle of Xwalk 2 EA s4DCf s ~oo- Furnish & Install thermoplastic ladder style Xwalk striping s \COO-\ c:,ro-47 (Extrusion Type) at the following locations: 1.T relawney at 2 EA s Lem on Ave 2.Lemon A ve at T relawney (South) Furnish & l nsta•thermoplaslk: ladder $lyle X walk •trlplng (Extrusion Type) o n four leg s for the following intersections: $ ., ~c:J:)-s qqoo -48 1.Lemon and Oak 3 EA 2.Camino Real and Temple City Blvd 3 .L emon Ave and Temple City Blvd 49 Grind and /or sandblast existi ng striping & legends. 1 LS $ ~[)0-$ ~{)()- 50 Sandblast and/or Grind pavement legend and install new 1 EA s loa-$ ~QO-thermoplastic Pavement Legend ;,....._ --......------__ .. SLURRY SEAL, ARAM , AND STRIPING -ALL LOCATIONS WHERE APPLICABLE 51 Construct Aspha~ Rubber and Aggregate Membrane 6 ,000 SY s }")-$ ::::J::d 000-(ARAM~ with Type II slurry BP.8 BASE BID SCHEDULE FOR CITY O F TEMPLE CITY SR2S I tem t# Description Quantity uni t Un it Bid Amount Totll Bid Amount (Q uantity x Unit Bid Amount) Construct Quick Sel Emulsion Aggregate Slurry Type II s?~-s ~()t\ 9to-52 (Cationic) with 2% percenl Latex Additive to Include curb 468 ELT returns & 50 extension of all intersecting streets ~'"-!!.. 53 lnstall12" wide limit line (thermoplastic) 200 LF P'~ ~-s uco - 54 Install center1ine stripe Cattrans Detail 2 w~h 50' long stripe 13000 LF $ :>')Q $ ~~oo -per detaii "A ' on plans (thermoplastic) 55 Install Callrans Detail 9 with 50' long stripe per detail "B' on 2500 LF $ ·";D $ •so-p lans (lhennoplastic) 56 Install two way left Cattrans Detail32 (lhermoplastic) 4 1000 LF $ 'J· s ?-Qoo- stripes with RPM 57 Install Caltrans Detail 38 (thermoplastic) with RPM 400 LF $ ?-$ ~c:o- 58 Furnish and Install blue RPM 10 EA s lG-slso- 59 Sandblast and/or Grind pavement legend and install new 30 EA s ~~o-s ':lt CO.)~ thermoplastic Pavement Legend 60 Remove aU RPM & thermoplastic striping where slurry seal 1 LS $ ~(XX)-$ c; OC"l'\- will occur TOTAL BASE BID AMOUNT $~~ocn- BP.9 ADDITIVE BID ALTERNATIVES Item# Description Quantity unit Unit Bid Amount To~l B i d Amount IQuantttv 11 Unit Bid Amount) Additive Bid Alternative 1 -In Pavement Lighting SAFE ROUTES TO SCHOOL IMPROVEMENTS AT LONGLEY WAY ELEMENTARY-UVE OAK & WARREN 61 Furnish & lnstan thermoplastic ladder slyle X walk striping (Extrusion Type} on live Oak at Warren (east leg) 1 EA s'd'OC()-s~sro- 62 Furnish & lnstall2" conduit 20 LF $ t:>o-s ~om- 63 Furnish & Install new 1#5 pullbox 2 EA $ ~oo-s lOCO-- Furnish & install in roadway lighting on L ive Oak St ., 10 Units ~~o.~· $~-64 complete including controller wiring and all in:identals--(5 1 EA $ year component Warranty required see technical specs} Furnish & I nstall s olar panel for solar power and battery \c;ooo-s \c;~-65 backup system including Two-1 A ooln for In roadway 1 EA $ lighting o n Liv e Oak. 66 Furnish & install activation button on 1-A pole, 2 EA s l ~oo-$ ~nco- 67 Furni sh & I nstall signs with S1-1 LED Including Wiring 2 EA $~tOO-$ z.+oocr TOTAL ADDITIVE BID ALTERNATIVE 1 $S~sro- BP.IO ADDITIVE BID ALTERNATIVES llem# I Doscrlptlon J I I I T otal Bid Amount Q uantity unit Unit Bid Amount (Quantltv x Unit B id Amount)_ Additi ve Bid Alternative 2 -In Pavement Lighting ' ------.. SAFE ROUTES TO SCHOOL IMPROVEMENTS ON OAK AVE NEAR OAK INTERMEDIATE 68 Furnish & install2" conduit 20 LF $so .. $~\tO- 69 Furnish & Install new NS pullbox 2 EA $ ~co-$ 1000- Furnish & install in roadway lighting on Oak St., 10 Units s:?JO ooo-s ':;QOI)')-70 complete including controller w iring and all incidentals--{5 1 EA year componen t Warranty required see technical specs) Furnish & Install solar panel for solar power and battery sl~OCO-s }~oro-71 backup system including Two-1A poles for in roadway 1 EA lighting on Oak. 72 Furnish & install activation button on 1-A pole. 2 EA s ~~oo-s 'd ooo- 73 Furnish & install signs with 51-1 LED including wiring 2 EA s'd.~-$ 4otx;)- TOTAL ADDITIVE BID ALTERNATIVE 2 $S])cm- BP.Il ADDITIVE BID ALTERNATIVES Item# I Description I Quantity I unit I Unit B id Amount I Total Bid Amount (Quantity x Unit B id Amountl Additive Bid Alternative 3 • In Pavement Lighting I -. -~----------~ -----' ·~-------------·-----·~--- SAFE ROUTES TO SCHOOL IMPROVEMENTS ON LEMON AVE AND TEMPLE CITY BLVD NEAR TEMPLE CITY HIGH SCHOOL 74 Furnish & install2" condu ~ 20 LF s ~h-s \crn- 75 Fumish & install new #5 pullbox 2 EA s -c;on-s ~ 0[\()- Furnish & install in llladway lighting on Lemon Ave. 10 Units $ "::> 0 0'1()-s 1>DCXX)-76 complete Including conlrollerwiring and aQ lncldentals-(5 1 EA year component Warranty required see technical specs) Furnl$h & instan solar panel for solar power and battery $ ~t; b(X.)-s ~soon-71 backup .system including Two-1A !!91tS for in roadway 1 EA lighting on Lemon. 78 Fumish & lnstaU activation button on 1-A pole. 2 EA s \C(i)-sd-0(:0- 79 Fumish & Install signs with 51·1 LED Including wiring 2 EA $d Del)-s4ooo- SUBTOTAL ADDITIVE BID ALTERNATIVE 3 $~ocn- BP.I2 BI H IJ I I<"'I'IU H 'C)""'\1 · \ll l'.•~,,l n Bu fd,r'-.l'rnp•-'ll'~'trnrr'lr.rlllh 'uhlllllhd (,.( 1l\ \ .. tt.ddlr .. l'r "l'"'tl ADDITIVE BID ALTERNATIVES Item# Description Quantity unit Unit Bkl Amount Total Bid Amount (Quantfty x Unit Bkl Amount) Additive Bid Alternative 4 Addi tional Access Ramps Rep l acements SAFE ROUTES T O SCHOOL IMPROVEMENTS AT A L L NINE L OCATIONS Remove PCC sidewalk/Ramp, lawn, shrubs, PCC ribbon, brick, & dir1. Trim bushes-. Prune Roots of existing trees and grade. Construct new pee Curb Ramp Per APWA Sid 111-4 s-,l)(j)-$d0'J OOO-80 Case A, Type 3 or type 4 to Tnc:Jude any Incidental sidewalk, 36 EA repa ir landscaping & Irrigation system and aM other Incidentals for a complete installation at various locations in tile vicinity or the schools as directed by the City Inspector TOTAL ADDITIVE BID ALTERNATIVE 4 $ :asl) CXj)- BP.I 3 The low bid will be elltablbbed based on the "Base Bid". The Additive Bid Altemativell will not be taken into account in determining the Jowest responsible bidder, but may be awuded to the awardee at I he sole and complete di.scretion of the City as part of the performance or.tbe contract. The contra.c t may be awa rded at the e lecti on of the governing board to th.: lowest responsible bidder; and whose proposal complies with all the requirements prescri~d. The bidder hereby gives ass urance pursuant to the requirements ofTiUe 49, C.R.f. Part 23, that bidde r has made a reasonable attempt to meet the goal for Minority Business Enterprise participation specified for the contract for which this propo sa l is submitted. Bidder funher gives assurance that bidder will su bmit the documentation required by said regulations and the specifications fo r the li sting of a Minority Bu sine ss Enterprises with which the bidder will s ubc ontrac t if the contract is awarded to bidd er, and if bidder is unable to obtain MBE participation, of the steps bidder has taken to obtai n MBE participation. The undersigned further agrees that in case of defau lt in executing the required contract, with necessary bonds, within ten ( 10) days, not including Sundays and leg al holidays, after having received noti ce that the contract has been awarded and is read y for signature, accom pan ying his bid shall become the propeny of the City ofTemple City, and this proposal and acceptance thereof may be considered null and void. The foregoing quantities are approximate only, being give n as a bas is for the comparison of bids, nnd the Ci ty docs not expressly or by implication agree that th~ actual amount of work will correspond therewith , but reserves the ri ght to increase or decrease the amount of any class or ponio n of the work or to omit ponions of the work as may be deemed nepes sary or advisable by the Engineer. All bids .wi ll be compared on the basis of the Engin eer's estimated quantities of work to be performed. The BIDDER agrees that the Agency reserves the right to increase or decrease the arnounl of any quantity shown and to delete any item from the contract and pay th e contractor a t the bid u,nit prices so long as the to ta l amount of change does not exceed twenty-five percent (25%) plus or minus of the total bid amount fo r all bid items. If the change exceed s twent y-live percent (25%) a change order may be negotiated to adjust unit bid prices. It Is agreed that the unit and/or lump sum prices bid include a ll appurtenant expenses, taxes. royalties, and fees. In the case of discrepancies in the amount bid, unit prices sha ll govern over extended amounts, and words sha ll govern over ligures. BP.14 The bid prices sha ll include any and all costs, includi ng labo r, materials, and all other incidental costs to complete the projecf. In compliance with the Bid and Contract Documcnu and applicable standards. All other work items not specifically listed in the bid schedule , but necessary to complete the work per bid and contract documents and applicab le standards are a..~umed to be included in the bid prices. BIDDER understands that a bid is required for the entire work,thal th equantiti es set fonh in the' Bid Schedule are to calculate tota l bid amount, and that final compensat ion under the contract will be based upo n th e act ual quantities of work satisfacto rily completed The award of Lhe contract, if it be awarded, will be to the lowest responsible who submitted the lowest responsive bid amount for Bid Schedule, and whose proposal complies with all the requirements prescribed . BUSINESS ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASS IFICAT ION BP.I5 ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES P.O. BO X 2229, CORON A, CA 92878-2229 STAT E CONTRACTORS LICENSE f/267073-A CORPORATE RESOLUTION Resolved, that this Corporatio n, All American Asphalt, on June 17, 2014 authori zes Robert Bradley to execute contracts and agreements on behalfofthe Company in the capacity of Vice President. Michael FarkaS Secretary TELEPHONE : 951-736-7600 ·FAX : 951 -739-4671 - -------------- TEMPlE CIT~. SR~S PROJECT CONTR/oCT OOCU ... EIITS SPECIFIC" TIO"-S AND COUST RUCTIOIII'I.ANS Ooa.ment Coni<04 Pa~ 26 al 1St 1111>1)( W....,I'IHli'O...., \I • \lll'.l!!l'' lu ll1ddl·1·, l'l"l''"·d "'•'llluuSh.dllk ....,uhmllll·d lu (it~ '' llidda', I'II'Jl"'·ll (!'HE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL) BP .l6 I l I I TEMPlE CIT I SR2S PROJECT CONTRACT OOCUMEIITS SPECIFICATli.)M) •NO COI~S T RUCTIOIJ PlANS Doa.rnonc COilvol P•J8 21 01 151 IIIDIH It ., I'IH II' I,,\ I.-\Ill'.•:.:•·' In llu ldl'l'', l'1 "1""·11 'nliu n ~h a ll II•· ~u h m ill t·d l'u < 'il\ \' llid d l'l ·, l'1 u p u,,il REFERENCES The following are the names , addresses, and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two years . I. ('jki &~ \\\\\s ·2!-\0?;S' ~\1cro '&\. 1 LR.~aa l-\,\\s (A e>f'U/52 Name d Address of Owner Name and Telephone Number of Person Familiar With Project Contract Amount Type of Work Date Completed 2. ~ o\-Svn\rA~r,kt 1?f\W\hbiJ\~\vd,1~r1 ~1\ CA '1~ "Name and Address of Owner Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. ~& ~oS\tlMrA 11 ~!rl>rNt , O,s+e Htt;Jt arne and Address of Owner Contract Amount Type of Work Date Completed The following are the manes , addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procure insurance bond s : BP.17 "2012" PAST WORK REFERENCES City of Beverly Hills 345 Foothill Road Beverly Hills, CA 90210 Contact: Juan Martinez, (310) 285-252 1 City of Costa Mesa 77 Fair Drive Costa Mesa, CA 92628 Contact: Thomas Banks, (714) 754-5222 City of Perris 170 Wilkerson A venue, Ste. D Perris, CA 92570 Contact: Chris Sunde , (951) 943-5604 City of Dana Point 33282 Go lden Lantern Dana Point, CA 92629 Contact: Matt Sinacori, (949) 248-3574 City of Long Beach 333 W . Ocean Blvd., lOth Floor Long Beach, CA 90802 Contact: Chuck Ramey, (562) 570-6634 City of Santa Ana 20 Civic Center Plaza Santa Ana, CA 9270 1 Contact: Edward Torres, (714) 647-5018 City of Fountain Valley 10200 S later Avenue Fountain Valley, CA 92708 Contact: Alex Salazar, (7 14) 593-4516 2010-2011 Street Resurfacing Project Contract Amount: $2,800,000.00 Start: 6/1/2011 Completed: 4/30/2012 2010-2011 Citywide Street Rehabilitation Contract Amount: $2,778,000.00 Start: 7/1/201 1 Completed: 2/29/2012 Foss Field Parking Expansion Contract Amount: $190,000.00 Start: 11112012 Completed: 2/29/2012 Pacific Coast Highway & Nigue l Shores Contract Amount: $676,676.00 Start: 12 /1/2011 Completed: 5/30/2012 Willow Street Improvements Contract Amount: $661,661.00 Start: 12/1/2011 Completed: 6/30/2012 Bristol Street Widening Contract Amount: $8,315,754.00 Start: 5/1/2009 Completed: 3/16/2012 Edinger Avenu e Improvements Contract Amount: $422,422.00 Start: 5/1/2012 Completed: 8/1/20 12 "2013" PAST WORK REFERENCES Department of Transportation 3521 Y. University Dr Irvine CA 92612 Contract: Dat Pham, (949) 279-8586 City of Santa Clarita 23920 Valencia Blvd Santa Clarita CA 91355 Contact: Bill Whitlatch, (661) 259-2489 LACDPW 900 S Fremont Ave Alhamb~ CA 91803 Contact: Hector Hernandez, (626) 458-2191 Department of Transportation 2023 Chicago Ave., B-6 Riverside, CA 92507 Contact: Michael Chen, (951) 830-6017 City of Laguna Hills 24035 El Toro Rd Laguna Hills, CA 92653 Contact: Kenneth Rosenfield, (949) 707-2650 County of Riverside Transportation 3525 14th St Riverside, CA 92501 Contact: Trai Nguyen, (951) 961-5363 Route 74, Contract No. 12-0L6404 Contract Amount: $1,134,057 Start: 7 flO 12 Completed: 5/2013 2011/12 Overlay & Slurry Seal Program Contract Amount: $5,995,000 Start: 8/20 12 Completed: 5/2013 Seventh A venue Contract Amount: $2,077,000 Start: 9/2012 Completed: 12/2013 Route 74, Contract No. 08-0P9504 Contract Amount: $3,450,622 Start: 612012 Completed: 9/2013 Citywide Pavement Rehabilitation Contract Amount: $1,778,169 Start: 8/2012 Completed: 9f20 13 Gilman Springs Road Contract Amount: $1 ,695, l 08 Start: 7/2013 Completed: 9/2013 l TEMPLE CIT f SR2S PROJECT COUTRJ-CT OOCUMEIITS SP£CIF1CAT10NS AllDC(IIjSTRUCTIOil PI.JIII.S Do.."UTTI!!lt Con~ol Paqe 28 at 1~1 BIDIH It''-I'IH>I'O'-\I.-\111'.1!!''' In Buldt·1·, 1'1upo,,tl '-•·dwn '-halllk Suhnullt·d lu (it~ '' Buldt·1·, l'•o111 ".1l SUBCONTRACTOR LIST In compliance with the provisions of the Government Code Section 4102, the undersigned bidder herewith sets forth the name and location of the place of business of each subcontractor who will perform the work or labor or render service to the general contractor in or about the construction of the work or improvement in an amount in excess of one-half (1 /2) of one percent (I%) of the gene ral contractor's total bid , and the portion of the work which will be done by eac h subcontracto r. PORTION OF THE WORK SUBCONTRACTOR ADDRESS t:\eL1r\ca\ If the bidder fails to specify a s ubcontractor for any portion of the work, the bidder agrees to perform the work with hi s own crews. (Alternative subcontractors for the same work are prohibited by provision s of the Ca liforni a Government Code.) Dated Bidder BP .18 TEMPlE CITY SR2S PROJECT COli TRACT OOCUMEtHS SPECIFIC" liONS AI<O CONSTRLICTIOtl J>Ll"'S ~ Con\101 Page 29 011S1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification. __ _ Bid Date ------- This information must include all construction work undertaken in the State of California by the bidder and partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current ca lendar year prior to the date of the bid su bmittal. Separate information shall be s ubmitted for each particular partnership, joint ve nture , corporate or individual bidder. The bidder may attach any additional information or explanation of data, which he would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalitie s. I. No. of contracts ~.{\ 4 Calendar Years Prior to Curre nt Year 2009 2010 2011 2012TOTAL CURRENJr ~E,~ t ~et>a..~ 2. Total dollar amount of contrac ts (in thousands of$)..$ l?fi>l '1.\0 . 3. No. of fatalities 4. No. of lost workday cases 5. No. of lo st work day cases involving permanent Transfer to another job termination of employment 6. • No. of lost workdays *The information required for these item s is the same as requi red for co lumn s 3 to 6, code I O,Occupational injuri es and i llnesses, OSEA No . I 02. The above information was compiled from the recorded that are ava.ilable to me at thi s time and I declare under penalty of perjury that the information is true and accurate within the limitati ons of these records. Name of Bidder (print '"'P 0. "&>i 1.22."'\ Address City Zip Code Te ephone BP.I9 ALL AMERICAN ASPHALT INDUSTRIAL SAFETY RECORD Record Record Record Record Record Record Record TOTAL Current for 2007 fO{ 2008 for2009 for 2010 for 2011 for 2012 for 2013 Year No. of Conclracts 1190 1004 862 899 92 5 837 898 6615 367 Total Dollar Amount 0 Contracts (In Thousands of$) 3~9.836 253,500 211 ,1 41 222,924 218,736 256,835 258,289 1,781,26 1 135 ,210 No. of Fatalities 0 0 0 1 0 2 0 3 0 No. of Lost Workdays Cases 21 19 12 16 11 9 17 105 0 No . of Lost Workday Cases involving permanent transfer to another ob or termlnaUon or employm ent 0 0 0 1 1 1 1 4 0 No. of Lost Workdays 821 431 170 1261 382 683 186 3934 0 ALL AMERICAN ASPHALT To whom it may concern: On May 28, 2010 All American ASphalt filed a death claim ·wlt~workers' camp carrier. A brief description Is listed below. An employee working at our Pacoima asphalt plant was operating a scissor lift Inside the tunnel. He was raising himself to an area In the tunnel where pigeons were living. The employee was going to clear the area In order to keep these birds out of the plant. _ While raising himself to the area, our employee suffered health problems. Tile employee was found pinned between a beam In the tunnel and the control panel on the lift. He passed away upon arrival to the emergency roo~ cal OSHA enforcement as well as an Investigator from the Bureau of Investigations came out No charges were flied from the bureau .. Two minor paperwork dtatlons were given to All American Asphalt. We appealed them and got the citations reduced to "Notice Only" with no fine. Please call me at 909-815-8404 If you have any questions. On behalf of All American Asphalt, Sincerely, Bryan _Pease Consultant ALL AMERICAN ASPHALT INFORMATION On July 22, 2012, All American Asphalt employees were replacing concrete panels on the 405 freeway in Torrance. Around 3:35am two drunk drivers entered our work zone and fatality wounded two of our employees. We were informed both drivers tested positive for alcohol beyond the legal limit. The CHP advised on television that our work zone was well lit and that our traffic control was set in place according to plan. Cal OSHA is investigating and has up to six months to complete their investigation. Please let me know if you have any questions. You may call me at 909-815- 8404 or e-mail me at brpeasel@msn .com if you have any questions. Sincerely, Bryan Pease Consultant TEMPt£ CIT'f SR2S PROJECT CONTRACT DOCUMENTS SPECIFICA TII)I>;S AND COilS TRUCT IOrJ PLANS. 0oo:wnet11 Conuol Paqe 30 oK !51 AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) ~--~------~------~----------------------------~----_jbeing first duly sworn, deposes and says : That he is a member of the co-partners hip firm designated a which is the party making the foregoing proposal or bid; tha uch bid is genuine and not collusive or sham; that said bidder has not colluded, spired, connived or agreed, directly or indirectly , with any other bidder or person t put in a sham bid or that such other person shall refrain from bidding' and has not i any manner sought by collusion to secure any advantage against the City of Temple ity or any person interested in the proposed contract, for himself or for an~ ot,er pers n. That he has been and is duly vested wit~tho tty to make and sign instruments for the co-partnership by who constitute the other members o the co-partnership Subscribed and swor To before me this Signature --------~-----&yof __________________________ --~20 ____ __ Signature of Officer Administering Oath (NOTARY PUBLIC) BP .20 TEMPlE CITY SR2S PROJECT COil TRACT OOCUMEms SPECIFICATIONS 41<0 CONSTRUCTIOU PlANS. DocuMn!Conllol p~ 31 oil 51 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA 'Rw~ COUNTY OF-bOS ... ES ) ) ss ) -::----:--:-~----\-:::>.DDo ............ ~<1r~~=....~\e"--'s~------------'' being first duly sworn, depo ses and says: l That he is \J\~']}t?\k\­ A\\ AW\OO(.O,f) ~'fa \l of, a corporation which is th e party making the forgoing proposal or bid; that such bid is genuine and not collusive of sha m; that said bidder has not co lluded, conspired , connived or agreed, directly or indirectl y, with any other bidder or person to put in a sham bid or that such other person shall refrai n from bidding; and has not in any manner sought any collusion to secure any advantage against the City of Temple C ity or any perso n interested in the proposed contract, for any other perso n. Subscribed and sworn To before me thi s BP.21 Signature of Officer Administering Oath (NOTARY PUBLIC) CALIFORNIA JURAT State of California County of _ _,Rc..:.i:..:.v.::.ers=id:..::e'------ • DONNA THORNE Commi ssion # 2067768 Notary Public -California Riversi de County M Comm. Ex ires Jun 7. 201 8 z z ~ Subscribed and sworn to (or affirmed) before me on this 17th day June, 2014 Dale Month By (1) Robert Bradley Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) (and Proved to me on the basis of satisfaGtory evidense be the person who appeared before me .) Plac:. Nolaly Seal Above Signature_-!.~~~..:....:.....:~....:.~51.....:..:~~~-----­ signature of Notary Public ---------OPTIONAL---------------- Though the information below is not required by law, II may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document . Further Description of Any Attached Document Title or Type of Document: Affidavit for Corporation Bidder Dated : no date Page :BP.21 Signer(•) Other Than Named Above :Ul<l None....__ _______ --1 I 1 ir! "1 l,l•, 1·1 ~·. • ••• ''' Of 5 1V .tR ' lf.loii'LE CITY SR2S PROJECT O>tlTRioCT OOCUMEIITS SPECiflCA;I"'-S At,QC(II<STRUCTION PlANS ~COI!IIOI P•98 32 G1 151 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) That he in the party making the foregoing propo sal or bi ; that such bid is genuine and not collusive or sham ; that said bidder has not collu , conspired, connived or agreed , directly or indirectl y, with any other bidder or per n to put in a sham bid or that such other person shall refrain from bidding; and h not in any manner soug ht by collusion to secure any advantage against th e Ci of Temple City or any perso n intere sted in the proposed contract, for himself or r any other person. Subscribed and sworn To before me this Signature --------------~~--dayof ____________________________ 20 ____ __ BP.22 Signature of Officer Administering Oath (NOTARY PUBLIC) TEMPLE CITY SR2S PROJECT CONTAACT DI)CUMEIJTS SPECIFICATIO'IS MD CO IJSTRI)(;TIOIJ Pi.P.JS. 0oame<1c Col-Val P"'JU 33 01 l SI BIDIH .It'"I'IUII'I l " \I -\111 '.1:!,., In Bult l•·•·, l'n•p u,a l ..,,·,·liu n Sh.ll llh· Suhm illl·ll l u ('il ~ \' Bu lt kr', l'•upt"al AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) ~--~------~----~~----------------------+-~------~~ing first duly sworn, deposes and says: Thatheis----------------------------~----------------0~ one of the parties submitting the foregoing bid as a j mt venture and that he has been and is duly vested with the authority to make and sig nstruments for and on behalf of the parties making said bid who are: that such bid is genuine and not ollusive of sham; that sa id bidder has not colluded, conspired , connived or agre , directly or indirec tl y, with any other bidder or person to put in a sham bid or that su other person shall refrain from bidding; and has not in any manner sought by collusi to secure any advantage against the City of Temple City o r any person interested in e proposed contract, for himself or for any other person. Signature _______________________ dayof ______________________ .20 ______ _ Signature of Officer Administering Oath (NOTARY PUBLIC) BP.23 Bid Bond No. 08597423 TEl!PlECITI. S~ PROJECT C:OIITRACT C<lCllMENTS SPECI FICATII)tiS 1,/QC:OUSl RUCTIO fl PIJ'.t'.S.O..O.......,.C«>'JoiPa;~<~ ~oiiSI Bllli>J:I('S l'lt01'0' \L • .\lll'a;:••, In Bl tl!k r'~ l'roJl"'·•' 'cl'lion Sh:llllk Suhmill•·d I u Ur~ \, lli<ltlt·r·, l'•·upu,a l BIDDER'S BOND KNOW ALL MEN BY TH ESE PRESENTS , THAT WE, All American Asphalt __________________________ as prin cipal and Fide lity and Deposit Company of Mary land as s urety, are held and firmly bound unto the City ofTemple C it y in the s um often perctlnt (10%) of the total amount o f the bid of the principal , to be paid t o th e sai d City of it s cert a in attorney, its successors and assigns; for which payments will and trul y to be mad e, we bind ourse lve s, our he irs executo rs and administrators, successo rs or assigns, jointly and seve rall y, fi rmly by th ese presen ts. In no case shall the liab ility of the surety hereunder exceed the sum of $ Ten Percent of Am ount Bid THE CONDI T ION OF THlS OB LIGATION IS SUC H, That wherea s the prin ci pal has submitted the above mentioned bid to th e City of Temple City for ce rt ai n co nstructio n spe cifi ca lly described as follows , for which bids are to be opened at Temple City, City Hall on Jun e 24, 20 14 for the Safe Routes to Schoo l project in the Ci ty of Temple City. NO W THEREFORE, if the afo resa id principa l is awarde d the contract, and within the tim e and manner requi red under the specification s , afte r the prescribed form s are presented to him for signa ture , enters into a written contract , in the prescribed fo rm in accordance with th e bid , and file s the two bonds wish the Cit y of Temple City, one to guaran tee faithfu l performance and other to guarantee payments for labor and materials, as req uired by Jaw, then this ob li ga t io n shall be null and vo id ; otherwise it shall rem ai n in rull force and effect. In the eve nt suit is brought upon this bond by the obligee and judgment is recovered, the surety shall pa y all cos ts incurred by th e ob ligee in such s uit including a rea so nabl e attorney's fee to be fi xed by the cou rt. BP.26 Tfloi F'I.E CITY, 5.'!1S PROJECT COII TRACT c,;-c:uuerrs SPECIFK'..:.~S lo.!.O COUST~OCTIOtl PlMS. O.C.....Corc o1 P~ 37 o1 151 Bll>lll I('~ I' I{( II'OS \I.-\lll'.•::n In Hitltkr', l'ruJIU'.II S <rliun Sh.11l II•· Suhmilll·cl I u Cil~ \\ llitltkr', l'rnp ""'' IN WITNESS WHEREOF , we have hereunto set our hands and seal s o n thi s 4th day of June A .D., 20...!i._ _____________ (s eal ) NOTE : All American Asph alt (sea l) ~~(~I) _ _,...., _________ (sea l) PRINCrPAL Fide lity an d Depo sit Company o f Marylan d (seal) "'Xctb 1\ 1\_g.~~ SU RETY Rebecca Haas-Bates, At tomey-in-FIICI 777 S. Figueroa Street., Suite 3900 Los Angel es, C A 90017 (sea l) ADDRESS Si gnatures of tho se ex ecutin g for the surety mu st be properl y ackn owl edged. BP .27 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 St ate of California County of _o_ran---=g_e ---------- } On 6/4120 14 before me, R. Param o, Notary Publi c Date Here Insert Name and Title of the Officer personally appeared .:..:R:..::e:::be:.:c:.:.c::.a.:..:H:.::aas=.:-B::;a::..:t.:.;es:... _____________________ _ Place Notary Seal Above Name(s) of Signer(s) who proved to me on the basis of satis factory evidence to be the person(G} whose name{lij is/ate subscri bed to the w ithin Instrument and acknowledged to me t hat -Re/she/they executed the same in Ri5/he r/~ authorized capac ity~. and that by m /her/\Aeir sig naturets) on the instrumen t the personfer, or the entity upon behalf of w hich the person~ acted, executed the instrum ent. I certify u n_de ERJURY under the laws of the.,StatEU alifor ·a that th orego ing par agrap h Is true a~ correct. WITNESS my hand an official s Slg nattl~-...o:::....---'':::---:...;....>.~'-:""'..::::'--:::-=:-:---- ----------------------------OPTIONAL---------------------------- Though this section is optional, co mpleting this information can deter al teration of the document or fraudulent reattachment of th is form to an unin tended document. Des cription of Attached Document Title or Type of Document: ------=B.:..:id:...B::;o~n.:..:d:__ ____ Document Date: _6_14_12_0_1_4 ____ _ Number of Pages : Two (2 } Signer{s) Other Than Named Above: _A_II_A_m_e_ri_c_an_A___..;.sp_h_al_t ___ _ CapacityQes) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates 0 Corporate Officer-Trtle(s): ------- 0 Partner -CJ Limited 0 General 0 Individual 0Attorney In Fact 0 Trust ee 0 Guardian or Conservator 0 Other:-------------- Signer Is Representing:---------- Fidelity and Deposit Company of M ary land iJGWi W W Sdiit''liilil iV.Cibi W -QA:JOiMMGWCW W U Signer's Name:------------- 0 Corporate Officer -Trtle(s): ------ 0 Partner-0 Limited 0 General 0 Individual 0 Attorney in Fact 0 Trustee 0 Guard ian or Conservator 0 Other: ------------- Signer Is Re presenting: ---------- Q 2013 Nation al Notary Assoc iation • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 EXTRACT FROM BY-LAWS OF THE COMPANIES "A rticl e V. Section H. Anomeys -in -Facl. The Chief Execu tive Office r, the President. or any Executive Vice Pre sident or Vice Preside nt may. by wrin en instrument under th e aucstcd corporate seal, appoin t auomcys-in-fnc t with authority to execute bonds, polic ies. recognizances. stipulati ons, undertakin gs, or other like instrumenL~ on behalf of the Compan y. and may auth orize any officer or any such auomcy -in-factto affix the corporate se al thereto; and may with or without c:~usc modify of revoke any suc h appointment o r authority at any time ." CERTIFICATE I. the undersigned. Vice President of the ZUR IC H AMERICAN INSURANCE COMPANY. the COLON IAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT CO MPANY OF MARYLAND. do here by certify that the foregoing Power of An omcy is still in full force and effect on the dat e of thi s cert ifi cate : and I do fu rther ce rtify that Article V. Section 8. of the By-Laws of the Companies is still in force . This Power of Anomey an d Ce rti ficate may be signed by fac sim ile under and hy au th orit y of the foll owing re sol ution o f the Board of Directors of the ZURIC H AME RI CAN INSURANCE COM PANY at a meeting duly called an d held o n the 15th day of Dece mber 1998. RESOLVED : 'lh:u the signature of the President or a Vi ce Presiden t and the attesting signature of a Secretary or an Assistant Secretary and the Seal o f the Company may be affixed by fac simile on any Powe r o f Auomcy ... Any such Power or a ny ce rt ilic:~te thereof bearing such fac simile signature and sea l shall be valid and binding on th e Company ." This Power of Auomey and Certifi cate may be sign ed by fac simile under and by authority of th e follo wing resolution of the Board of Direc tors of the COLO lAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May. 1994 . and the following resoluti on o f the Board of Directo rs of the FlDELITY AND DEPOSIT CO MPANY OF MARYLA D ata mee ting duly called and he ld on the lOth day of May. 1990. RESOLVED : '!hat the facsimi le or mechanically reproduced seal of th e co mpany and facsimile or mechanically reproduced signature of any Vice -Preside nt. Secretary, or Ass istant Secretary o f the Company, whether made heret ofore or hereafter. wherever appeari ng upo n a certified copy of any power of anomey issue d by the Company. shall be valid and binding upon the Company with the same force and effec t as though manually affixed. IJ:l.TESTIMON~F. I ha ve hr;nto subsc ribed my nam e and affixed the corporate seals of th e sa id Companies. this f. day o f • 20 . Ge o ffrey Delisio, V ice Presi dent ZURIC H AME RICAN INSU RANCE COMPANY COLO NIAL AME RI CAN CASUALTY AND SU RETY COM PANY F LD EU TY AN D DEPOS IT COM PANY O F MARYLAND POWER OF ATTO RNEY KNOW ALL MEN BY THESE PRESENTS : That the ZURIC H AMERJCAN INSURANCE COMPANY. a corporation of the St ate of New York. the COLO lAL AMER ICAN CAS UALTY AND SURETY COMPANY . a corporation of th e St at e o f Maryland, and the FIDEL ITY AND DEPOSIT COMPANY OF MARY LAND a corpora tion of th e State of Mary land (herein collectively c-.tl leu the "Companies"), by T HOMAS 0 . MCCLELLAN, V.ice Pre.si dent, in pursuance of authority gran ted by Anicle V. Sec ti on 8. of the By-Laws of said Compan ies. whi ch are set fon h on th e reverse side hereof :md arc hereby certified to be in full force and effec t on the u:it e hereof. do hereby nomina te, constitu te. and appoin t Willi a m SY RKIN . Rebecca HAA S-B ATES , Sergio D. BE CHARA and Richard ADAI R, all of Irv ine. Caliror nia, EAC H its true and lawful age nt and Attorney-in -Fac t, to make. execu te. seal and delive r. for, and on its behalf as sure ty. and as its act and deed: any and al l bonds a nd undertakin gs, and the exccution or suc h bo nds or und cnakings in pursuance of these presen ts. shall be :JS binding upon sai d Companies, as fully and amp ly . to all intents and purposes. as if they had been duly executed and ac kn ow ledged hy the regul arly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York . New York .. th e regu larly elec ted officers of the COLONlAL AMER ICAN CASUALTY AND SURETY COMPAN)' :u its office in Owing s Mill s. Mary land .. and the regula rl y elec ted office rs of the FID ELITY AND DEPOS IT COM PANY OF MARYLAND at its office in Owings Mi ll s. Mary land ., in thei r own prope r persom. The sni d Vice President does hereby ccnify that th o ex tract se t fonh on the revers e si de hereof is a true copy of Anicle V. cctioo 8 , o f the By-La ws o f said Com panic . and is now in force . IN WITNESS WHEREOF. th e s:Jid Vice-Pres id ent has here unto subsc ribed hi s/her nam es and aflixed the Corporate Seals of the sa id ZU RI CH AME RI CAN INSU RA NCE COM PANY, COLON IAL AME RI CAN CASUALTY AN D SU RETY COM PANY, and FIDELITY AND DEPOSIT COM PANY OF MA RYLAN D. this 15th day of J:111u ary . A.D. 20 13. ll ssistanl s~cretary Eric D. Ba m es State of Maryl and Ci ty of Bal tim ore ATTF.sT: ZURICH AMERI CAN INSURANCE COM PANY COLONIA l, A ME RICAN CASUALTY AND SURETY COMPANY FlUE LITY AN U D EPOSIT C OMPANY OF MAR YLAN D Vice P residell/ n10mas 0 . McClellan On thi s 15th da) of January. A .D. 2013. bcfon:: the ubscribcr. a Nolllry Pub lic o f the State o f Mary land. duly commissioned and qualified. THOMAS 0 . MCCLELL AN, Vice Pre5ident. a.m d E RIC D . BARNES, Assisumt Secrelllry, or the Companies. to me personall y known to be the i nd ividual~ and orticers tlcscribcd in and who exccu ced the preceding inscrumenL and acknowledged thcrexccucion of same. nnd being by me du ly ~worn, d cposclh nnd saith , th ai he/she is che said officer of ahe Comp:my aforcs:ud . :utd lhal the seals affixed 10 the precedi ng ins trument nre the Corpor:ue Seals of s:~id Comp.·!nlcs. and that the said Corpor:ue Seals Wld th.: signacure as such officer were du l) affixed and subscribed co !he said ins trumcnl by the a uthorit y nnd direction of !he s:~id Corporotions. Constance A. Dunn. Notary Public My C(•mmission EJtpires : July 14. 201!1 POA·F 012-00330 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of Ca lifornia County of __ .....;Ri:.=-. v,_,e:.:.r:.:si:.::d:.::e __ On June 17, 20 14 before me, -----=D...;:;o=nn=a=-=-Th~o:""m'"':=e"-:, N'-'-"-o.;;:tary~.;;-P~u~b1"":ic::=--- o... ._.. lnM11 nome Wid Tel41 ollhe ()ll"ar personally appeared Robert Bradley Place No t.y S.., Above Nm>e(l ) ol sv-(1) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(&) is/are subscribed to t he within instrument and acknowledged to me that he/sheAhey executed the same in hislhefMeif authorized capacity{ie&), and that by hislhefAA&if signature(&) on the instrument the person(&), or the entity upon beha l f of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoi ng paragraph is true and corred. WITNESS my hand and official seal. Signature ~ ~ Signature of Not.y Public ---------OPT IONAL---------------- Though the information below Is not requ ired by law, it may prove va luable to person relying on the document and could prevent fra udulent remova l and reattachme nt of th is form to another document Description of Attached Document Title or Type of Document --'B=id==-=B~o:.:.n:::d:..__ ____________________ _ Document Date: 6/4/2014 Number of Pages: _T_,_,_,w-"'o ..... (=-2).__ _________ _ Signer(&) Other Than Named Above: Fi delity and Depo sit Company of Maryland Capacity(l es) Claimed by Signer(s) Signer's Name: Robert Bradley Si gner's Name:----------- o Individual o Individual x Corporate Officer-Title(s): Vice-President o Corporate Officer -Title(s): ------ o Partner -o Umited o General o Partner -o Umited o General .. .. ,,, '•T o Attorney in Fact o Attorney in Fad c:• S•G',fR r:r ~ .• ·.E w o Trustee Top olh.mb he<e o Trustee Topoltumlwe c Other: c Other: Signer i s Representing : Signer Is Representing: All Ameri can Asohalt lEI,I PI.£ CJTV SR2S PROJECT CONlR/-CT DOCUMENTS SPECIFICI.TJ0.'\5 ~NO COr<STRLICTIOIJ PlA'lS. eo.:.m.u Conuot Pavo 38 of 1$1 CERTIFICATION OF NON-DISCRIMINATION As supplies of goods or services to the City of Temple City, the firm li sted below certifies that it does not discriminate in its employment with regards to race, religion , sex or national origin; that it is in co mpliance with all Federal, State, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: I. To establish or observe employment policies which affirmatively promote opportunities for minority perso ns at all job lev els. 2. To communicate Lhis policy to all perso ns concerned including all company employees, outside recruiting services, especially those se rving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the co mp any. FIRM A_\~ A.soeu{.l!tl\ ~\\. \ t~ Please include any addi~ nat information availab le regarding eq ua l opportunity employment programs now in effec t within yo ur company: BP.28 ALL AJ\'IERICAN ASPHALT ALL Al\IIERICAN AGGREGATES P.O. BOX 2229, CORON A, CA 92 878-2229 STATE CONTRACTORS LICENSE n67073-A EEO -AFF IRMATIVE ACTION PROGRAM -BASIC POLICY TO ALL AMERICAN ASPHALT PERSONNEL : IT IS THE STATED POLICY OF ALL AMER ICAN ASPHALT THAT ALL EMPLO YEES AND APPLICANTS SHALL RECEIVE EQUAL CONSIDERATION AND TREATMENT. ALL RECRUITMENT, HIRING, PLACEMENT, TRANSFER AND PROMOTIONS WILL BE ON THE BASIS OF QUALIFICATIONS OF THE INDIVIDUAL FOR THE POSITION BEING FILLED WITHOUT REGARD TO RACE , COLOR, RELIGION , SEX, SEXUAL ORIENTATION , MAR ITAL STATUS, NATIONAL ORIGIN , ANCESTRY, DISABILITY (MENTAL AND PHYSICAL , INCLUDING HIV AND AIDS), MEDICAL CONDITION (CANCER AND GENETIC CHARACTERISTICS), AND/OR AGE (40 AND OVER). ALL OTHER PERSONNEL ACTIONS, SUCH AS COMPENSATION , BENEFITS, LAYOFFS, RETURN FROM LAYOFF, TERM INATION'S , TRAINING AND SOCIAL AND RECREATIONAL PROGRAMS ARE ADMIN ISTERED WITHOUT REGARD TO RACE , COLOR , RELIG ION , SEX, SEXUAL ORIENTATION, MARITAL STATUS, NATIONAL ORIGIN, ANCESTRY, DISABILITY (MENTAL AND PHYSICAL, INCLUDING HIV AND AIDS), MEDICAL CONDITION (CANCER AND GENETIC CHARACTERISTICS), AND/OR AGE (40 AND OVER). EQUAL OPPORTUNITY IS A CONTINUING EFFORT AND REQUIRES THE FULL SUPPORT OF ALL OF US TO ENSURE THE DEVELOPMENT OF OUR MINORITY AND FEMALE EMPLOYEES. EACH POSSIBI LI TY TO HIRE OR PROMOTE SHOULD BE VIEWED AS AN OPPORTUNITY TOWARD OUR GOAL OF A FULLER UTILIZATION OF OUR MINORITY AND FEMALE EMPLOYEES . EACH MANAGER WILL COMMUNICATE TO EMPLOYEES THAT OUR COMMITMENT TO AN AFFIRMATIVE ACT ION PROGRAM IS REAL , IS SUPPORTED BY OUR COMPANY, AND HAS A HIGH PRIORITY. WE ENCOURAGE ALL OF OUR EMPLO YEES TO PARTIC IPATE IN THIS EFFORT BY ENCOURAGING MINORITIES AND FEMALES TO APPLY FOR EMPLOYMENT AND TO SEEK PROMOTIONS. FOR ASSISTANCE IN THE EQUAL OPPORTUNITY PROGRAM, MANAGERS AND EMPLOYEES SHOULD CONTACT MARK LUER , EEO COORDINATOR AT (951} 736-76 00. HE HAS THE SPECIFIC RESPONSIBILITIES TO MONITOR AND ASSESS THE PROGRESS FOR OUR EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION PROGRAMS . MARK LUER PRESIDENT December 7, 20 11 TELEPHONE : 95 1·736-7600 ·FAX: 951 -739-4671 1E~PlE CITY SR2S PROJECT CONTRACT [).)COMEI~S SPECI FIC ... TIO'<S ~NO COilSl RUCTIOfl P1.ANS OocumontCcniiOI Pal)ll 39 ct 1~1 CERTIFICATION WITH REGARD TO THE PERFORMACE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS Th e biddetA\\ ~@(\ ~\.\-, proposed Subcontractor_-____ _J hereby certifies that he ha s V' , has not -participated in a previous contract or subcontract subject to the Equal Opportunity Clau se, as required by executive Orders 10925, 11114, or 11246, and that he ha s / has not -filed with the Joint Reporting Committee, The Director of the office or Federal Contract Compliance, a Federal Government contracting or administering agency, or the fanner Preside nt's Committee o n Equal Employment Opportunity, all reports due under the applicable filing requirements. fM\ ~elM\ Pb~Yv..\ t (COMPANY) ,20 \\j NOTE: The above certification is required by the Equal Employment Opportunity Regul ations of the Secretary of Labor 41 CFR 60-1.7 (b) (I), and mu st be submitted by bidders and proposed subcontract ors only in conne ction with contracts and subcontracts which are exce pt form the Equal Opportunity Clause are se t forth in 41 CFR 60-1.5. (Gene rall y only contracts or subco ntractors of$1 0,000 or und er are exempt.) Currently, Standard Form I 00 (EE0-1) is the only report required by the Execut ive Orders or their implementing regulations. Propo sed prime contractors and subcontract o rs who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports sho uld note th at 41 CF R 60 -1.7 (b) (I) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Offic e of Federal Contract Co mpliance, U.S. Department of Labor. BP .29 TEMPlE CITV SIUS PROJEC T CO~• TRACT OOC.UI.IEtlTS SPECIFICA"I\lf.S t.NO ~JSTRLICTIOtJ PLA~ 0:1cu-.1 Ccnuol Pa9'140 all 51 Bll>l>l It'"' I'HOI'I )S \ L-\II 1':1!!''' In Buhkt ·, l't "P"'"I ,,.,·twn "'h.tll Ill-"nhnull•·•l lo ( 11\ '' Buldn ·, l't upo,,tl NON-COLLUSION AFFIDAVIT The unders igned is submittin g a bid for perfonn in g the following wo rk by contract, being duly sworn , de posed and says : That he ha s not either directly or indirectly, entered into any agree ment, participated in any co llu sio n, or otherwise taken any ac ti on in restraint o f free co mpetitive biddin g in conn ect ion with such contract. (Fi ll in descripti on of con tract) Busines s Address \'J\~ Pl ace of Residence Subscribed and swo rn to before me this ____ . 20 BP .3 0 CALIFORNIA JURAT State of California County of --'R:..:..:.=iv..:::e.:...:rs:..:.id:.:e=------Subscribed and sworn to (or affirmed} before me on this 17111 day June, 2014 Date Month By (1} Robert Bradley Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me(.}(,} (and Proved to me on the basis of satisfactory e\4dence be the person who appeared before me.) Place Nocaty s .. r Above Signature _ ...... flhu_<....:.....:....:o.L~-~=--=~LL.>C~-::------­ s lgnatu re of Notary Public ---------OPTIONAL---------------- Though the Information below Is not requ ired by law, it may prove valuable to person relyi ng on the document and could prevent fraudulent removal and reattachment of this form to another document. Further DescriptJon of Any Attached Document Trtle or Type of Oocument: Non ..Collusion Affidavit Dated: no date Page:BP.30 Signer( e) Other Than Named Above : ll-"'.l><----------1 I • ' • Cf S ':;".[R I •