Loading...
HomeMy Public PortalAbout7E Award of Public Works Contract to Pavement Coatings Co - Pavement Rehabilitation ProjectAGENDA ITEM ?.E. COMMUNITY DEVELOPMENT DEPARTMENT MEMORANDUM DATE: September 20, 2016 TO: The Honorable City Council FROM: Bryan Cook, City Manager By: Michael D. Forbes, Community Development Director ~ SUBJECT: AWARD OF PUBLIC WORKS CONTRACT TO PAVEMENT COATINGS CO. FOR FISCAL YEAR 2016-1 7 PAVEMENT REHABILITATION PROJECT (CIP NO. P13-02) RECOMMENDATION: The City Council is requested to: 1. Award a Public Works Contract to Pavement Coatings Co. as the lowest responsible bidder for the Fiscal Year (FY) 2016-17 Pavement Rehabilitation Project; and 2. Authorize the City Manager to execute the Contract in an amount of $661 ,850. BACKGROUND: 1. In 2013, the City completed a citywide Pavement Management Program (PMP) report. The report presented findings and recommendations from a pavement condition survey of the City's street network, including pavement condition summaries, preservation and repair activities, and projected budgets for those activities. 2. In June 2016, the City Council approved the FY 2016-17 City Budget. The budget includes an allocation of $1 .5 million of Measure R transportation funds for Capital Improvement Program (CIP) No. P1 3-02 for pavement rehabilitation pursuant to the findings and recommendations of the PMP. 3. On August 2, 2016, the City Council approved the Plans, Specifications, and Estimates Bid Package and advertisement of Notice Inviting Bids (NIB) for the FY 2016-17 Pavement Rehabilitation Project. The NIB was advertised in the newspaper, on the City web site, and in various trade publications. The list of locations for street resurfaci ng included in the Base Bid is attached (Attachment "A"). 4. On the due date of September 1, 2016, four bids were received and opened publicly. City Council September 20, 2016 Page 2 of 3 ANALYSIS: Bid Analysis The following bids were received: • Pavement Coatings Co.: $661,850; • Ameri can Asphalt South, Inc.: $792,200; • Roy Allen Slurry Seal: $845,850 (bid rejected due to insufficient bid bond amount); and • All American Asphalt: $1 ,159,100. Staff conducted a bid analysis including references, licensing, Department of Industrial Relations registration, and state and federal debarment list for Pavement Coatings Co. The Bid Package submitted by Pavement Coatings Co. and the bid analysis completed by staff are attached (Attachments "B" and "C"). Lowest Responsible Bid The lowest responsible bid was submitted by Pavement Coatings Co. in the amount of $661,850 for the Base Bid Schedule. The specifications indicate that the low bid amount is based on the total amount shown for the Base Bid Schedule. The contract to be executed with Pavement Coatings Co. is attached (Attachment "0 "). Streets In cluded in th e Project Following the approach of prioritizing preventive maintenance, the FY 2016-17 Pavement Rehabilitation Project mainly includes slurry seal resurfacing for approximately two million square feet of pavement. The project also includes localized dig-out and reconstruction, and cold-mill/overlay for selected areas where more extensive rehabilitation is needed. The final streets and quantities may be increased or decreased based on engineering review, fi eld conditions, and budget availability. The bid schedule is based on quantities and unit bid prices which allows the City to make quantity adjustments and pay the same unit bid prices within plus or minus 25 percent of the total value. City Council September 20, 2016 Page 3 of 3 Project Budget The following is the breakdown of the project budget: Base Bid Amount to be awarded Contingency Budget allowance authorization to staff to utilize for unforeseen conditions as necessary (1 0%) Construction Budget Budget allowance for bidding process and bid analysis, contract award, construction management, inspection, and administration (1 0%) (services provided under existing City Engineering Contract with Transtech) Total Budget Environmental Review $661 ,850 $66,185 $728,035 $72,804 $800,839 This project is exempt from environmental review under the California Environmental Quality Act (CEQA) pursuant to Section 15301 (Existing Facilities) of the State CEQA Guidelines pertaining to minor alterations to existing public facilities. CITY STRATEGIC GOALS: The FY 2016-17 Pavement Rehabilitation Project furthers the City Strategic Goals of Public Health and Safety, Quality of Life, Sustainable Infrastructure, and Economic Development. FISCAL IMPACT: The approved FY 2016-17 City Budget includes an allocation of $1 .5 million of Measure R transportation funds for CIP No. P13-02 for pavement rehabilitation pursuant to the PMP. This allocation is more than adequate to cover the total project cost of $800,839. Staff will return to City Council at a later time with recommendations on projects to fund with the balance of the CIP allocation. ATTACHMENTS: A. List of Locations Included in Base Bid B. Low Bid Submitted C. Bid Analysis D. Contract to be Executed with Pavement Coatings Co. List of Locations Included in Base Bid ATTACHMENT A Branch Name From To BALDWIN AVENUE LIVE OAK AVENUE 190 N/0 LOWER AZUSA ROAD BARELA AVENUE WOOLLEY STREET CRAIGLEE STREET BLACKLEY STREET PARMERTON AVENUE McCULLOCH AVENUE BROADWAY ENCINITA AVENU E TEMPLE CITY BOULEVARD BROADWAY ROSEMEAD BOULEVARD ENCIN ITA AVENUE BROADWAY WEST CITY LIMIT ROSEMEAD BOULEVARD CALLITA STREET 501 W/0 ROSEMEAD BOULEVARD ROSEMEAD BOULEVARD CAMELLIA AVENUE CDS GARIBALDI AVENUE CAMINO REAL OAK AVENUE TEMPLE CITY BOULEVARD CLOVERLY AVENUE LIVE OAK AVE NUE BROADWAY CLOVERLY AVENUE WENDON STREET FLAHERTY STREET CRAIGLEE STREET TEMPLE CITY BOULEVARD BARELA AVEN UE CRAIGLEE STREET BARELA AVENUE EAST END DAINES DRIVE McCULLOCH AVENUE WELLAND AVENUE DAINES DRIVE CDS TEMPLE CITY BOULEVARD DAINES DRIVE WELLAND AVENU E SANTA ANITA AVENUE DAINES DRIVE BALDWIN AVENUE HALIFAX ROAD DAINES DRIVE HALIFAX ROAD El. MONTE AVENUE DANESWOOD DRIVE PARMERTON AVENUE McCULLOCH AVE NUE ELLIS LANE 60 S/0 LOWER AZUSA ROAD TEMPLE CITY BOULEVARD ELM AVENUE MUSCATEL. AVENUE RENO AVENUE EMPEROR AVENUE OAK AVENUE CDS ESTRELLA AVENUE SALTER AVENUE EAST CITY LIMIT FLAHERTY STREET GO LDEN WEST AVENUE ROWLAND AVENUE FREER STREET ARCADIA WASH SANTA AN ITA AVENUE FREER STREET ARD EN DRIVE HALIFAX ROAD FREER STREET EL MONTE AVE NUE ARCADIA WASH FREER STREET HALIFAX ROAD EL MONTE AVENUE GRACEWOOD AVENUE LIVE OAK AVENU E 885 NORTH OF DAINES DRIVE GREEN STREET BALDWIN AVENUE CDS HART AVENUE HERMOSA DRIVE LAS TUNAS DRIVE HECLA STREET CDS HILTON AVENUE HERMOSA DRIVE ROSEMEAD BOU LEVARD SULTANA AVENUE HERMOSA DRIVE SULTANA AVENU E ENCINITA AVENUE HERMOSA DRIVE MUSCATEL AVENUE ROSEMEAD BOULEVARD HERMOSA DRIVE BURTON AVENUE MUSCATEL AVE NUE HILTON AVENUE CDS OLIVE STREET JAYLEE DRIVE LOMA AVENUE CDS LIVE OAK AVENUE ENCINITA AVENUE TEMPLE CITY BOULEVARD Page: Appendix B, B.l Branch Name From To LIVE OAK AVENUE TEMPLE CITY BOULEVARD BALDWIN AVENUE LIVE OAK AVENUE BALDWIN AVENUE 760 E/0 BALDWIN AVENUE LIVE OAK AVENUE 760 E/0 BALDWIN AVENUE GLICKMAN AVENU E LIVE OAK AVENUE GLICKMAN AVENUE EAST CITY LIMIT LOMA AVENUE EMPEROR AVE NUE WOOLLEY STREET McCLINTOCK AVENUE GRAND AVENUE FAIRVIEW AVE NUE MILLER DRIVE LOWER AZUSA ROAD SOUTH END NADINE STREET CDS TEMPLE CITY BOULEVARD NOEL DRIVE NORTH END BROADWAY OAK AVENUE LONGDEN AVENUE GARIBALDI AVENUE PARMERTON AVENUE DAINES DRIVE BLACKLEY STREET PARMERTON AVENUE DAN ESWOOD DRIVE DAINES DRIVE PERSIMMON AVENUE NORTH CITY LIM IT DAINES DRIVE RENO AVENUE GARIBALDI AVENU E HERMOSA AVE NUE RENO AVENUE HERMOSA AVENUE ELM AVENUE RENO AVENUE LONGDEN AVEN UE GAR IBALDI AVENUE ROWLAND AVENUE FLAHERTY STREET WE NDON AVENU E SALTER AVENUE ESTRELLA AVE NUE LONGDEN AVENUE SPARKLED STREET CAMELLIA AVENU E KAUFFMAN AVENUE SPARKLED STREET TEMPLE CITY BO ULEVARD CAMELLIA AVENUE SULTANA AVENUE HERMOSA DRIVE LAS TUNAS DRIVE VAL STREET BARELA AVEN UE GOLDEN WEST AVENUE VAL STREET GOLDEN WEST AVENUE EAST CITY LI MIT VAL STREET TEMPLE CITY BOULEVARD BARELA AVENUE WENDON STREET GOLDEN WEST AVE NUE ROWLAND AVENUE Page: Appendix B, B.2 ATTACHMENT B Low Bid Submitted , TEMP~E CITY CA BtO:m.G AND CONTRACI OOCUt.•£~; 'S PJ<'IS AND SPECtFICAl tO\S F'12016-11 PAVEkiENT REHABILITATION PROJECT C'TY PROJECT 10 PIJ-02 !LOW BID 1 J..~ull 3 201o Oocuneol Cort•o. P-'' ~~ 13~ BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ~dder's Name: C. BIDDER'S PROPOSAL FY 2016-17 PAVEMENT REHABILITATION PROJ ECT CITY PROJECT ID: P13-02 City of Temple City PAVEM ENT C OAT INGS CO. l In accordance with the City of Temple City's Notice lnv1t1ng Sealed Bids, the undersigned BIDDER. hereby proposes to furnish all materials, equipment, tools, labor. and inc identals required for the above stated project as se t forth in t he Pla ns, Spec1f1cat1ons, 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 w ill result 1n forfeiture to the City of Temple City of the guarantee accompanying th1s proposal. BIDDER understands that a bid is required for t he entire work. The contract will be awarded on the prices shown on the bid sc hedule. It IS agreed that the unit and/or lump sum prrces bid include all appurtena nt expenses, taxes, roya lties and fees. In the case of discrepancies in the amounts of bid, un1t prices shall govern over extended amount, and words shall govern over figures. If awarded the Contract, the unders1gned further agrees that in the event of the BIDDER'S default 1n executing the required contract and filing the necessary bonds and insurance certificates w1thin ten working days after t he date of the City of Temple Crty's notice of award of contra ct to the BIDDER, the proceeds of the security accompanying this b1d 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 Cit y Council, he rein ca lled the "Counci l". Pursuant to and in compliance with your Notice lnvtting Bids and the other documents relatrng thereto, t he undersigned bidder, having familianzed himself w1th the work as per the paragraph, Discrepancies and Misunderstandings, contained in the INSTRUCTIONS TO BIDDERS section, and w1th t he 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 wit h 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 requ1red to be performed, and to provide and furnish any and all of the labor, materials, tools, expendable equipment, and all applicable taxes, utility and tra nsportation services necessary to perform the contract and complete in a workmanlike manner, all in strict conformity w1th the Contract Documents on fi le at the office of the City Clerk of said City, per the following b1d schedule: (Bidder shall provide a bid amount for each bid item listed below. Fai lure to provide a bid for each brd item shall render the bid non-responsrve) Page : C.l , TEMPLE CITY CA. BIDDING AND CONTRACT DOCUMENTS PLANS AND SPECI~'tCATIONS FY 2016-17 PAVEMENT REHABILITATION PROJECT. CITY PROJECT ID P13-02 August 3 20 1G OOCilrrenl Co:o:rol Page 12 of 105 BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" BASE BID SCHEDULE FY 2016-17 PAVEMENT REHABILITATION PROJECT CITY PROJECT ID: P13-02 City of Temple City ---- Description Quantity Unit Unit Bid Total Bid Item Amount Amount - Construct Quick Set Emulsion Aggregate Slurry Type 11 (Cationic) with 2Y, percent Latex Addittve to 1 tnclude curb returns of all intersecting streets. This 2,300,000 SF $ . It s 3q1,ooo b1d 1tem shall apply to all streets listed in Appendix 8 -Project Streets Ltst and shown in Appendix C- ProJeCt Plan. Localized Pavement Repatrs at various locat1ons - Remove existing AC pavement section to 10" depth. Construct 2" ARHM over 2" Type B-PG 64-10 over 6" b S'~ s 1'1 1..,~00 2 Crushed Aggregate Base (CAB) over 8" scarified and 30,000 SF s compacted subgrade. This b1d item shall apply to ___ j J vanous streets Its ted in AppendiX 8-Project Streets List and shown in llppendix C-Project Plan. I --- Page: C.2 " TEMPlE CITY CA BIDO 'G AND CONTRACT DOCUMENTS PLA'JS AND SPECIFICATIO\S FY 2016-11 PAVEMENT REHABILITATION PROJECT CITY PROJECT ID�Pt3-02 August) 2016 Document Coni/Ill Page 13 of 10~ BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" I BASE BID SCHEDULE ~-----.-m -- FY 2016-17 PAVEMENT REHABILITATION PROJECT CITY PROJECT ID P13-02 City of Temple City -------'"�--- Description Quantity Unit Unit Bid Amount I 3 4 Restore Existing Striping, Limit Lines, Crosswalks, Pavement Legends, Arrow Markings, Speed Ltmtt Legends, Stop Legends, and all other existing legends and markings on pavement (Appendix 0 [xisting Street Google Aenals includes existing Google Aerials showing Existing Striping, Limit Lines, Crosswalks, Pavement Legends, Arrow Markings, Speed Limit Legends, Stop Legends, and all other extsting legends and marktngs on pavement to be restored). Restoration shall be as follows: Extsting lane stnping shall be restored wtth new striping per current Caltrans Details wtth ratsed I markers: " Center Lines per Details 2, 22, 32 as applicable. " Lane Ltnes per Detail 9, including 50' long solid lines at intersections. " Left and Rtght Turn Lane per Detail 38. " Limit Lines and Crosswalks 12" Wtde lines (match existing color of crosswalks (white or 1 yellow). All Crosswalks and Limit Lines shall have appltcable raised markers along the entire line length at 24" spacmg. " Pavement Legends, Arrow Markings, Speed Limit Legends, Stop Legends, and all other existtng legends and marktngs on pavement per current applicable Caltrans Standards. For all ttems above, paint shall be thermoplastic patnt and reflective. Thts btd item sha ll apply to all streets listed tn Appendix 8 -Project Streets List and shown tn Appendix C-Project Plan. 1 LS s 1 0 1000 l ----------------1--------,_----r------ I Loop replacements (6' round) where necessary 10 EA I __ L ________ �---------L-_______ ....._ __ _.... _______ --+ TOTAL BASE BID AMOUNT Page: C.3 Total Bid Amount s '10, 60 0 ---l $ 4 .15'"0 s bln /. BS"C. ' " TEMPLE CITY CA SIODI"'G AND CONTRACT OOCUI.~ENTS "lANS AND S~ECIFICATI~\S FY 2016�11 PAYEIIENT REHABILITATION PROJECT CITY PROJECT 10 P13�02 August3 2016 Document Convo1 Page lJ or 105 BIDDER SHAll COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. The ADDITIVE ALTERNATE BID SCHEDULE ITEMS shown per the ADDITIVE ALTERNATE BID SCHEDULE below will not be taken into account in determining the lowest responsible bidder. City may add bid items from the ADDITIVE ALTERNATE BID SCHEDULE at the sole and complete discretion of the City as part of the performance of the contract. In the case of discrepancies, total bid will be based on calculated amounts based on quantities and Unit Bid Amounts. Full compensation for the items listed to th e right as A. Mobilization I Demobiliza tion Items A, 8 and Care considered as inclusive in each -- B. Traffic Control Bid Item listed above in the Base Bid Schedule and Additive Alternate Bid Schedule as applicable, and C. NPDES, WWECP, and Best Management Practices no additional and/or separate compensation will be (BMPs), Public Convenience and Safety allowed. The bid pnces shall include any and all costs, including labor, matenals, appurtenant expenses, taxes, royalttes and any and all other incidental costs to complete the project, in compliance with the Btd and Contract Documents and all applicable codes and standards. Mobilization/demobilization, traffic control and safety are assumed to be included in various bid items as applicable. All other work items not specifically listed in the bid sched ule, but necessary to complete the work per bid and con tract documents and all applicable codes and standards are assumed to be included in the bid prices. The City reserves t he right to add, de lete, increase or decrease the amount of any quantity shown and to delete any 1tem from the contract and pay the contractor at the bi d unit prices so long as the total amount of change does not exceed 3% (plus or minus) of the total bid amount for the entire project. If the change exceeds 35%, a change order may be negotiated to adjust unit bid prices. A bid is required for the entire work, that the quantities set fort h in the Btd Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quant1t1es of work satisfactorily completed. -- I Bidder shall provide a bid amount for each btd 1tem listed below. Failure to provide a btd for each bid 1tem sh j render the bid non-responsive Page: C.4 TEMP\.E CITY, CA BIOOING ANO CONTRACT OOCIJI.IENTS l>t..ANS MO SPECIFICATIO~S FY 2016-11 PAVEVENT RfkABIUTATION PROJECT C TY PRO.ECT 10 P13.()2 ~»quSil 20 16 0o.:IMI'tiii~P~l5ol105 BIDDER SHALL COM PLETt AND SUBMIT All DOCUMENTS AND PAGES IN SECTlON •c. BIDDER'S PROPOSAL• Item A.l A.2 A.3.1 A 3.2 ADDITIVE BID ITEMS SCHEDULE FY 2016-17 PAVEMENT REHABILITATION PROJECT CITY PROJECT 10: PH-02 City of Temple City Description Curb Side House Numbering-on vert1cal curb face (4" tall numerals pamted black on wh1te pa1nted background) If a house number IS 1 already painted on the ex1sting curb face, 1t shall be first brushed off and cleaned, and then pam ted over with double coat white background base covering the existing number completely (brushmg off and clean~ng applies to all curb side house numbering pa1nt1ng even 1f there is no ex1st1ng house numbenng painted). The old house number shall not bleed/show thru the pamted white background. After the wh1te background 1s completely dned, new house number shall be pa~nted Restoration of existing curb face patnting (Blue, Green, Yellow, Red, White, etc.) in various areas as necessary to match exist ing curb face colors. The new paint shall be applied after ex1st1ng paint IS brushed off and cleaned. The new pa1nt shall be applied in 2 coats on both vertical and top face of the curb. Cold mill 2" th1ck ex1sttng asphalt concrete pavement. The contractor shall prov1de a Unit b1d pnce based on the followmg base critena: • 1 to 2 lane each direction I• Total area of 12,500 sf to 24,999 sf. • Traffic control per standard Watch Manual. This bid unit price will be used for payment of 1 quantities completed within the above speCified range. Construct 2" thtck ARHM AC Pavement Overlay, (ARHM -GG·C). The contractor shall prov1de a un1t b1d pnce based on the followmg base cntena· • 1 to 2 lane each d~rectlon. • Total area of 12,500 sf to 24,999 sf. • Traffic control per standard Watch Manual. This b1d unit pnce will be used for payment of quantities completed w1thm the above speCified range. Page: C.S Quantity Unit 10,000 EA 2,SOO LF 20,000 SF 20,000 SF Unit Bid Amount s z. "; s s.- S -so ---- I I Total Bid Amount s ·r~o~ ooo s 20,000 s ~l, 000 TEMPLE Crrt CA. !!!DOING AND CONTRACT OOCU~'EN•S PLANS AND SP~Cit-ICA l IONS FY 2016-17 PAVEMENT REHABILITATION PROJECT CITY PROJECT 10 P13.02 August 3 2016 Oocumenl Convol Page 16 ol105 BIDDER SHAU COMPL£TE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL • ADDITIVE BID ITEMS SCHEDU LE FY 2016-17 PAVEMENT REHABILITATION PROJECT CITY PROJECT ID: P13-02 City of Temple City Item I Description Quantity Unit Unit Bid Amoun t I Total Bid Amount J A.4.1 Cold mill 2" thick existing asphalt concrete pavement. The contractor shall provide a unit bid price based on t he following base critena· • 1 to 2 lane each directron. • Total area of 25,000 sf to 49,999 sf. • Traffic control per standard Watch Manual. This bid unit price will be used for payment of quantities completed wrthm the above specrfied r----__.__r_ange. Construct 2" thrck ARHM AC Pavement Overlay, (ARHM-GG-C}. A.4.2 A.5.1 A.5.2 The contractor shall provide a unit bid price based on t he following base criteria . • 1 to 2 lane each directron. • Total area of 25,000 sf to 49,999 sf. • Traffic control per standard Watch Manual. This bid unit price will be used for payment of quant ities completed wrthin the above spec1fied range. I Cold mill 2" thrck exist1ng asphalt concrete pavement. The contractor shall prov1de a unit bid price , based on the following base criteria. • 1 t o 2 lane each direction. • Total area of 50,000 sf to 99,999 sf. • Traffic control per standard Watch Manual. This bid unit price w1ll be used for payment of quantities completed within the above specrfled range. Construct 2" th1ck ARHM AC Pavement Overlay, (ARHM-GG-C}. The contractor shall provrde a unrt brd prrce based on the follow1ng base cntcna· • 1 to 2 lane each direct1on • Total area of 50,000 sf to 99,999 sf. • Traffic control per standard Watch Manual. Thrs bid unit price will be used for payment of quant1t1es completed wrthin the above specrfied range. Page: C.6 1 1 1 1 SF S , 4 () ----S . 4 0 ---- J I I SF s z. ~0 s 2. ~0 SF s -'1 0 S .so ---- SF s 1.-2 ---$ ___ _ I TE.MptE. CITY CA. BIDDihG AND CONTRACT DOCUMENTS PLMS AND SDECIFICATIO\S FY 201&-17 PAVEIA~T REHABILITATION PROJECT CITY PROJECT 10 P13.Q2 Aug..os13 2016 Doc~n~en1 ConiiOI Page 17 ol '05 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION •c. BIDDER'S PROPOSAL" Item A.6.1 A.6.2 A.7.1.1 A.7.1.2 A.7.2.1 A.7.2.2 A.7.3.1 A.7.3.2 A.7.4 .1 A.7.4.2 A.7.5.1 ADDITIVE BID ITEMS SCHEDULE FY 2016-17 PAVEMENT REHABILITATION PROJECT CITY PROJECT ID: P13-02 City of Temple City Description Cold mill 2" thick existing asphalt concrete pavement. The contractor sha ll provide a unit bid pnce based on the following base criteria: • 1 to 2 lane each direct1on. • Total area of 100,000 sf and over. • Traffic control per standard Watch Manual. This bid unit price will be used for payment of quantitieS completed within the above spec1f1ed range I Construct 2" thick ARHM AC Pavement Overlay, I (ARHM-GG-C). The contractor shall prov1de a unit b1d price J based on the follow1ng base cntena: • 1 to 2 lane each d1rection. • Total area of 100,000 sf and over. • Traffic control per standard Watch Manual Th1s bid unit price w1ll be used for payment of quantities completed w1thtn the above spec1f1ed range Striping unit prices, MUTCD/Caltrans Detatl 1, Center-line striping w ithout raised markers. Striping unit prices, MUTCD/Caltrans Detail 2, Center-line striping With raised markers. Striping unit prices, MUTCD/Caltrans Detail 8, Lane-line striping without raised markers. Quantity Unit 1 SF 1 SF 1,000 LF 1,000 LF 1,000 LF Unit Bid Amount $ . {{) $ 1 . 1S' $ . toO ·---- S .10 ---- S .G:.Cl ----- Total Bid Amount $ • $0 $ /.lS' I ___: __ _ $ (:;.00.- S I 00 . · _ __:_ __ s CoOO.- Striping unit prices, MUTCD/Caltrans Deta1l 9, Lane-line striping w1th ra1sed markers, assume 500' mtn1mum. Striping unit prices, MUTCD/Caltrans Detail 21, Center-line striping without raised markers. 1,000 LF 300 LF $ .?C> ----s 700 .- '/so .-I Striping unit prices, M UTCD/Caltrans Detail 22, 300 LF S z ~ Do . Center-line striping with raised ma_rk_e:....r_s ___ +----i---lf--------t-1 ~-~-------1 Striping unit prices, MUTCD/Caltrans Detail 31, 500 LF S 1.. . J 0 S tJ S 0. - Center-line striptng w1thout ratsed markers ? -----~--~ Stnpmg un1t pnces, MUTCD/Caltrans Detail 32, Center-line stnp1ng wtth ra1sed markers 500 If $._~"$:....:..·_-_ s I,Soo . -----.... ' Striping unit pnces. MUTCD/Caltrans Detatl 38, Channelizing-line (left or nght turn-hne) strtping I w tth ra1sed markers. S z..•v ------300 LF S__:h:::..'1.!...!:CJ:::....:._· -_ Page: C.7 ' TEMPLE CITY 0.. BIDDING AND CONTRACT OOCU'AEN'S PLANS AND SPECIFICATIONS FY 2016-17 PAVEMENT REHABILITATION PROJECT CITY PROJECT 10 P13.{)2 AugustJ 2016 ~~ Conlroi Page 18 of 105 BIDDER SHALL COMPlfTE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION •c. BIDDER'S PROPOSAL• ADDITIVE BID ITEMS SCHEDULE FY 2016·17 PAVEMENT REHABILITATION PROJECT CITY PROJECT ID: P13-02 City of Temple City Item Description Quantity Unit Unit Bid Total Bid Amount Amount Striping unit prices. MUTCD/Caltrans Detail 38A, -I A.7.5.2 Channelizing-lrne (left or right turn-hne) striprng 300 LF s 1 . s bOO ...... I Without raised markers. I A.7.6 Stnprng un1t prices, MUTCD/Caltrans Detail 39, s /. I o.;-s $7).--500 LF Brke lane-line strip1ng . J Stnping unit prices, Crosswalks, 12" wide white s 3. so s I , ls-0 . -A.7.7 or yellow. 500 LF I -I '120.- I A.7.8 Stnping unit prices, Arrow legends. 8 EA s I I r;-· I s A.7.9 Stnptng unit prices, B1ke legends. 8 EA s 1.:15'. -s 1,/~D .-- A.7.10 Striping unit prices, 2 letter lege nds (25, etc). 4 EA s J4t;" . ..-s 5$0 .- -----------r-----i A.7.11 Striprng unit prices, 3 letter legends (MPH, etc.). 4 EA s ~~ lot..o.-J b9D .-A.7.12 Stnptng unit pnces, 4 letter legends (STOP, etc.). 4 EA s I '10 .-S A.7.13 Striptng unit pnces, 5 letter legends (AHEAD, 4 EA s 215'.-s ~"0 . -etc.). Striptng unit prices, 6 letter legends (SCHOOL, 2 5D .-'· ooo . ,.. A.7.14 4 EA s $ etc.). 170 .-bBO . -A.7.15 Striping unit prices, XING legends (i.e. 25). 4 EA s s Remove and replace existing broken/sunken 6" curb and 1.5' wide gutter rn va rious loca tions as I dtrected by the City I The contractor shall provtde a unit btd price A.8 based on the following base critena: 500 LF s 4z.S"". -s '21Z., sco . • Total minimum length in one sectton 5' . • Traffic control per standard Watch Manual Thts brd unit price wtll be used for payment of quantities completed within the above spectfted range. Page: C.8 L ' "EMPlE ClrY CA BIOOII>G A.NO COWRACT OOCUIJEti"S >'L.ANS AND SPFC ~ICATIO\S Fv 2016-17 PA.VEI.'ENT REHABIL•TAliON PROJECl. C'"Y PROJECT 0 P13·02 A~sl 3 2016 Oocull'.er1 Cor•rol Page 19 of :05 Item BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAl" ADDITIVE BID ITEMS SCHEDULE FY 2016-17 PAVEMENT REHABILITATION PROJECT CITY PROJECT 10: P13-02 City of Temple City Description Remove and replace ex1stmg broken/sunl<en 6" curb and 2' wide gutter in various locat1ons as dtrected by the City. Quantity Unit Unit Bid Amount Total Bid Amount A.9 i The contractor shall provide a unit b1d price based on the following base critena: • o a mmrmum eng 1n one sec 1on T t I I th . t 5' 500 LF S 2 1 Z..,SDO .- • Traffic control per sta ndard Watch Manual. This bid un 1t price will be used for payment of I quantitres completed within the above specified I range. Remove and replace ex1st1ng broken s1dewalk I panels at various locat1ons as directed by the City I The contractor shall provide a untt b1d pnce A.lO based on the following base criteria: 3,000 SF s ~s-.-s..li?-16oo. • Total minimum sf in one section 25' . • Traffic control per standard Watch Manual. This bid unit price will be used for payment of quantities completed within the above specified range. Fo r Items A.3.1 thru A.lO, depending upon final selected 1tems, areas and quantities, the City also has the right to have the contractor perform the work on t1me and materia l bas 1s, o r on a final negot1ated total price basis. I I ,..- The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. The ADDITIVE ] ALTERNATE BID SCHEDULE ITEMS shown per the ADDITIVE ALTERNATE BID SCHEDULE below will not be taken into account in determining the lowest responsible bidder. City may add bid items from the ADDITIVE ALTERNATE BID SCHEDULE at the sole and complete discretion I of the City as art of the erformance of the _c_o_n_tr_a_c_t.________ ~ In the case of discrepancies, total bid will be based on ca lculated amount s based on quantities and Unit Bid Amounts. A Mobilization I Demobilization B Traff1c Control I Full compensation for the 1tems listed to the nght as Items A, Band Care considered as inclusive in each Bid Item l1sted above in the Base Bid Schedule and Additive Alternat e Bid Schedule as applicable, and no additional and/or separate compensation w ill be allowed. ' C. NPDES, WWECP, and Best Management Practices I (BMPs), Public Convenience and Safety The bid pnces 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 B1d and Contract Documents and all applicable codes and standards Page: C.9 " H:MI't.t CITY CA SI~OING A'-0 CONTRAC I OOCUWEf\ �s P..A'>S AAD SPtC'FIOdiO\E FY 2016�1' OAVEI!.Etv-RcHABIL TATIOI\ PROJECT CII'V PROJECT 10 P13.02 4~.og.s: 3 2016 Oocumerl Co� trot Page ZO o1 �OS BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Mobilization/demobilization, traffic control and safety are assumed to be included in various btd items as applicable. All other work 1tems 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 include d tn the bi d prices. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any ttem from t he 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 requ1red for t he entire work, that the quantities set fort h in the Btd Schedule are to calculate total btd amount, and that final compensation under the contract wtll be based upon the actual quantities of work sat1sfactonly completed. Bidder sha ll prov1de a bid amount for each bid 1tem listed below. Failu re to provide a bid for each bid item sh render the bid non-respons1ve ---- Page: C.lO ' EMPLE CilY CA BIOOit~G AND CONTRACT DOCUMENTS ;>[ANS !\NO SPECifiCATIONS FY 2016-17 PAVD.~EN" REHABILITATION PROJECT CITY PROJECT ID P1~~2 ~~.lSI) ?016 Document Con•rOI Page ~ • o' 10~ BIDDER SHAll COMPlETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" DESIGNATION OF SUBCONTRACTORS BIDDER proposes to subcontract certa in portions of the work which are in excess of one-half of one percent of the bid and to procure materials and equipment from suppliers and vendors as follows· Subcontractor Name Work to be Performed DIR Number Dollar Amount L A\ S TTUPt-"STRI Pll\.lJ 55,600 \CCCCOI I OO s ~ULL'{-M IL L~rt AC-pA.C.EVvttNT I OC>OCO?,IJol s 12 0,coo t:ISs I "-I c. . CO"-tC.rt.FTE=-I C:~:X::C:Dr::; Z 'l t; s ~ ) lrtAFFIL L oopc:; -rnAFFI C.. s '3 ;=! r;-o .. IOOO(X)~ 7 94 c...ftA c_ IL l-1 L l. l J\.1 6, 1 I J\.l c . U:::OPS $ $ $ Total Subcontract Amount (shall not exceed 49% of Total Bid s 176£ '750 . I-- Amount) Page: C.ll " TH1PLE CIT'! CA BIDDING A~O CON TRACT OOCU'-'EII. TS PLANS AND SPECIFICA TIO~S F0016-ll PAVE'-':" REHABILITATION PROJECT CIT'! PROJECT 10 P13-02 t.ug.Js!J 2016 Documtr"l Centro! Page 22 of 105 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C BIDDER'S PROPOSAL" REFERENCES The City of Te mple 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 t he bidding company; references for other projects performed by principals or other individuals of the btdding company may not be included. The following are t he names, addresses, and telephone numbers for three public agencies for which BIDDER has performed similar work within the past three years. Reference Contact Information Reference Project Contra ct Date Name Value Com!;!leted Agency Name: **SEE ATTACH El) Contact Name and Title: s Contact Tel No: Agency Name: **SEE ATTACHED I Contact Name and Tit le: s Contact Tel No: Agency Name: **SEE ATTACHEO -Contact Name and Title: s Contact Tel No: BONDS The following are the names, addresses, and telephone numbers for all brokers and sureties from whom Bidder intends to procure insurance bonds: f ill OIIIOL\\l \1 rYit"SI.IRi\NL'I tO 71111 1111 CII YI>KIVI \(H lll.\lllll-2/XI .. IlR,\Nlol ( \'12XroX.7 1 ~�hU.;;II ,\IJ/\M.'.tlN~ ~Idol)! DRIL'K lNSllR/1 l'l�. IXIXI l I\\ II t\~111 1 Rl :\\I llRl,\.t'/\'12X~I . 71~-2~7-%~~ 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. s-r" :vF. PIER.(T Name of Person who inspected the site: L Date of Inspection: Till! RS 0/\ Y. /\UG LIST 25. 20 16 Page : C.12 PAVEMENT COATINGS CO. IOHO San St\ainr \\a\'. Jurupa \alit\. California. 1)1 7~2. 1~-8:!6-3011. (fa \l 7 1~-826-JI 29 Contractor"s Linn t 'umber 30J(I(tlJ : nm t1ffl0fl0fl3.l8l LIST OF COMPLETED PROJECTS 4. 1h rtfWnrntdr I htnJ .. ftl•••r 'tr"f'tt o,.,., l.al.r Proiut Publlt \\lll1iJ'rntr~~~r r•••nurint lhnartmtnt jQf)(J \latJI 'lr-Hf N.."""'dr. C \ ( rmnh or :-.an St...._uthnv \nnul O~tnct\ Orttarlntt•t (""\ \ 1n /oear M-J• I \Pf It "h•m ~•I 1!'1 "~'1 F!Oh ,,,... .. 1, '"nnd *'hmr 'ill• fln-nanhno. ( \ ( OUIIh ttf ....... JH,..anftnO ·'•" \Nla•u, ltttt~f\ ~•rluf' Sui~ I(IJ6JI IJC F. Tlttrd ~t'TC'I '"" Nr,...anh no. C'4 ( ih a( n .. ,u. t•arL. Huf'ft.t P•rt.. lQI"·lRIC 'l11m 'nl 64t~fl Rnfh IJI \ U a .. , .... ,.,. ..... <' ( rt\ af Juntru \aUf'' t ••'""'""I f'Hoar1nrfnl 10 I "-• f ~ rau -nu·•• Mf'hab Pt'Oif'Cl ..... lteoeHt \\C'ftUC' ~If', \f J•n~n• 'an .. ,.< \ l.oJ -'••"" ('o•Hth Public' \\ orLJ lloullctro" 'if.-ll Al R\IOJOCIJ02·211 I"() ll<o• 7~8 \Jh•mbn. C \ \hrC'h JP•nt Pv"'""' •\urhori1' l\hr,di1u1 '•""•"' \l•crcr~urf•riue Pruinl ( ''' otc.ardrn lirthf OM (all K \r '4urn 201~ 12-243" 11!!2 \car .. r·.,-t.•l\ C,a~(,,-U\f,( \ ( U\ J' ...... \ ,,,. '•"''"'"' \1ntor RtbhthfaltOn ,., I.a. I~ ~ktrn 'c'al z-· 4Ut -\UftUr (hN.b '"'"·' \ ( II\ of ( aftfonua ( lh ~Of f n th ( lttfl \.u l Pn'ltrCt l..t.HII 11100 llactHta BL\ U t ahfonu• ( th, C \ C*ll\ of \ttuttt-rt\ Part.. 201~ 201~ Slwrn ~nl · CaM Sui UU Jl0 \I.. 'r•MIU'frr. \\f \lonltrf'\ r.~. ( ' (thor lorTanu 201~ ktudtotdll '\IUrt"\ "W•I Provram 1-1~1.1 201~ JOJI Torn"n Uhd. I orn•c.-. ( 4 900~ft ( tH or'r•POn 6-fo.ch tno ('n K ( talrr Orn r. ''"'fW'" 9rath. (' \ 4lU41 Mar ... "•' • ..,,, W.4),dlU\ \h•nrrn11na PrnrtC'1 f o"1rwc1 '• ~!' ( ou•h of\ t'•tur• ( amanllo \frpor1 ~~~ ,\l'llttr'l "-'•'· '4t. B. Catttan lto. (-4 t,I.JOifl MMn'I'JI\ & Ia''"'•' M.rfllablltlalton: ~llH I' I)()\ ll·ft" \ "htth•lc> \: .. \\ \IP 'o ~ll~OJj~lHfl r roj.ll( \I \·lA! ( 11\ .. , '·•nkn (.r&~« l ll22 \una P•rL.• "', t.•rdf'n (oro\t. (_ .\ ttU·U 0 ' ( \1 t N \P ''' MK\ '-t \l ~. \1.1 2014 ( 1h o( Pal., l:.tonC'r1 .. .)~10 .,.~ \\ artnt Onu. P•ln1 ~Hurt. (A •11.0 lfH4 '-lnrr' ~al Pret«t '• ·ca~H~ (·ontr•rt ._.. CJJ!.Je ( "' "'' P•fn. ~onf'lt' .)lQO fahttHth ( aa~NI \\ .,, P•fM Siltitl~, ( .\ 9ll62 !UI.f Paurnc>nl " .. "' ~·Ul C•h Prnil"cl No. 1-I...OJ ( 11ntarr l'rr~un "' Ph11nr ~Mm~n k1ntrn Ku~•lr' 4~1~Utt.:'(61 John UnuJrn11J "'ti4J ,.,.~·~~~~ lh11lr Jurc1 'Ifill JJf"~.JII ~~~ \rt ftntu "'14-~2-J<ou '"•n (,JI 'fC f.~Jl:~""'.cJ ~turtfod ,\IQ~&nl t;ltr"""·""'•"' lhltln\ \\ lualt\ 'fCf.(;~fl ,IHIII HttrU llr.~l\lfll '"f.f ... l'l·llli'W U~H Ju•n ,., .... ft\14-'0!4 Kanmn l'lnlntl •61·J!J•f'IU_,C N.on Hn• t.l~·.iii1·1.H~ '-•c-nham(' ( mnart llf\..61A.llnn u,..d ,.,.n,mrn. P• •Jo bH-JJl• l n• Pu~toC"n, l'ruitf1 \dn~u• lft!'i'lU···UO~ M.Hhrt \louMff'' t•l.&t ,.tf.~JAC M.'a" (,a,tcor -.n ..... , .. tt.t~n \1 IC"hJH'I 1.\IRr'. P t t'"601 J!J·lZ~ n l 11lJ Ot\cnutiun of H•ddt"r'\ \\or"' f•,l•tf h l)f' U ~I urn 'ul 'rruh '-foal ,c._ lehlfllll I' r't II "-fum '-nl '"''•at t ,,w I H. I '' '"'''JI• T''"·ll 'lnrn '«'111 M \f' 'lttrn M1tl I HW' II \hcr•'urf~tch•lll: I \IU' Ill M '' "•m \HI h lN' II l•\1 .. Ml'"' \turn ~at I 'IH' II '•'••ll•t•on of("h'" 'c-.-1 '"'tallahon of hut If ~"'""' \nl C),rr(hltl ~ul n\l•lhteo• of I \PC' I & If 'turn "'• hhtaU I' IH' I 'hu'n \.c'al '''"'I''"'""' !'out h rw II M. \I"'"'"'"" "-4'al tlr\1' 'l•rn !'-oul · T' M II '\hH ... \1111 ( ,..~ .... , .. RP\1 't rwb "-"•I Unei,.~tl ( tUHNirl \ MftUIII \'l,"l.lO '-Co<J.l .... CC ''-'1!1~(1 Ull )1! •• 1"0 ~I.-.-_C'fft. "'ll '-l~t~.AUC..IJII ~-u. ~u.J• ~l."l~.~_.,.. on '\.,h.•.•Jtt.!C ,c.tn.<J-tJ ~.f'IJ~ .•. U.JJ 'IJ!.O,A,!n 'l,nou.~t.tiHl ),}<~.JIU IM1 'I.M.Ut. •IUl 00 '4'U}t.)4f.tt< ,,.,.. , ..... l ·~ 201~ J fC. !ttl< <4 tc :ut< .) '' :ot~ .. I~ lPI4 ~ I~ !Ill< II .I !UI c. • 1~ :nt~ • I' lAIC Jl t < 101< ., 1:''201 < l lA !ntc .t • !Pl .. 'I !til .. c. c .tnt~ ,. '!Ot.a ( nmplrhttn o .... .I ·~!Ill c < 1~ tnt< ., a< !nt< c. I~ l:Gt~ C I~ lUI' • l!'i 101' • ·~ 2111 ~ .. ·~!Ill ~ ""I~ 1111!' tn 1 «.!Il l~ ·' 2~ lf11~ ~ l.) liH.t lA 1 !1114 a :a :nu •~lOU " E~1PLE CITY CA 6100 '-G A'-0 CONTRACT OOCUME,-, TS OLAilS AND SPECIFICATIO\S FY 2016�'1 PAVEMEt. T REH~BILIIATICN PROJECT CI"Y PROJECT 10 P1J.<J2 ?"~us! 3 2016 Oocumerot Corw01 Page 23 cf tOS BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ADDENDA ACKNOWLEDGMENT The Bidder acknowledges rece1pt of the following Addenda and has included their provisions in this Proposal : Addendum No. _________ Dated ______ _ Addendum No. ________ Dated ______ _ Addendum No ________ Dated ______ _ Addendum No. ________ Dated ______ _ EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certif1es that all previous contracts or subcontracts. all reports wh1ch may have been due under the requirements of any Agency, Site, or Federal equal employment opportunity orders have been satisfactonly filed, and that no such reports are currently ou tstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certif1es that affirmative action has been ta ken to se ek out and co nside r 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 act1on will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that aff1rmat1ve act1on w1ll be taken to meet all equal employment opportunity requirements of t he contract documents. NONCOLLUSION AFFIDAVIT BIDDER decla res that the only persons or pa rties interested 1n th1s proposal as pnncipals are those named herein: that no officer. agent, or employee of the City of Temple City is personally interested, directly or indirectly, in thts proposal; that th1s proposal 1s made wtthout connect1on to any other ind1v1dual. firm, or corporat1on making a b1d for the same work and that th1s proposal IS tn all respects fa1r and Without collus1on or fraud. Page: C.13 ' TEMPLE Cll'l CA. 8100'"1G AAO CONl RACT OOCUME'ITS PLA"'S AND SPECIFICAToO~S F't 2016-17 PAVEVENT REHABILITA nON PROJECT CITY PROJECT 10 P13-02 /wgusl3 2016 Datumene Conlrol Pac)e 24 ol105 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION •c. BIDDER'S PROPOSAL • BIDDER INFORMATION Bidder's Name: PA \'I·. 11 : 'T C'OA 11:--;(IS CO. Address: I 02-W S,\ SEV AI 'E Wt\ Y . .ILIRUPA VAI.I.I·.Y. CJ\ 9175:! Form of Legal Entity (i .e., individual, partnership, corporation, etc.) CORPORA 110 If a Corporat1on, State of IncorporatiOn (i.e., Calif.) CJ\1 IFORNIJ\ State Contractor's License No and Class )03609 State DIR No 10000)3!{2 Contact Person Information: --- Name Title E-mail Tel DOl iG FORD PRI·SIDI·:NT Ut OIUl,/11 \\I \II' I Ml ('I II''' ( U\J 71-t-826-301 1 -- The followmg are the names, t1tles, addresses, and phone numbers of all individuals, firm members, partners, jo1nt venturers, and/or corporate off1cers having a principalrnterest rn th1s proposal: 1)01 (i I ORD. PRI \101 '-f. 102-ICII\.\ \,\I\ \1'-1 \\A Y .. ll Rl I'\ \AI I ~ \ l o\ ~17~2 7 1 1-K21>-.~UII I OM Ml t I \,\~I \I CHI 1/\R Y, IU2~1l \.'\N \1 \ •\IN I \~A\'. IIU l I'\ V '\I I I Y. t'A ~ 17'! 71 ~-X~I>· \HI I N'\lllt\NIIt\IIR IRI \'iliRI·R llll-10\\'-\IVAINI WI\\ Jl RII'\\''\111\.Co\~17\!71-l·ll~ll·lllll The date(s) of any voluntary or involuntary bankruptcy judgements against any principal havrng an rnterest in this proposal are as follows: NOl'.E All current and pnor DBA'S, alias, and/or fictitious business names for any pnncipal hav1ng an rnterest in this proposal are as follows: NO f-. Previous contract performance history: Was any contract terminated prev1ously: NO If the answer to the above is Hyes", provtde the fo/Jowtng information. Contract/project name and number: ___________________ _ Date of termination: _________________________ _ Reason for termination: ________________________ _ Owner's name: __________________________ _ Owner contact person and tel. no.:------------------- IN WITNESS WHEREOF, BIDDER executes and submits th1s proposal w1th the names, titles, hands, and seals of all aforementioned principals this ]l_ day of :\ l l(j l iST , 201l2,. Page: C.14 ' TEVPLE CITY CA B DOING AND CONTRACT OOCU~ENTS PI.A~S AAD SPECI~ICA TIONS FY 2016-17 PAVEMENT REHABILITATION PROJECT CITY PROJECTID P13.02 A.lgl/ll 3 20 16 Oocurr401 Coro•IOI P. 25 ell~ BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" 10240 SAN SEVAINE WAY JlJRlJPA VALLEY. CA 91752 714-826-30 I I Subscnbed and sworn to this __ day of -------' 201 . NOTARY PUBLIC------------------------- Page: C.lS TEMPlE CITY C.>. 810!) NG AND COtJTRAC1 JOCuVEN"S PU.NS AND SPECIFIC~ T:O~•S FY 201&-7 PAVti.IENl REHABILITATION PROJECT CITY PROJECT 10 P13-02 A")ust 3 2016 Ooa.<r~l Colltl'll Pagt 26 ol I 05 BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" PROPOSAL GUARANTEE/BID BOND FY 2016-17 PAVEMENT REHABILITATION PROJECT CITY PROJECT 10: P13-02 City of Temple City KNOW ALL ME N BY THESE PRESENTS t hat __ P_a_v_e_one_n_t_co_a_t_:_ng.:...z_c_o_. _________ ,,as BIDDER, and The Ohoo Casualty Insurance Company as SURETY, are held and firmly bound unto the City of Temple City, in the penal sum of •-:. ••• ·:•: o~ ... ~0"'·' Jl 1 dollars($ 10'" 01 "mo""' 0'0 ). which is 10 percent of the total amount bid by BIDDE R to the City of Temple City for the above stated project, for the payment of which sum, BID DER 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, o r 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, ot herwise it shall remain in full force and effect in favor of the City of Temple City. IN WITNESS WHER EOF the parties hereto have set the1r names, titles, hands, and seals t his ~ day of Aug1..st , :201~. BIDDER • Jurupd Vdiley, CA 9i75< SURETY• The OhlO 9y: •Provide BIDDER/SURETY name, address and telephone number and the name, title, address and telephone number f or authorized representative. Subscribed and sworn to this __ day of --------' 201 . NOTAR Y PUBLIC: ____________________ _ Page: C.16 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Po~ ol Attorney HmiU the acts of those named herein. end they have no authority to bind the Company except In the manner and to the extent herein stated. American F1re and Casuahy Company The Ohio Casualty Insurance Company L1berty Mutual Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No. ~ KNOWN All PERSONS BY THESE PRESENTS: That Amenc:<Wl Fife & Casu~lty Cnmpany and The Ohio Casualty Insurance Company are COIPQ(allOns duly organized under the laws ol the Slate ol New Ha~lfl!. that uberty Mutua/Insurance Company IS a COIPQ(ation duly orgaruzed under the laws ol the State ol Massachusetts. and WestAmencan Insurance ~y tS a COIPQ(alton duly organaed under the taws ollhe Stale of Indiana (heretn collect1vely called the ·eonwnoesl. pursuanlto and by authonty hereln set forth. does hereby name, COOS11Me and awont Frank Morones, Lynn A. Slone; Richard L Wells all of the city ol BREA • stale ol CA each lfldJVIdually II !here be more than one named, Its true and lawful anorney·m·lact to make. exeOIIe. seal. adlnowledge and delwer. lor and on 1ts behaH as 5Urety and as ~s act and deed. any and all undertakmgs. bonds recogrnzances and other surely obligations, in pursuance ol these presents and shal be as binding upon the ~s as d they have been duly Slglled by the president and anested by lhe secretal)' of the Companies tn thetr own proper persons IN WITNESS WHEREOf, th1s Power ol Anomey has been sub5cnbed by an autllOnzed officer or offiCial of the Compames and the oorporate seals ollhe CompaNeS have been al!ixed thereto this 9lh day of June , ~. STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY By: American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican Insurance Company On thts ~day ol J~ • ~ before me personally ~ared O<Wid M Carey. wtlo acknowtedgcld htmself 10 be the ASSistant Seaewy ol Amencan Ftre .-c1 Casualty Company. uberty Mutual Insurance Company, The 01110 casualty Insurance CQn'llally . .-cl West Arnerit311nsur~W~Ce Company. and that he, as SUCh. being authonzed so to do, eJecute tile forego4ng 11\Sin.rmenl for tile purposes theretn contatned by s.tgn1ng on beha~ of the corporabons by himself as a duty avtlloozed offteer IN WITNESS WHEREOF. I have hereunto subscribed m name and affixed my nolanal seal at Plymouth Meet1ng, Pennsylvallla on the day and year first above wntten ._,._ PAs,. COMMONWEALH4 OF PENNSYLVANIA A---.. ~ 0:"-,.o~•( <;. I No4an~l Seal l ~ 1/ + ~ J ~ ~· •t'4. ~ lent1a PutafiA Notary Publte By: ~ ~ Plymouth T.-p Moll~ County ~Tere-sa--;P:::-a-,:-le-::-11.,--:-N:-'ot'-a-ry-Pu=-:bl-:-.c:------- My Commouoon E '"''"' ~ctl 28. 201 7 ._..,rnl'ef Petw~S't •.tnr4 A.to~O"t -;;;--Nuta~ Thts Power of Anomer IS made and executed pursuant to a by aulhooly ol the IOUOW!ng By~aws and AulhortZal1011s of Amencan Ftre and Casually ~Y The Ohto casually ln5tKance Company. lJbe!ly Mutual Insurance Company, and West Amencan Insurance Company v.tttCh resolutl()rls are now 1n lull Ioree and effect reeding as ~ ARTICLE IV -OFFICERS -Sectton 12 Power of Anomey Ally offiCer or other olfiaat ollhe CorporabOn aulhonled lor !hilt purpose 1n "'nltng by the Cl\11rman or the President. and subject 1o sucll ~rnttatlon as the Chatrman or the President may presalbe. shall appo~nt such anomeys~n·fild. as may be necessary 10 act on bellalf of the Corporabon to make. execute, seal. acMowtedge and deltver as surely any and all under1akJngs. bonds recognaances and other surety ollllgalals Such auomeys·tn·lact. subjed to the ltmtlabons set forth tn thetr respecbve pov.11IS of anomey. shall have lui power to bind the Corporauon by lhetr Stgnaturo and execu1100 of any such instrumenls and 10 attach thereto the seal of the Corporation When so executed. such Instruments shall be as btnd1ng as if signed by the PreSident and allested to by the Secret illy Any power or authority granted to any represenlatJ\18 or anomey..tn-fact Under tile provtStOns of th1s artiCle may be revoked at any IJme by the Boald. the Chatrman, the President or by the offteer or offteerS granltng such power or authonty ARnCLE XIII -Execubon ol Contracts -SECTION 5 Surety Bonds and Under1ak1ngs Any oll'teer of~ Company auUlonzed for that pu!pOS8 1n wnllng by the cnannan or the preSident. and subJect to such limllat.ons as lhe chatrman or the preSident may presmbe, shall appOint such anomeys;n.!acL as may be~ to act 1n behalf ollhe Competty to malu!, execute, seal. adlnow1edge and deliver as surety any and all undeftalungs bonds. recognirances and other surety obl'ogabons Such anorneys-«~-lact subfeclto ll>e lrnttabOns set lor1h 1n lt\eor respecbve powers of anorney, shall have tun power to btnd the Company by their SJgnature and elecubon of any such tnstruments and to anach thereto the seal o1 the Company. When so exeruted such Instruments shall be as btnding as if signed by the preSidenl and attested by the secretary Cenificate of Designation -The President ol the Company lltllng (.lUI$Uant to the Bylaws of the Company. authorizes OCMd M Carey, ASSistant Secretary 10 appotnl such anomeyH~­ fact as may be necessary to Clct on behalf of the C~y to ~e execute seal, acknowledge and del1ver as surety any and all undef'lalungs. bonds. reoogt'JIUilCes and other surety obigilbons AuthorUitlon -By unanimous coosenl of the CQn'llally's Board ol Oorectors, the Company coosents thallacs~mile or mechancally reproduced signature of any asSIStant secretary of the Company. wllerever appeanng upon a certified copy ol any power ol attorney ISSUed by the Company 111 connectt011 wtth surety bonds. shall be vahd and bonding upon the Company wt111 the same force and effect as though nanually affixed I. Gregory W Oavenpor1. the underSJgncd, Assistant Secretary. of Amencan Ftre and Casualty Company. The Ohoo Casualty Insurance Company, l 1beny Mutual Insurance Company, and West Amencan Insurance Company do hefelly cer1Jfy that the ongtnal power of allorney ol whtch the lorogo1119 Is a full, true and correct copy ol the Power of Attorney executed by satd Companies, IS In tun force and e!Tect and has not been revoked IH TESnMONY WHEREOF I have hemunto set my hand and affixed the seals ol satd Companoes lhls _li_ day of Av gust . 20_lL By. -~~~J-___ _.:.__~r_,.._._ ____ _ Gregory W Davenport ASSl5t.nt Secretary 164 of 250 LIAS_ tZ873 t220t3 ~-~ -· CALIFORNIA All-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary pubhc or other o'flcet completing th1s cert1hcate •eti1JeS on!y the :denltty of the 1ncrv1dual who s.gned the 1 document to whtdl th1s ccrt1f1catP 1s attached. and not the trvthtu ness. accuracy. Of val•drty ol that document State of Cahforn1a County of _O_ra_n..:g_e ___ _ On August 25._2016 before me. ___ __!:yn!' A.~lone, Nota_ry,__P_u_b_ltc ______ _ Date personally appeared ___ _ Here Insert Name and Title of the Officer R1chard L Wells Name(s) of Signer{s) wno proved to me on the bas1s of satisfactory evidence to be the person($( whose n"me(J) IS/afe subscr bed to the w1th1n Instrument a"'d acknowledged to me tnat he4;0e.4hea,. executed the same 1n h1slher~tnetr au!honzed capacity~). and that by h1S1heo'i 1e1r Signature(~ on the 1nstrument the person(~. or the ent1ty upon bPhal' of wh1ch the persontttl acted ~xecutod the mstrument Place Notary Seal Above I cert1fy under PENALTY OF PERJURY under the laws of tile State of California that the forego1ng paragraph 1<; true and correct WITI'...ESS my h~d off!/ICial s~ ..1 . -. Stgnature //'~ ~ Signature of Notary Public -------------------------------oPTIONAL------------------------------- Though th1s section IS optional. completmg th1s mlormatlon can deter alteration of the document or fraudulent reattachment of thi<:. form to an unmtended document. Description of Attached Document Title or Type of Document. • Document Date· Number of Pages: S1gner(s) Other Than Named Above: Capacity{ies) Cla1med by Slgner(s) Signer's Name _ _ __ ___ _ _ _ I l Corporate Off1ccr -Titlc(s): _ I Partner -Limlte<1 General Individual Attorney in Fact Trustee Guardi.:~n or Conservator L J Other~ --·--___ _ Signer Is Representing: __ _ Signer's Name. ____ _ Corporate Off1cer -Title(s): .. Partner -l irnited General l11div1dual Trustee Other. __ _ Attorney in Fact Guard1an or Conservator Stgner Is Representing. >I..'C()<,:<,'<C(,~~~'Cot:<~>l..~,.cc(.'\'~~:<..'C<.'<w'U..'U..~C(..U(,'C(..~'\'~~~~ ©20 14 National Notary Association • www.Nat1onaiNotary.org • 1-800-US NOTARY 1• -800-876-6S2n Item 115907 CALIFORNIA All-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary publtc or other oHtcer comp eung thts certlf1cate venhes only the 1denttty of the Individual who s1gned the document to which th1s certificate is atlached, and not the truthfu,ness. accuracy, ex validity of that document. State of Californta County of _ Ri_· v_e_r_si_d_e _____ ~ On Au.9tJ...d. 3l, l.Ol\o before me. Patricia f. Lewis, Notary Public Date Here Insert Name and Title of the Officer personally appeared ________ D_o_u....:g::...._F_o_rd __________________ _ Name(!/) of Signer(j) who proved to me on the basis of satisfactory ev1dence to be the person($) whose name($) tslare subscribed to the w1thtn instrument and acknowledged to me that he/sVle/they executed the same in his/her/thetr authonzed capac1ty{tfis). and that by his/her/their stgnature(S} on the instrument the person(S}. or the entity upon behalf of wh1ch the person(fo) acted. executed the rnstrument Place Notary Seal Above I certtty under PENALTY OF PERJURY under the laws of the State of California that the foregorng paragraph rs true and correct. WITNESS my hand and offrcral seal Signature f~~Iw~ Signature of Notary Public ------------------------------oPnONAL ------------------------------ Though th1s sect1on IS optional, completing th1s mformation can deter alteration of the document or fraudulent reaNachment of th1s form to an unmtended document. Description of Attached Document Tille or Type of Document: Number of Pages: 1 Signer(s) Other Than Capacity(ies) Claimed by Signer(s) Signer's Name: --------=--:-;----- X Corporate Officer -Title(s): President __ . r artner -Limited General lndivrdual Trustee Other: Attorney in Fact Guard1an or Conservator S1gner Is Represent1ng: _____ Document Date. Named Above: ----------- Signer's Name Corporate Otficer -Title(s): ------- Partner -Limited General lndrvidual Attorney in Fact TrtJStee Guardran or Conservator Other S1gner Is Representing· ---------- <(.'C(.~~'<;;(..~~~'C(,'C(,.'C(,'C(_'C,.~'C .......... 'C(..'C(,.'C(,.'C(,.'(,;(..'t,;(,.'t,;(,.'C(,.~'\;(.'t,;(,.'C(,."C(.'\,;(,.~'C(,.-,.;oc.;(..'C(,. .. ,;cc(..~-.::::ccQt ~2014 National Notary Assocration · www.NattonaiNotary.org · 1 -800-US NOTARY (1-800-876-6827) Item lr5907 ATTACHMENT C Bid Analysis 1 BID TABULATION PROJECT NAME FY 2016-17 PAVEMENT REHABILITATION PROJECT, CITY PROJECT ID· P13- 2 BID REJECTED DUE TO Apparent l ow Bidder 1 Apparent low Bidder 2 Ap~r11nt Low Bidder 3 INSUFFICIENT BID BOND AMOUNT BID TABULATION Included for refer~ only AVERAGE BID VALUES LOWEST HIGHEST UNIT BID UNIT BID PRICE PRICE Pavement Coatingt Co Amorteon Asphoh SoUlh, Inc All Amorica11 Asphoh Roy Allon Slurry Sui Bid ftlm and Description Oty Uno! IJfYf"""" Total Pr>ce Unot"""" Total Pr>ce Unot"""" Total Pnoo Unit"""" Total Pnoe tk1it"""" TotaiPnoo CaWruct Quod< Sel Em<Jsm Aggregaie Slurry Type II (Cailcnc:) wrth 1 2~ petcenl latex Addi~ve to •ndude curb retl..rns of all lfltersectu"'Q olteeiS Ti'<s bod uem shall 11!JPiY to all olteels IISied rn AppendiX 8 -2,300,000 SF SO IT SJ91,0001X so 148 S340,4001X so 17 5391,000 IX so 182 $418,600 IX so. tl S385,250.1X $0.15 SO IS Pro,ed S~eot. I.Jsl and shown 11 /<pp<Jndlx C-Pro,ed Plan Locllzod Pavernonl Repa11 a1 varWJUSiocahons Remove IJ<IIIIng AC pav'""""l ooc11on lo 10' depih CaWruct 2' ARHM""" 2' Type B-PG 2 54 10 rNfll 6' Crusl1od 1\ggrogale Base (CAB) over 8' IICOillod and "'""'aclod subgrodo li'<s bod rtem shall apply lo variO<JI ctroota lctod 1 30,000 SF $~55 S196,500 IX $1219 SJ65,700 IX moo S660,0001X $1208 $362,40001 $1321 $396,150.1X $655 S22 00 AppendiX 8 -Pr'Of6CI ~eels I.Jsl and shown rn AppendiX C -Pr'Of6CI Plan Roolore Elosir9 Str'I'"'V l.Jrnt lJnes Crosswall<s P-Legends A/roN Mari<o:'ogO. Speed l.Jmt legends, Stop legends and all othef eJOSirlg legends and m;rtr,gs on pavemenl (A;>pendix D·Emt>ng Sttoel Googlo Aenals IOCiudes •~slr9 Googlo Aenals showing EloSI"'l Stt'P"'V Lml l.Jneo. Crouwal<s. Pavement L~s Anoo Marl«ngs Speed Lrrnl L~a. Stop L~s. and all 04hef emlrng logonds and marl«ngs on pavernoniiO bo reaiOred] Res lOr allon shall bo as lolows EloSirlg 1.., SlnO>ng ohall bo resiOrod wrth ,_ Slnpng per c:urenl Cliuna Deurla "'lh rOISod markers • Cenler L'""' per Deuda 2. 22 32 .. ;toplrcable 3 • L-l.nes per Detarl9. rdudrng '!I:! long solrd L,.,.. a1 rnlersecllona • Left and Righi T '"" L-per !Jetaj 38. 1 LS $10.000 00 STO.OOOIX $81,10000 S81.100.1X $105 000 00 $105,00001 $60,50000 $60,500 IX $19,30000 $19,300.01 $60,50000 $105.000.00 • lml lJnes and Crosswalks 12' Wide lrnes (malch e~sl11g color o1 a ooswalu (wtvle c> yellow) AI Crosswal<s and Lrrnl Lrnes shal have applrcable rarced markers alcrng the entrrelne length al24' 'F'IC'"9 • P-Legends, Anoo M;rtr,gs Speed lJrnt L~. SlOp L~. and Ill Olhor IWSir'lg legends and m.l<"'l5 on pavemenl per wrrenl IlPPI~ Clibana Siandtrd& Fe> II rtemllbove. parnt shall bo tl'oermo!>laSIIC parnl and rellecbve Tt111 bod rlem alrall apply to all oltoota hsled rn A;>pend~ B -Pro,ocl Sboels Lrsl and shown rn Appendix C-PrOjOCl Plan. 4 Loop replaoemenlc (6' r"'-'1d) whefe roeces.ary 10 EA sm oo $4,3501X S«OOO $441)()1X SJIOOO SJ.IOOIX $435.00 S4,3501X $40500 $4,050.1X $310.00 $44000 OTAL BASE BID AMOUNT (LOW BID IS ESTABLISHED BASED ON "TOTAL BASE BID $6$1,150.00 $7112,200.00 $1,159,100 00 sa.ci,l50 00 $664,750 00 ~MOUNT" ~DDITIVE BID ITEMS "PPARENT LOW APPARENT LOW "PPARENT BID REJECTED BIOOER1 BIDDER2 LOWBIDOERl 0 \Oropbo~t (lr•nsteth £nc'neen)\K)IklCR0\2016\J6l.tO TC PMP 2016\WlP\7110 A.NAlVStS\0 tiD ANAl 't'SISi tO TAIULATION 1 of 8 ----------------------- 1 BID TABULATION PROJECT NAME: FY 2016-17 PAVEMENT REHABILITATION PROJECT; CITY PROJECT 10. P13- 02 BID REJECTED DUE TO Apparent Low Bidder 1 Apparent Low Bidder 2 Apparent Low Bidder 3 INSUFFICIENT BID BONO AMOUNT BID TABULATION Included for ntference only AVERAGE BID VALUES LOWEST HIGHEST UNIT BID UNIT BID PRICE PRICE Pavement Coatings Co. American Asphah South, Inc. All American Asp haft Roy Allen Slurry Seal Bid Item 1nd Description Oly UM U1111 Pnce TOOII Pnce UfliiPnce Total Pnce UntiPnce Total Price UfliiPnce Total Pnce Unit Price Total Pnce Curt> Side Hoose Numbering.<>n ve<tcal rur1> face (" tall nurne<als painted black oo wtote painted background) If a house number Is already p~nted an the 8XlSting rur1> face, ~ shall be filst brushed off and deaned, and !hen panted..,. "'th double c:oa! wl>te background bas< A t covenng the eJUS!Jng I1<JI11be! CCf11!llelely (bruotung off and eleillllng lO,CXXl EA 52300 $2JO,CXXlex $2200 S220,CXXl.ex SJ5.00 S350,(XX) oc $3000 SJOO,CXX!OC $27.50 $275,(XX)!l( $2200 $35.00 awl•es to all curt> Side house nombemg p111nt1ng IMII1 1f there " no eJUS!Jng house nombemg panted) The old house I1<JI11be! shall not bfeed/show lhru the panted wllte background An,. the wtote background" completely dried, oow house nurrber shall be pa~nted Reslaaboo of eJUstlng curt> lace pamlwlg (Slue. Qeen, Yellow, Red, 'v\lhite, etc) 1n variOUS areas as necessa-y to match eXIsting cutb face A2 colas. The new pant shaJ be apphed afl.ef eXIstng pant IS brushed oft 2.500 Lf $8.00 $20,CXXlOC $l70 St9.250 ex $5.00 $12,500.0:: $7.70 S19,250ex $7.10 $17,750.()( $5.00 $8.00 and cleillned The new pant shall be applied in 2 ooals oo both vertical and top lace olthe curb Cdd rrol 2' U.Ck eJU&Ilng asphalt concrete pavement. The oantrac10< shall provide a ""I bod pr1011 based oo the followlng base c:rnena A31 • 1 to 21;r,e eacl\ d:rocloo. 20,(XX) SF $050 StO,CXXlOC $061 $t2,200.0C • Totalill'eaol12,500 •Ito 24,999 •1. so~ Sto.eoo ex $061 $12.200 oc S0 57 $11,300.0: fa 50 S0.61 • Tralfic control P'" "iWldad Watch Manual. Tt.s bod urol priOI! will be used lc! payrrenl of qui11'1bbes 00f1111ieled ..th1n the above speafled range Construct 2' tt>ck ARHt.l AC Pavement Overiay, (ARHM-GG-C). The oantr;Dcx shall provide a ""' bid price based oo the foilow1ng base c:ntena A32 • 110 2 lane eacl\ dlrocbon. 20,(XX) SF S260 S52,(XX) oc $220 S44,CXX!OC $168 S33,6000C $2 20 $44 (XX) oc 5Z1l $43,400.0C $1.68 SZ60 • TOOII area of 12,500 sf to 24,999 sf. • Tralfic control P'" standad Walch Mi11'1ual. Tt.sl>d uM pr1011 Will be used lc! payrrent of qui11'1bDes ~ed WTihm the above speafled range Cold rrd 2: tNck eXJsllng asphalt conaete pavement. The oantrac10< shall prOYide a urotl>d pr1011 based oo the lollovwng bas< cntena. A41 • 1 to 21.,.,. eacl\ direction. 1 SF $040 5041 S0 55 sos: $033 so.~ $0.55 sos $0.46 S0.4€ $a33 sass • Total area oi25,CXXl silo 49,999 sf, • T raf\c oantrol P'" standard Watch Manoal. Tt.sl>d ""'' pr1011 wit be used lc! payment of qui11'10bes completed Wllhln the above speafled range Construct 2' U.Ck ARHM AC Pavement Overiay, (ARHM-GG-C). The oantrador shall provide a Ul'llll>d pr1011 based an the loilovwng bas< cntena A4 2 • 1 to 21ane eacl\ dlrocboo. 1 SF 5230 $23( 5193 $19 • TOOII area of 25,CXXl silo 49,999 sf. $1 25 S12 S200 $20C 51.81 St 8 $1.25 SZJO • Tralfic oantrol P'" "iWldad Watch Manoal. Ti'is bid urvt price wil be used lc! payment of qtii11'1bties 00f11111eted WTihin the above speafled range 0.\Dropbol (lr•nuec::h [nc1Men)VOBR£CRDU016\16140 TC PMP 2016\WIP\7810 ANAlYSIS\0 ltD A.NAlYSISBIO TABULA nON 2of 8 1 BID TABU LA TION ~ROJECT NAME FY 201'-11 PAVEMENT REHABILITATION PROJECT. CITY PROJECT ID P1l- 2 Bll REJECTED DUE TO Appa,..nt Low Bidder 2 Apparon1 Low Bidder l INSUFFICIENT BID BOND Apparent Low Bidd•r 1 AMOUNT BID TABULATION Included for r~t.rence onty AVERAGE BID VALUES LOWEST HIGHEST UNIT BID UNIT BID PRICE PRICE P1vem•nt Coatings Co American Asphah South, Inc All Arnoricon Aspha~ Roy Allen Slurry S..l Bid !tam and Dtscription 01y u .. , Undf'n<e Tot~ Pn<e Und Pn<e Total Pn<e Und Pn<e Total Pn<e Und Pn<e Total Pnce Urit Pn<e Total Pnce Cold rrul 'Z ~k e101J1ng asphah conaete pavement The contractor snail prOVIde a untl>d pnce based on the following basE ern..,. A51 •11021aneeacltdrocbon 1 SF $030 $03( SO« $04-$020 $02( $0« $04A $035 $03! $020 $044 ·Total aru of 50,000 sflo99 999sl. • Trafk conlrd per s~:ondard WalCh Manual. This bod""'' pncowa boused b payment ofqylrlble& oompfeted W'thln tho lil>cwo ._!ad rongo Cor1llruc:t 1' he>. ARHI! AC P""""'"" OYtwtay (ARH>,t.ro.t) The"""'"'*" !Nil prO\'>Cio a""'' bod pnce based on the Jolowlng b.., crll ... A 51 • 11o 2 ~.am dtracoon I SF S200 S201 Sf 54 S1 5o $099 $09! Sf 60 S16 SUJ $1 s: $Q99 szoo ·Total aruol50000 sfl099.999 sf. • Trafk oonlrd per <landardWa<ch "''"'"'1. This bod""'' pnce bo used b paymenl ol q<llr\DIIe$ oompleled W1thol tho-speofiod 'arlO' Cdd mrl 1' ll'oc< exr.ong aophall concrete pa\'81!l(j0(. The"""'"'*" lhal1 prCJ\'>do a""'' bod proce ba<ed on the lollc>mg b ... mt•ta A61 • 1 10 2 lane e3Ctl drrecbOn I SF $030 SOl S028 soz so f6 $01 $030 so $026 $021 $Qf6 $031 • Totalaroo oltOO.OOO stand"""' · Trafic conlrd per standard Wa!ch Manual TI'IS brd UM pnce wjt bo used b payment of QUlrlDtreo oompleled Wllh'" lhe-speof>ed 'arlO' Construct2' lhrckARHI! AC Pavement Ove<fay, (ARHM.ro.t). The contractor lilall prCJ\'>do a unr\ bod pnce based on the followmg basE Cflletta .<.62 • 1 to 21ane each drrecliOn 1 SF Sf 75 SIT Sl 38 $13! $097 $09 $140 S14 $138 $131 $Q91 Sf 75 • Totalaruol 100.000sfand"""' • Trafk oonuol per stondard Watch Manu" Tin bod ""'' prrco w" bo used b paymen1 ol qyanblie< oorr9otod W>lton ltlolll>cwospeofiodrongo A711 Si!"''l <nl proces. MUTCOICaftrons Oelai t. Conter-ho wp.ng 1.000 LF $060 $60001 $055 $55001 Sf 00 S1.00001 $055 $55001 $068 $67501 S0 55 Sf OC Without r•sed mners A712 Si!"''l ~nt proces MUTCOICaftrans Oelai 2. Cenl,.-ine stnp.ng Wllh 1.000 LF $010 $70001 $066 $66001 Sf 00 S1.000D S066 $66001 $Q16 $75501 $Q66 SI.OC ra.sedm.brs A721 Sr-"'' proces liUTCOICallranc Oe!ai 8. Lane-me stnprng wrthout 1,000 LF $060 $60001 $055 $55001 Sf 00 $1,000(); $055 $55001 $Q68 $67501 $Q55 Sf 00 racsed rNttn A722 Si!"''l <nl proces MUTCOICallrono Oelai 9. 1.Jne.lrne <1nprng Wllh 1.000 LF $070 $700 oc S066 $66001 Sf 00 $1.00001: $066 S6600C $Q76 $75501: $Q66 SfOO r111std maO.ers. auurne SOO" nwwrun A731 S'l"''l ~nt proces MUTCOICaftrano Oelai 21. Contor.lono otnprng 300 LF Sf 50 $450 oc Sf 38 $414 oc ssoo St.5000C Sf 40 $42001 S232 $69601 Sf 38 SiOC Without r•sed mar1ters A732 Si!"''l Ln1 pnces I!UTCOICallrans Dotai 22. Conla'.lono stnprng Wllh 300 LF S200 $60001 Sf 8f $54301 $500 St.5000C Sf 85 $55501 S267 $799.51 Sf 8f $5.01: raudm;wken A 7 4 I S~lf''"ll urot pr-ces, MUTCO/Caftrans Detai 31, Conter·ino otnprng 500 LF S2JO St.t5001 $2 20 $1,100(); S9 00 $4,500 ()( Sl/0 $1,100.01 $3.93 $1,9625( SZIO $9.00 wslhout rased mcrler1 D \Df"opbo• (l,.n1tech (n,.ne.,)\.IOI~[CIU)\JOJi\16140 TC PMP 2016\WIP\7110 ANALYSIS\0 ltD 4NAL YSISIM> TAIULATtON 3of8 1 BID TABULATION !PROJECT NAME FY 201'-11 PAVEMENT REHABILITATION PROJECT, CITY PROJECT 10 PU· p2 BIO REJECTED DUE TO Appomrt low Blddo< 1 AppoJWnt low Blddor 2 Appomrt low Boddo<l INSUFFICIENT BID BONO AMOUNT BID TABULATION Included for rolo<onco only AVERAGE BID VALUES LOWEST HIGHEST UNfTBIO UNfTBIO PRICE PRICE Povomont Cootlngt Co Amonc<on Atpho~ South, Inc AI Amorlcon Atpho~ Roy Allen Sluny s..l Bid ltom and Ootc~ption Oty Urot Unll Pnoe Totll Pnoe Urvt Pnoe Total Pnoe t.nt Pnoe Total Pnce Urvt Pnoe Total Pnoe UrW Pnoe TCUI Pnoe A7 42 S~ ""' pnoos. MUTCOICaltrans Detai 32. Cont .. -ine Slnpmg wrth ratsed markets 500 II SJOO $1,500 (X J2 92 S1,4ro.CX J900 $4.500 IX SJ.OO $1,500 IX $448 S2,240CX J2 92 S900 A 7 51 Sb1P"'9 unot pnc,.., MUTCO/Calbans Dotal 38. ChanneiDng lone (le" 01 300 lF S2JQ S6901X J2 20 S660CX SJOO S9001X $2.20 S6601X $24.1 $n75( SlX SlOO nght un-ino) olf'4lllV With r.-.d maricll's A752 S•-""t ~. IIUTCOICalbans Dotal 38A. Chomolrnngb (le' 300 LF S200 $600(X Sl 98 $594 (X $500 $1.500()( $200 $600(X S2 75 $8235( s1 98 uoo or nght un-ino) olf'4lllV wlhaJ r.-.d mar1cii'S A76 ~--unot pr-.IIUTCO/CIIrano Oe!al39, But-"'lP<IV 500 LF $115 SS75 ex Sl 10 usa ex s1 oo uoocx Sl 10 USQ(X Sl 09 $5437 s1 oo Sl 15 A77 s._ ""t Pl-. Ctosswil~~o t2' Wldowtwtta ~ 500 LF S350 S1.750CX SJ30 S1.650CX $500 $2500()( SJ30 S1.650CX SJ 18 $1.887~ SJJO uoo A78 s·-ont ~. fvrOII Iogends 8 EA SitS 00 S920CX $11000 S880 (X StOOOO seoooc SIIOOO S880CX SIDe IS S8700C SIOOOO SIISOO A79 s._ ont PI"* Bri<e logends 8 EA $14.100 SU60CX SIJ7 50 S1.100CX $10000 seoooc $14000 $1,120()( $13063 $1,045()( $10000 SI4S 00 A710 s•-.... Pl .. 21e"er legends (25. ""'> • EA Sl4.5 00 S580CX sm 50 USQ(X $10000 $400()( $14000 S560CX Sl3063 $522.5( s1oooo SI4S.OO A711 s._ IRt PI"* Jlot:or logonds (IIPH, ell:) • EA $155 00 S620CX $148 50 $59C CX $10000 $400()( $15000 $6000C $138 J8 USJ.S( SIOO.OO $15500 A712 s._..., ~. 41or•legends (STO!' e1c) • EA $17000 S680CX $16000 S640 CX SJOOOO St 2000C $205 00 S8200C S201!1S S8JSOC $16000 SlOOOO "713 s._ ont Pl-. Slota legends (Al£AO. etc) • EA S215 00 S860CX $205 00 $8200( $40000 S16000C $23000 mocx S262 50 S1.0501X $20500 $40000 "714 So-""t PI""'"· &Iotter legends (SOIOOL etc ) 4 EA $25000 St.OOOCX $231 00 $924 0( SlOOOO $t.2000C $26000 S1,040CX $26025 $1.0411X $231.00 SlOOOO A 715 So-""'t pr-. XING legends (1 e 25) • EA SilO 00 $680()( $16000 $640 0( SJOOOO St.2000C $16000 $64001 $197 50 s~oc $16000 SlOOOO RerncMo lrld ,..,.... WllriiJ brol<enlsunl<en 6' cutr lrld 1 5 'Mdo IJUIIO< "' ...... -.. drrocted by the Crty Tho c:cnuoctor lholl prCMdo 1 Lnt bod pnce bosed on the falowwlg booe f\8 cr1tena 500 LF S42S 00 $212.500CX $12100 $60,5000( $8000 $40,0000C S120 00 $60,0000( $186 50 S93,2500C $8000 $425.00 • Totll.,.,.rromlenglh rnonesectron 5'. · Traf6e oontrof per ltiOd~d Watch Manual. Tin bod Lnt PI"" w;1 be used Ia payment ol quanotres oornplotod wrth•n the above "*'lied range RerncMI ..r rep~ooo OXrSl<1g brol<enlsunl<en 6' cutr lrld 'l 'Mdo 1JU110r., ••IOUIIocahcrrlll drreclld by flo Crty Tho oontroc:tor lhol prCMdo 1 ont bod pnce bosed on the falowwlg boso A9 Cfl! .... 500 l.f $42500 $212.500()( 1143 00 571,5000( $9000 545.000 (X 5143 00 S11.500CX $20015 $100,125CX $9000 $42500 ' T CUI """""'"' longi!1WI ono IOdJon s· • Tr1fk oontrd per st..r.dWat<:h Manual !hot bod lnt p!IC8.. be used b pay!rliWll of ~biles oornploted •llwl tho-"*'lied lorlQO RerncMI ftl ...,.... llCIIIIIg broken Sidewalk pa'llk II ...,.. -. .. -by theQiy Tho -•OdOr lhol prCMdo I 11'11 bod pnce baod on the loloo"''IJ baCt "10 ...... 3000 SF S9500 $285,000CX $1210 $36.3000( $850 S25.500CX Jt300 SJ9.0000C Sl2 IS $96,450()( $850 S9SOO • Totll.,.,..,...,lfrnono-.on25' • Tro!lc:ooniiOiper sllrld•dWat<:hMnJal !hoi bod ont PIIC8 wt bo used b pay!rliWll of qulr\blleo oornploted w,tt.n the-"*'led lorlgO OTAL BASE BID AMOUNT $611,15000 Sl'U,200.00 51,159,100.00 $845,150 00 Sl64,750.00 4 ol8 1. BID TABULATION ROJECT NAME FY 2016·11 PAVEMENT REHABILJTATION PROJECT, CITY PROJECT 10: P1l- 2 BID REJECTED DUE TO Apparent low Bidder 1 App~rent low Bfdder 2 Apparont Low Blddor 3 INSUFFICIENT BID BONO AMOUNT BID TABULATION Included for reference onty AVERAGE BID VALUES LOWEST HIGHEST UNIT BID UNJTBID PRICE PRICE Pavement Coatings Co Amorican Asphalt South, Inc; An Am•ric:•n Asph•tt Roy Allon Slurry Seal Bid ltam and O..criplion I Oty I UM Utvl Pnoe lola! Pnoo UmPnoe Total Pnoo Untt Pnoe Total Pnoo Utvl Pnoe Total Pnoo Unit Pnoe Total Pnoo BID RANKING APPARENT LOW APPARENT LOW APPARENT BID REJECTED BIDDER 1 BIDDER2 LOWBIODERl OTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES $661,150.00 $792,200.00 $1,159,100.00 $145,150 00 OTAL BID AMOUNT INDICATED BY BIDDER $661,150 00 $792,200 00 11,159,100 00 IU5,15000 ALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON $000 ALCULATEO BID AMOUNT $0.00 $000 $000 IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS SUBCONTRACTOR 'II AND AMOUNT SHOWN IN THE BID 2704'11 $178,950 IX 010 THE BIDDER MEET~ SUB CONTRACTOR (MIN 51'11 WORK BY PRIME !Yes ONTRACTOR) REQUIREMENT al Stnpe S5S.OOOIX Stnpmg) ~l.'iller(AC $120,000 IX Dotaoled analy"' ~ no1 beong Dotaoled anatyaa ~ no1 beong Delalled NY"' 11 no1 beong "'""""""'') oonduded W111111111 boddor atlhls oondudod Wlll111111 boddor at lin oonduded W1!1111111 boddor at !In ---ralfi< Loops. SUBCONTRACTORS f:ra:l<ill•ng.lnc $3.9501X Loops) OTAL 1111,950.1X D·\Dfopboll (T,_n,tec.h Enc~en)\)OIIt(OD\1016\161CO TC PMP 2016\WIP\7110 AHALYSIS\0 IUD ANAl YSISIID lAIUlATlON 5 of 8 2. REVIEW OF APPARENT LOW BID PPARENT LOW BID SUBMITTED BY Pavement Coatings Co APPARENT LOW BID AMOUNT I $661,SSO.OC TEM REVIEWEOICHECKED REVIEW RESULT BY DATE REMARKS BID STAMPED AS RECEIVED PRIOR BID TIME YES CITY CLERK 9/1/lf BID 80NO IN PROPER AMOUNT: YES AC 9/1116 AOOENDA ACKNOWLEDGEMENT NONE ISSUED NIA 9/111f TOTAL BID PRICES CALCULATED CORRECTLY YES -'CMD 9/111~ SUBCONTAACTOR AMOUNT $178,950 00 ACMD 91111~ MIN PRIME CONTAACTOR 'II. REOUIREMENI FOR WORK PER SPECIFIC-' liONS 51 00'11. ACMD 911116 PRIME CONTAACTOR 'II. CALCULATED PER BID SUBMITTAL (THIS 'II. MUST BE EQUAL OR MORE THAN ABO\IE 'II.) 72 96'11. ACMD 9/1116 BIOOER COMPLIES WITH MIN PR11.1E CONTRACTOR 'II. REQUIREMENT YES ACMD 9/1116 MAX ALLOWABLE SUBCONTAACTOR PERCENT PER SPECIFICA liONS 4900% ACMO 9/1116 SUB CONTRACTOR 'II. CALCULATED PER BID SUBI.11TTAL (THIS 'II. MUST BE EOUAL OR LESS THAN ABCVE 'II.) 2704'11. ACMD 9/1116 lODER COMPLIES WITH MAX SUB CONTAACTOR 'II. REOUIRE1.1ENT YES ACMO 911116 PR11.1E CONTAACTOR LICENSE STATUS· Pavemen1 Coahf19S Co 303609, ACTIVE ACMD 911!/16 Pnnl-oul tom CLSB Woo Page attached (httpJ/.Nww cslb ca gov~ PR11.1E CONTAACTOR DIR REGISTAATION STATUS Pav..,..,l Coahfl9S Co 1000003382. REGISTERED ACMO 911!116 Pnn1-ou1rom DIR Woo Page anached (hllpS/Ie~<ng dit ca gov~R/Search) SUB CONTRACTOR LICENSE STATUS Cal Sltlpo (Sirlpo>g) 685387. ACTIVE -'CMD 911!/16 l'nnl-oul rom CLSB Woo Page atladlod (http//.Nww cslb ca gov~ SUB CONTRACTOR DIR REGISTAATION STATUS Cal Sltlpo (Sinpo>g) 1000001100, REGISTERED ACMD 911!/16 Pnn1-ou1 hm OIR Woo Page onachod (hl!pllleNmg dit ea gov~R/Search) SUB CONTRACTOR LICENSE STATUS SUty t.VIer (AC Plaeemenl) 747612. ACTIVE -'CMD 918116 Pnnl-oul tom CLSB Woo Page attadled (http//.Nww cslbea gov~ UB CONTRACTOR DtR REGISTAATION STATUS Sully M~ler (AC Plaeemenl) 1000003664, REGISTERED -'CMD 911!116 Pnnl-ou! tom DIR Woo Pago o!laChed (hl!pl//e!il.ng dit .ea gov~R/Search) SUB CONTRACTOR LICENSE STATUS T <affic Loops, Crackllhng,lf'<: (loops) 652956, ACTIVE ACMD 911!116 Pnnl-ou! tan CLSB Woo Page anadled (hnpi/.Nww cslb ea gov~ SUB CONTAACTOR DIR REGISTAATION STATUS Traffic Loops. Cracki!Ong Inc (loops) 1000003794, REGISTERED ACMD 911!116 PMI-oul tom OIR Woo Page onachod (hl!pl//eN•ng drr ca gov~R/Search) PRIME CONTAACTOR DEBARMENT STATUS FROM ST-' TE Pavemonl Coabf19S Co NOT ON STATE DEBARRED LIST ACMD 911!116 Pnnl-oul ian OrR Web Page allaehod (hltpJ/.Nww drr ea govldlseldeba" .hlml) CONTAACTS PRIME CONTAACTOR DEBARMENT STATUS FROM Pavemon1Coanfl9SCo NOT ON FEDERAL DEBARRED LIST ACMD 9/8116 Pnn!-out tan SAM Web Page al!achod {h!!pli/.Nww sam gov/ponaUSAMI#l) EDERAL CONTAACTS PRII.!E CONTAACTOR DEBARMENT STATUS FR01.1 STATE Cal Sinpo (Sirlp<>g) NOT ON STATE DEBARRED LIST ONTAACTS ACMO 9/8116 Pnnl-oui tom DIR Web Page allachod (hltpJ/.Nww dir ea govldlseldeba" .hlml) PRIME CONTAACTOR DEBARMENT STATUS FROM Cal Slnpo (Sinp<>g) NOT ON FEDERAL DEBARRED LIST ACMD 911!116 Pnnl-out tan SAM Web Page allachod (hltpsJ/.Nww sam gov/pD'taVSAM/111) EDERAL CONTAACTS PR11.1E CONTAACTOR DEBARMENT STATUS FROM STATE &ity '-''lor (AC f'laeemenl) NOT ON STATE DEBARRED LIST ACMD 9/8116 PMI-oui ran DIR Web Page allachod (h!tp 1/www du ea pldlseldeba" hlml) ONTAACTS PRIME CONTAACTOR DEBARI.1ENT STATUS FROM Stlly '-''lor (AC Plocemenl) NOT ON FEDERAL DEBARRED LIST ACMD 9/8116 Pnnl-out tan SAM Web Page ai!Jehed {hl!pl/lwww sarn plpataVSAM/#1) EDERAL CONTAACTS PRIME CONTAACTOR DEBARMENT STATUS FROM STATE Traffic loops, Crack!l~ng. Inc (Loops) NOT ON STATE DEBARRED LIST ACMD 911!116 Pnn!-oul tom OIR Woo Page al!achod (hltpJiwww drl ca pldlseldebiV .html) CONTAACTS PRIME CONTAACTOR DEBARMENT STATUS FROM T1affic loops Crackllbng, Inc (Loops) NOT ON FEDERAL DEBARRED UST ACMD 911!116 Pnn1-ou1 tom SAM Web Page allachod (hllpSJiwww sangoy/p!>'\aVSAM/#1) EDEAAL CONTAACTS REFERENCE CHECK ACCEPT ABLE YES ACMD 911!116 SEE REF CHECK 0 \Dropbo• (lran~lech £nc'"un)V081t£CRO\,l016\16140 TC PMP 2016\WtP\7810 ANALVSIS\0 liD ANAl. YSI$R(Vt[W Of APPAR.[HT LOW liD 6ofB 3. REFERENCE CHECK OF APPARENT LOW BIDDER Pavement Coatings Co. REFERENCE CHECK FOR APPARENT LOW BIDDER REFERENCE DATA FOR APPARENT LOW BIDDER Answer "YES" If satisfied or "NO" if not satisfied >-UJ UJ >-< ><:(.!) co 0 ,_ en:z ...J Cl Cl en <~ Li: UJ w ,_ a: a: a:u a:::> "" < 0 0 ~i:i ~0 :z u Cl t> ,_ ~~ UJ OWNER AND REFERENCE Cl u u< U>-I REFERENCE PROJECT w ~"" ~ ~~ u NAME ,_ ~en ,_< REMARKS w >-a: >-UJ ,_en >-z ~~ ...J i§o Z--' zw 15-n. o=> ou :::; uS: uo uw u~ I>-,_ 0 ~~ UJ wzen ::>U z u UJI Iza: wen ~g :::> w ......... Iu ,_=>w I::; ...J 0 ~ o< >-en Cl~Cl 63 ~8 UJ ~ oB Q:z ,_ Cl DO Ciu.~ ou County of San Bernardino 09106116@ 10 16am. Schedule was delayered due San Antonia He1ghts County of San Bernard1no 909-387 .a 104 $653.266.00 Apr-15 Yes to unrelated issues related to utility wor1< that was Melissa Surface Seals H14688 Haole Ford Yes No No Yes being done in the same area, but considering that 91612011 they still managed to be very close to schedule DemlfCI They did scrub seal and surface seal Los Angeles County PubliC ~orks Los Angeles County PubliC Douglegrove Street ET AL ~orl<s 626458-4967 $1,797,596 ()( Mar-15 Yes Yes No No Yes 09106116@ 1033am Left VM. They are on as on Melissa 9/8/201€ RMDJOC1302-201 Slurry Khaled Alqam as needed contract, easy wor1< to w1th DemlrCI ~at ~1ty of Chula Vista f'wily of Chula Vista 09106116@ 10.35am. Ma1n line 619-691-5031 Merid1an Parl<way 619-694-5024 $1,532,589 ()( Ju~ 15 09/08116@ 9·37am Called, d1rect line 619-409-MeliSsa Mlcrosurfac1ng Ben Juan 3883, secretary Florence 619-691-5394 Left a VM joem1rC1 9/812011 on the direct hne D \O,opbo.r (Tr•ns:tech [ft1iMenJ'VotR£CR0\2015\16ICO TC P'MP' 2016\Wif'\7810 ANAlYSfS\0 110 "NAI.VSISIUJ CHECK 7 of 8 4. LOWEST RESPONSIBLE BID LOWEST RESPONSIBLE BID SUBMmED BY: Pavement Coatings Co. IN THE AMOUNT OF: $661,850.00 0 \Ofopbo• (Tran.t.Kh £ncincen)\IOARECJtD\2016\16140 fC PMP 2016\WI"1110 ANAl VStS\0 liD ANALVSISlOWlSl ~£SP'ONSIIlE &10 Sofa https://www2.cslb.ca.gov/OnlineServices/C ... 9/8/2016 Contractor's License Detail for License # 303609 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If th1s entity IS subject to public compla1nt disclosure, a link for complaint disclosure w1ll appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071 .17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitrat1on. Due to workload, there may be relevant Information that has not yet been entered onto the Board's license database. This license is current and active. All information below should be reviewed. Business Information PAVEMENT COATINGS CO 10240 SAN SEVAINE WAY JURUPA VALLEY, CA 91752-1100 Business Phone Number:(71 4) 826-3011 Entity Corporation Issue Date 03/03/1975 Expire Date 09/30/2018 License Status Classifications A-GENERAL ENGINEERING CONTRACTOR C32-PARKING AND HIGHWAY IMPROVEMENT Bonding Information Contractor's Bond This license filed a Contractor's Bond with FIDELITY AND DEPOSIT COMPANY OF MARYLAND. Bond Number: 8821094 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond H1story Bond of Qualifying Individual _j This license filed Bond of Qualifying Individual number 6481024 for DOUGLAS MAX FORD in the amount of $12,500 with FIRST NATIONAL INSURANCE COMPANY OF AMERICA. Effective Date: 04/02/2008 BQI's Bond H1story Workers' Compensation J This license has workers compensation insurance with the TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA Policy Number:VTC2JUB7F65798 Effective Date: 10/01/2015 Expire Date: 10/01/2016 Workers' Compensation H1story https:f /www2.cslb.ca.gov/OnlineServices/C. .. 9/8/2016 Personnel listed on this license (current or disassociated) are listed on other licenses. https:/ /www2.cslb.ca.gov/OnlineServices/C. .. 9/8/2016 Contractor's License Detail for License # 685387 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disdosure IS restncted by law (B&P 7124 6) If th1s entity IS subject to public complaint disclosure. a link for compla1nt disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071 17 , only construction related c1vil judgments reported to the CSLB are d1sdosed. Arb1trat1ons are not listed unless the contractor fails to comply wrth the terms of the arbitration. Due to workload, there may be relevant Information that has not yet been entered onto the Board's license database. Business Information CAL STRIPE INC 2040 EAST STEEL ROAD COL TON, CA 92324 Busmess Phone Number:(909) 884-7170 This license is current and active. All information below should be reviewed. A-GENERAL ENGINEERING CONTRACTOR Entity Corporation Issue Date 03/16/1994 Re issue Date 01/02/2008 Expire Date 01/31/2018 License Status Classifications Bonding Information Contractor's Bond This license fi led a Contractor's Bond with SAFECO INSURANCE COMPANY OF AMERICA. Bond Number: 24042335 Bond Amount: $15,000 Effective Date: 01 /01/2016 Contractor's Bond Htstory Bond of Qualifying Individual The qualifying individual RUDOLPH CHRISTOPHER ZAVALANI 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. Effective Date: 01/02/2008 Workers' Compensation This license has workers compensation insurance with the OLD REPUBLIC GENERAL INSURANCE CORPORATION Policy Number:A1CW42216609 Effective Date: 07/01/2016 Expire Date: 07/01 /2017 Workers' Compensatton Htstory Miscellaneous Information l J https:/ /www2.cslb.ca.gov/OnlineServices/C ... 9/8/2016 01 /02/2008-LICENSE REISSUED TO ANOTHER ENTITY Personnel listed on this license (current or disassociated) are listed on other licenses. https:/ /www2.cslb.ca.gov/OnlineServices/C. .. 9/8/2016 Contractor's License Detail for License # 7 4 7612 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure IS restncled by law (B&P 7124 6) If th1s enhty is subject to public complaont disclosure. a link for complaont d•sclosur.e w1ll appear below. Click on the link or button to obta1n compla1nt and/or legal action information. Per B&P 7071 17 , only construct•on related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply w1th the terms of the arbitration. Due to worldoad, there may be relevant onformation that has not yet been entered onto the Board's license database. Business Information SULLY-MILLER CONTRACTING COMPANY 135 SOUTH STATE COLLEGE BLVD SU ITE 400 BREA, CA 92821 Business Phone Number:{714) 578-9600 Entity Corporation Issue Date 03/30/1998 Expire Date 03/31/2018 License Status This license is current and active. All information below should be reviewed. Classifications A-GENERAL ENGINEERING CONTRACTOR C31 -CONSTRUCTION ZONE TRAFFIC CONTROL Bonding Information Contractor's Bond This license filed a Contractor's Bond with LIBERTY MUTUAL INSURANCE COMPANY. Bond Number: 014012431 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond H1story Bond of Qualifying Individual This license filed Bond of Qualifying Individual number 014049819 for DAVID LEROY MARTINEZ in the amount of $12,500 with LIBERTY MUTUAL INSURANCE COMPANY. Effective Date: 05/01/2010 BQI's Bond H1story Workers' Compensation This license has workers compensation insurance with the LIBERTY INSURANCE CORPORATION Policy Number:WC7631 004125656 Effective Date: 04/01/2016 Expire Date: 04/01/2017 Workers' Compensation History 1 https:/ /www2 cslb.ca.gov/OnlineServices/C. .. 9/8/2016 Personnel listed on this license (current or disassociated) are listed on other licenses. https:/ /www2.cslb.ca.gov/Online5ervices/C. .. 9/8/2016 Contractor's License Detail for License # 652956 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB compla1nt disclosure IS restncted by law (B&P 7124 6) If th1s ent1ty IS subject to public complaint disclosure. a link for compla1nt disclosure will appear below. Click on the hnk or button to obta1n complamt and/or legal action 1nformat1on. Per B&P 7071 17, only construction related c1vil Judgments reported to the CSLB are d1sclosed ArbitratiOns are not listed unless the contractor fails to comply w1th the terms of the arb1trat1on. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. This license is current and active. All information below should be reviewed. C 10 -ELECTRICAL Business Information TRAFFIC LOOPS CRACKFILLING INC 946 S EMERALD STREET ANAHEIM, CA 92804 Busmess Phone Number.(71 4) 520-4026 Entity Corporation Issue Date 08/25/1992 Reissue Date 08/01/1996 Expire Date 08/31/2018 License Status Additional Status Classifications C32-PARKING AND HIGHWAY IMPROVEMENT Bonding Information Contractor's Bond Th1s license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY. Bond Number: 222209 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond H1story Bond of Qualifying Individual The qualifying 1nd1v1dual MAI-LAN THI NGUYEN certified that he/she owns 10 percent or more of the voting stock/membership interest of th1s company, therefore, the Bond of Qualifying lnd1v1dual is not required. Effective Date: 11/14/2007 BQI's Bond H1story Workers' Compensation https:/ /www2.cslb.ca.gov/OnlineServices/C. .. 9/8/2016 An employee service group holds the workers compensation insurance. Policy Number:RWCC48554003 Effective Date: 12/01/2015 Expire Date: 12/01/2016 Workers' Compensation His;;..;t.;;;..o'"'------------------------------------' Personnel listed on th is license (current or disassociated) are listed on other licenses. https:/ /efiling.dir.ca.gov/PWCR/5 ... 9/8/2016 Go to Search Publ1c Works Contractor ( PWC) Reg1strat1on Search Ttn •s a hstlng of current and act lit PWC reo•streuons pursuant to 0'"'''~"' 2 Pan 7 Cnapter 1 ccommene•nQ With sect•on 1720 ol the CaMOf'Tlla Labor Code) Enter sr Jeast ~search cmene to (J1spJay achveiYlg,Stered publ< works contraclor(s} matching your .se 1Kt10ns Registration Year: Current F1scal Year 20t61t7 ::::;] PWC Registration Number. example t 234567890 Contractor Legal Name: PAVEMENT COATING Contractor L cense Lookup License Number: example t 23456 County: Selecl County Search Search Results One regostered contractor round Oeta1ls Legal Name V ew PAVEMENT COATINGS CO. About DIR wrao vwe are o: R 0 ... s•ons. Boa 'ds t.. ~m ss Co •a~ DIR Work w1th Us Reset Registrltion County Number I 000003382 RIVERSIDE teens ng r~ St .. i'l• Or"S, cert r cat OI"S & oe m t ~. t • Ca" of act vte.S Publ C R~ord At: E>cell PO~ Coty Reg1strat1on Expiration Date Date JURUPA VALLEY 05/04/2016 06/30/2017 v2 20160101 Learn More S te 'lap Freo e-rtt'v .... s ... ea Qt..~t ons lobs ~t o:q Cond•toons of Use Provacy Pc.. •CV Dosclaomer Dosab •tv accommodatoon Sole Help https:/ /efiling.dir.ca.gov/PWCR/5 ... 9/8/2016 Pfess Room ... u.r~ ~ .................... (_ ... __ Public Works Contractor (PWC) Registration Search nn ''a hst1ng of current and act•~• P\'I.C reg.strat.ons pursuant to l)..,~s~n 2 Part 7 Chapter 1 (commenong With sect•on 1720 of the Calofom•a Labor Code) Enter at least!!!!§: search cnrena to d•splay •clive rfi91Stered publiC worlrs contrector(s) matchmg your select;ons Registration Year: Current FIScal Year 20161~ PWC Registration Number: example 1234567890 Contractor Legal Name: CAL STRIPE --------~--....l Conractor ucen~e Lookup License Number: ••ample 123456 County: Select Coumy Search Search Results One reg1s1ered contractor found OeCitl5 Legal Name V e" CAL STRIPE, INC About DIR w •O we are DJR D•v•s•ons, Boa,.ds & Comm ssaons Contact OIR Reset Registration County Number 1000001100 ~:~NAROtNO Work wtth Us L1censang, reg strat•ons. cert•f•cat•ons 8. perm.ts. t40ttf cat 01" • act•v es Put Records Act City COLTON E><<~ I PDF Registration Exptration Date Date 06/01.2016 06/30/2017 v2 20160101 Learn More Sote Map FreQuently Asked Qcest ons Joos at OI~ Cond t1ons of U'e Privacy Polley D•sctaome• Dosab• 1ty accomon0dat10n S•te Help Copynght ~ 2015 State of Callfom1a https:/ /efiling.dir.ca.gov/PWCR/S ... 9/8/2016 Preu Room Conlat.l 01 Go IO Seorch .... Public Works Contractor (PWC) Reg1strat1on Search Ttu •s a lrSI•no of current and Kt ..,, PVI.{;: reg•strauons pursuant to O•VJS•on 2 Pan 7 Chapter 1 feommeoong w•th sect•on 1720 ot the CaMom•a LabOr Code) Enter ar least~ search cntena to display acttve ffJ915tered pubhc wo1ks conrractor(s) matchmg your seHtct1ons Registration Year: Currem F1scal Year 2016117 3 PWC Regislralion Number: 1000003664 Conlraclor Legal Name: 1 example ABC COMPANY I example 123456 CoNratt.)r ucense lookup License Number: Counly: Select Coumy Search Search Results One regtstered contractor found Det31ls Legal Name V e.-. SULLY·MILLER CONTRACTING COMPANY About DIR Who we are OJR Olv•s•ons, Boa ds C.omm ss o c Contact DIR Work with Us Reset Registration County Number 1000003664 ORANGE L ~ns ng eQ stret oos cert•f•Ca' or st. pe m ts ,.~ r t ''p on of ac' v es Pub Reconl Att City BREA E•cell PDF Registration Ex.piratJon Date Date 06/21/2016 06/30/201 7 v2 20160101 Learn More S oe "aP f reouent y A -::ed Quest•ons Jobs at D'R Cond•t•ons of Use Privacy Pohcy Dtsda•f'le D•sab tv accommodat•on S•te Help Copynght < 2015 SUit I of Callfom1a https:/ /efiling.dir.ca.gov/PWCR/5 .. 9/8/2016 PrtnRoom Go to Search ......,,...,.... .....,..c_ ... .._. ............... , •. ...,..a-. ...,.. Public Works Contractor (PWC) Reg1strat1on Search Tt\15 ~sa hst1ng of current and act1ve P\NC reg,strat1ons pursuant to ()f.,as.on 2 Part 7 Chapter 1 (tommenono W\th sett1on 1720 ol the Cal fom1a Labor Code.) Enter at least 2!1§: sea"h cntena to dtSS)Iay active fflgiStered pubi-c ~-orlls contnJctorts) matching yoor selectiOns Registration Year: ~1scal Year 2~17 ~ PWC Registration Number. example 12345678~ Contractor Legal Name: TRAFFIC LOOP Contranor ucense \.OCkuP license Number: example 123456 County: Select County Search Search Results One reg,stered contraC1or found Oe111IS Legal Name Vev. TRAFFIC LOOPS CRACKFILLING, INC. About DIR Wt'J we are O!R 0 v sons, Boards t. Comm ss ons Co •act DIR J Reset Reg1stratlon County Number 1000003794 ORANGE Work w1th Us L cenSi,9 reg strat ons, cert. fiCat ons S perm ts Nc.~ 'cation of act vteS P\.1:>1 c o.ecoros Act City ANAHEIM Expotl as E>cell PDF Reg1strabon Ex.p1r1t•on Date Date 06/09/2016 06/30/2017 v2 20160101 Learn More S·tt• ~lao Freguel'!t v A.s. .... ed Quest•ons lobs at OIR Cond,tlons of Use Pr1vacy Pohey Dtscta1mer D1sabil<ty accommodation S1te Help Copynght4C 2015 State of Cahfom•a http://www.dir.ca.gov/dlse/deba ... 9/8/2016 DLSE Debarments The foflo,...ng contractors are currentf) barred from b1dd1ng on accepttng or pertonn.ng any pllbl•c ""'()(i(S contracts e•ther as a contractor or subcontractor for the penoo set forth below As part of your due diligence. we suggest that you •tso check: Comractor stat.Js alltle vontra .'ors State LJC.ense Boara .;e;t 8 Tn.o Federal deba•moot stat the Ex.duded PartJes L•s System For a lost of past DLSE debatments of publ c works contractO<s please contact Susan Nakagama Speaal AsSistant to the Labor CommiSSioner 1515Ciay Street Suote 401 OaKland CA 94612 SNa~tagama1td1r ca gov Fast Demolition, Inc. Name of contractor 601-C East Palomar Street 1:123 Chula Vosta CA 91911 CSL8 Number 1:792729 Rogello Medina Vazquez. an tndMdualand tn hts capac;ty as Responstble Managtng Offtcer of FAST DEMOLITION, INC Amerivet Plumbing. Inc.; Walter Edward Jacob Kuhlmann Ill. Individually And dba Amerivet Plumbing Services CSL8 Number #969048 and 1:919761 Ultimate Inc., And, Enrique Vera, an Individual PO Box 571117 Tarzana CA 91356·1117 CSL8 Number #949229 Travioll Construction. Inc. PO Box 231 Vosalta CA 93274 CSL8 Number #936832 Integrity Sheet Metal, Inc. 319 McArthur Way Upland CA 91786 CSL8 1:726770 Period of debannent 411/44 through 3131147 Oe:.ts 1')(') ~...857.:2 411141 through 3131144 Decrston LB5665 411136 through 3131139 Decosoon LB5740 411133 through 3131137 Deosoon .85651 411133 through 3131137 f" son 85'39 411124 through 3131127 Decsron L95141 411130 through 3131133 Ge s...., 85'43 411127 through 3131130 Dt!C soon 85666 411121 through 3131124 Decsoon LB561F 411118 through 3131121 Decs on L85ffl8 4101115 through 3131118 Decosoon L85345 816/15 through 815118 De son 1211115 through 11130118 0eCJSIOn 9111115through 3110/17 2101115 through 1131118 http://www.dir.ca.gov/dlse/deba ... William Ben Hicks an 1ndJvt0ual Margaret Mary Hicks an •nc::hYIOUal LA Builders. Inc., a California Corporation t 5635 Sat1coy Street. #H Van Nuys CA 9t 406 CSLB #748591 Alon Gamllel an 1nd1v1dual USA Wall Systems, Inc. 8309 Sunsh1ne Lane R.-ers1de CA 92508 CSLB *929610 Edward Eugene Brammer an W'ld!Vldual and 1n his capaaty as Pres1dent1CEOIRMO Daughter Construction former1y dba Hy Carpentry Construction 15407 Thornlake Avenue Norwalk. CA 90650 CSLB #979297 Sharon Jln Voo an tndtVlduat Oae Hyun Yoo an tndtvtdual 9/8/2016 and'" his capaetty as managerlsuperv~sor fcx Sharon J•n Yoo ana'" tlls capac•ty as General Partner fOf' HV Construct•on a General Partnersh p RDA Construction, Inc. t692 W Bullard Ave Fresno CA 937 t 1 CSLB* 383306 Tltan Electrical Construction, Inc. Lucas Oliver Stickney. an 1nd1v1dual Jam1e Noel Fun, an indiVIdual 630 Natoma Street San FranciSCO CA 94103 CSLB* 9195t6 Ramos Painting Carlos Ray Ramos an tnd•Vldual P 0. Box 3871 Paso Robles. CA 93447 CSLB# 753575 Dick Emard Electric. dba Emard Electnc Luke R1chard Emard an 1nd1v1dual and RMO 5930 Key Coun. Su1te A Loom1s CA 95650 CSLB# 794007 Nixon Electric Goroon Fulton Ntxon an tr\OIVIOuaJ 5624 Faust Ave Vl-oodland H1IIS CA 9t367 CSLB# 796802 Neris General Contractors, a Califomla Corporation Efren Nen. an IndiVIdual Servando Nen, an IndiVIdual Rebeca Nen an 1ndJV1dual LUIS Abelardo Castro. an 1nd•v1dual 6087 Cahlom•a Ave Long Beach CA 90805 CSLB* 797967 Southland Construction Reza Mohammed• an ,ndl.,dual 39431rvme Blvd #405 lrvme CA 92602 CSLB# 663784 (exporedj National Drywall Corporation, A Dissolved California Corporation 2101115 through 1131/18 Oeos•on 4101/15 through 3/31/18 OeoS10n 4101/15 through 3/31/18 0eOSIOO 12115/14 through 12114/16 o..os oo 11/3/14 through 11/2117 Oec4sJon 1113114 through 11/2115 Deos"" 11/3/14 thorough 11/2/17 Oeas1on 811/14 through 7/31/17 Deoson 2128/14 through 2127/17 DeCISIOn 10/14114 through 10/13117 Deos on 8/4114 through 8/3/17 Oeos•on http:/ /www.dir.ca.gov/dlse/deba ... 9/8/2016 603 S M1i11ken Avenue SurteF Ontano CA 91761 CSLB #834335 Miguel Contreras, an Individual and Responsible Managing Officer/CEO/President Dora Marla Contreras, an Individual and AgenUOfficer of the Corporation Tadros & Youssef Construction. Inc. 5110/14 through 519117 Kamel Shaker Tadros & Makram Youssef Youssef, Individually D~SOil 1221 E 8th Street Umt A Upland CA 9F86 CSLB# 668182 (exp•red Serenity Fire Protection 511/14 through 4/30117 417 S ASSOCiated Road Brea CA 92821 •o CSLBd 90292~ Don Kelly Construction , Inc. 3125114 through 3124117 Don Kelly, Individual and Lisa Kelly, Individual 0eciSI00 171 Nonhvlew Rtdge Lane P 0 Box 10760. Bozeman, MT 59719 Aldan, Inc. 2128114 through 2127117 P 0 Bo• 9428. Brea CA 92822 OeCIS on CSLB #949229 Russell/Thompson, Inc. 10131113 through 10131116 James Jean Russell & Valery Alena Thompson, Individually OeCI5 on 4684 Oat.. Glen Dr Redding CA 96001 CSLBd g15035 (revoked! Ayodejla A. Ogundare, Individual 511512013 through 511512014 Dba Pacific Engineering Company De •"Son 6310 Stewart Way Bakersfield CA 93308 CLSB.fl710322 Wallcrete Industries, Inc.: Garlt David 7129112 through 7128115 Wallace and Amber' Anderson, Individuals Deas 01' 400 Kansas Redlancs CA 9237 3 CSLB#834220 FEI Enterprises, Inc 6/14112 through 6/13115 Gabriel Fedlda, Individual Dec \on 5749 Ven•ce Blvd .. Los Angeles CA 90019 CSLB/1659252 Jeffrey Alan Molt and Michelle Molt, individuals 3129/12 through 3/28/15 Dda Integrity Landscape 3756 Independence Avenue Oeoson Sanger CA 93637 CSL8#774222 Jensen Drywall & Stucco 3131111through 3130113 Jeffrey E. Jensen 3714 Lynda Place DeCis on Na~onal Clly CA 91950-8121 CSB # 664168 Exp 2/18/11 (eJ<Illred) All West Construction, Inc. 3131111 through 3130113 Donald Kent Russell 495N Masl<s Ave 0'\rJSIOO F<esno CA 93706 CSB H 592321 Exp 413/12 tSUSpendedJ Country Builders, Inc. 311111 through 2128114 Weldon Offill. Individually DeCISIOn 5915 Graham Ct Addend1Jm L•vermore CA 94550 CSB # 699574 Exp 11/30112 active) Sutter Foam & Coating, Inc. 7/1110 through 6130/13 909 A George Wash•ngton Yuba 01y CA 95993 ~· ,n CSB • 732014 Exp 1131109 •naC11Ye David Alvin Trexler, all individual http:/ /www.dir.ca.gov/dlse/deba ... 909 A George Washtngton Yuba Coty. CA 95993 Kenneth A. Trexler, an Individual 2603 Lago Lane MarySVIlle CA 95901 Soo Dong Kim, an individual, dba Soo Kim Electric Company 16224 Rtdgevoew Lane La Mtrada CA 90638 CSB # 568103 Exp 811109 (tnactive) Hyo Nam Jung. an Individual, dba Lucid Electric 18621 Well Street Rowlanct Heoghts CA 91748 CSB # 914692 Exp 4/3/10 Southwest Grading, dba Southw<!st Grading Services, Inc .• 22031 Waote Street IMtdomar CA 92595 David Walter Cholewinski. an individual 22031 waote Street IMidomar A 92595 29970 Technology Dnve Ste 205 Mumeta CA 92563 CSB#840416 Exp 6/30/10 S.J. Cimino Electric, Inc .• a California corporalion, 3267 Dutton Ave Santa Rosa CA 95404 9/8/2016 Salvatore Joseph Cimino, RMO. CEO and President of S.J. Cimino Electric, Inc. and sole owner of S.J. Cimino Electric, an individual 5825 Heoghts Rd Santa Rosa CA 95401 CSB =343802 Exp 2128110 CSB=294141 Exp 9130113tonact;ve Cedar Development Corpor.~tlon Scrghon Gabriel Afram, Individually 12477 Feather Dr Mtra Lorna CA 91752 CSB # 839898 Exp 6/30/10 (suspended! All Floors Commercial and Residential Flooring, Inc. Salvador Elias Perea, Individually 750 E McGhncy Lane. #103 Campbell CA 95008 CSB #430969 Exp 7131/09 1-AMO Construction, Inc. Alberto Mordokl, individually Mirella Mordokl, Individually 5300 Beach Blvd Suote 11 0""16 Buena Pari< CA 90621 CSB #787533. revoked May 201e File a Claim . ~a!Jt-..:.ld ms Bureau of F tel:1 t ntorc I rT'lflf'\1 Publ1c work5 cornplatnts Cla1ms tor retahahon or d1scnmu·~a11on More Services Translat OflS. Venfy a I ccnse or reg1strat10n F1nd a wage order Onl1ne parnerts Haga "" pago por 1 """ 4119/10 through 4118113 ()eo,IOfl 3/18/10 through 3117113 uto 15 on 10115/09 through 10114112 L-t son 815109 through 814112 0eCIS101' 5/14109 through 5/13/12 0e0$10n 311&109 through 3/15/12 Qet son> Learn more about DLSE :.. S$: r eque,..,tly as~>erJ ~t...est 'lflS ArcJ1 oJeS. DLSE sote map >Vort.place postongs Leg statlve reports Copynghl 1995 • 2016 State of Callfom1a https:/ /www.sam.gov/portai/SA ... 9/8/2016 Advanced Search -Exclusion Single Search ClaSSifoc:aUon Na""' Forst Na""' DUNS Numbo< CAGE Code utv SU:tt./Prov•nce Zop Code Country Agency E>cclusoon Status Elcclusoon Type ExdUSIOO Program AcCNe Date: TermNnon Oite: Cseate Date Modify Date All [Au "' c_rrr COAnNGS <J M- All "' All "' All "' IAct•ve -v] -~ jAil vJ I (YYYY/IMI/dd) To (yyyy/rmvddl To (yyyy/ITWnldd) To ----' (yyyy/IMI/dd) To USER NAME --(YYYY/Im1/dd) (yyyy/lm1/dd) (YYYYtlm1/dd) (yyyy/lm1/dd) PASS'I'JORO You !'MY onty perform a search with the: cntena conrau\ed ~one iaitcord.on. 0 Multiple Names 0 SSN/TIN Search Hote: to •II Users: Tins is a federal <ia-'ernmtnt COI'I"'C)Utef systtm. Use ~ ttus svstem constitutes cons<nt to ITIOMOnnO at .. tlm05. IBM vl.P.S0.201601123-{)937 WWW4 f'A liS ~ .\.92{_ Crt;ate an Accoyot https:/ /www.sam.gov/portai/SA ... 9/8/2016 USER NAME PI.SSWORO .___ __ ___, ~---_~ mm forQot US(mamc' FPfQO( Pmcws:xd' Crutr an Account Search Results Advanced Search Results Notke: This pnnted document representS onfy the fii'St page d your S.t.M search rtiUits. More resutts may be available. To pmt your c~e searth results, you can download the POF and pnnt it. G I ossa ry ~o records founcl for current search. L---------------------------------------------------------------_J----- SAM I Syatam for Aw:~rd Milna~m.nt 1.0 Note to all Users: ThiS ~a Federcal ~l computer 5Y5{em. USe ct thrs system constitutes ~t to mon'tortOO at illl tJme5. IBM vJ.P.S0.2016082J.<)937 WWW4 *liS ~ ~ Enoty ExcluSIOn https:/ /www.sam.gov/portai/SA ... 9/8/2016 Adva need Search -Exclusion ~ Singl~ Search ClaSSifiCatiOn [All v Name FwstName DUNS Number CAL STRIPE INC r J Mddltt<ome r r-- CAGE Code utv State/Prov.nce: All v ZopCode COUntry All v ~ tAn v Exctus.on Status [Act••• ~ Exclus.on Type [All vj ExclUSion Program All v Aalve Date (yyyy/IMI/dd) To Termnauon Date (yyyy/IMI/dd) To Create Date (yyyy/fMI/dd) To Modify Date (yyyy/fMI/dd) To USER NAME (yyyy/IM1/dd) (yyyy/IM1/dd) (yyyy/IM1/dd) (yyyy/IM1/dd) You may onty perform a search with the cnter'l conta•ned In one accordiOn. 0 Multiple Names 0 SSN /TIN Search Note to illl Users: nus is a Federt1l GoYemment c.otrOUter system. Use ot thos system conslltutes consent to ,..,.,..,..,.. at •" trnes. IBM v!.P.50.2016082~37 WWW4 FA liS PASSWORD https:/ /www.sam.gov/portai/SA ... 9/8/2016 USER NAME PASSWOI\0 ..__ __ ___, L__ ___ _J mm Create an Account Search Resu Its Advanced Search Results Notice: This pnnted document ~ts only the ru.t paged your SAM seartll results. -• <=Its may be avaolable. To pnnt your co>mlll<te se.lrth results, you"'" download ttoe PDF and pnnt 11. Glossary ~o records found for current s.earch. Note to ~u Usel"': ThiS IS a Federal Government computer system. Use d this system CO<ISIIMOS consent to monotonnO at all trmes. IBM vi.P.50.20160823-o937 WWW4 1i liS https://www.sam.gov/portai/SA ... 9/8/2016 Advanced Search -Exclusion 0 Single Search Multiple Names USER NAME PASSWORD L_ ___ '------....J Em forppt usemamc' F(!(goc; P.mrr<mP Crute an Acrpym lAII v Name !suLLY· MILLER CONTRACTINGC) 0 SSN/TIN Search lAII Note to ,u Users: Tht5 tS a Federal Government (otT1JUter system. Use o1 thtS system constitutes consent to moM:ortnO at all tJmeS. 3 N•me I vi N>me vi -vi Name vi N•me I !liM vi.P.50.201608.23-0937 www~ *.liS _j ==:J https:/ /www.sam.gov/portai/SA ... 9/8/2016 US~ NAME PASSWORD L_ ___ _J ._ ___ ___,J 1!!311 Search Results Advanced Search Results Notke: Tlus ponted document tej)fOSents only the nrst J)09e d your SAM sean:h results. Mo<e results may be ava1lable. To pmt yOul complete search results, you can download the PDF and pmt (. Glossary ~o rKOrd.S tound fcw current surch. Note to all Users: ThiS IS a Federal GoYemment computer system. Use d thiS system constitutes consent to rTIOnltonno al all t.tneS. IBM vi.P.50.2016082:H)937 www~ Rl: /IS https:/ /www.sam.gov/portai/SA ... 9/8/2016 Advanced Search -Exclusion Single Search Classlfi<anon Name [AN ~RAFFJC LOOPS CRACK l PASS'o\'ORD Flf'St Name DUNS Number CAGE Code C1ty MICidleName j U>stNamt r 0 0 State{Prov1nce Zq> Code Countty AOe>CY E>cduslon Status E>cduslon TYpe E>cduslon Prcgr>m A.ttrveDate T ermtnauon Date Create Date Modify Date l Multiple Names SSN /TIN Search All All ;AU LAII 'AI Note. to 311 Users: Thcs IS a Fedelill Gove-n~t compute svstem. Use d thiS svstem consbtutes consent to rroMor.nQ at all trnes. v v v ActP-.e vl vl (Ym/mtrl/dd) (Ym/mtrl/dd) (Ym/mtrl/dd) ( Ym/mtrl/d4) v ( To To To To §(Ym/rrvn/dd) ( Ym/rrvn/dd) ( Ym/rrvn/dd) (Ym/rrvn/dd) You may onty perl'orm a search wrth the crrtena conta~ned In one accordiOI"\. IBM vl.P.50.20l60823-0937 IWIW• Rf JJS f!CftC to Acrnynt https:/ /www.sam.gov/portai/SA ... 9/8/2016 PASSWORD Crute 10 Ac'PUot Search Results Advanced Search Results Notice: ThiS pnnted document represents only the first poge d your SAM search results. More """Its may be •vatlable. To pont your complete search results, you con-the PDF •nd pnnl ~. Glossary ~o records found fCK current se.~rch. SAM 1 Sp tut fof Award Management 1.0 Note t·o i ll Users: Th~ tS a Federal ~ment c:omputer system. use d th.s system constitutes consent to mor\ltorii'IO at a.U timeS. IBM vl.P.50.20J6082J.0937 WWW4 ~/IS ATTACHMENT D Contract to be Executed with Pavement Coatings Co. CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT LA #481 4-2634-9072 v3 REVISED 7/29/16 PROJECT: FY 2016/2017 PAVEMENT REHABILITATION PROJECT, CIP NO. P13-02 THIS AGREEMENT ("Agreement") is made and entered into this __ day of _____ , 2016 by and between the CITY OF TEMPLE CITY, a Municipal Corporation located in the County of Los Angeles, State of California ("CITY"), and PAVEMENT COATINGS CO., [a corporation/partnership/limited liability company corporation]. located at 10240 San Sevaine Wa y, Jurupa Va lley, CA 91752 ("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 September 1, 2016, 2 PM, for the following : FY 2016/2017 PAVEMENT REHABILITATION PROJECT, CIP NO. P13-02 in the City of Temple City, California ("Project"). B. At 2 PM on said date, in the Office of the City Clerk of CITY, the bids submitted for the Project were opened. C. At its reg ular meeting held on September 20 , 2016, the City Council of CITY accepted the bid of CONTRACTOR for the Project as being the lowest responsible bid received and directed that a written contract be en tered into with CONTRACTOR. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises and of the mutual covenants and agreements herein co ntained , 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 LA #4814-2634-9072 v3 DRAFT 7•29/16 (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 U) Contractor's Certificate Regarding Workers' Compensation (k) Security for payment (labor and materials) (I) 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 th e City with respect to the foregoing prior to the opening of bids, including, Addenda Nos. __ _ (u) Other documents (list here) All applicable Standard Specifications and Plans In the event there is a conflict between the terms of the Contract Documents, the more specific or stringent provision shall govern. LA #4814-2634-9072 v3 DRAFT 7n9/16 2 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 Six Hundred Sixty-one Thousand Eight Hundred Fifty Dollars ($661 ,850.00), based upon those certain unit prices set forth in CONTRACTOR's Bid Schedule, a copy of which is attached hereto as Exhibit "A" and 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 Work during its progress or prior to its acceptance, including those for well and faithfully completing the Work 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 Work, suspension or discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. 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 Work, 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 LA #4814-2634-90n v3 DRAFT 7/29 16 3 (b) CONTRACTOR currently has, and for the past five (5) calendar years has maintained in good standing , a valid California contractor's lice nse; and (c) CONTRACTOR is registered with the Department of Industrial Relations to perform services on public works projects as required by Labor Code section 1725.5. CONTRACTOR agrees to complete and execute any statement or certificate to this effect as may be required by the City or by any federal or State of California program, loan or grant utilized on th is Project. 6. TIME TO PERFORM THE WORK. CONTRACTOR shall commence the Work 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 Thirty (30) 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 prov1s1ons 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 LA #4814-2634-9072 v3 DRAFT 7/29116 4 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 wh ich are at the time of award registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR must obta in 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 pa id 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 reg istered 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, rel igion , 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. LA #4814-2634-9072 v3 DRAFr 7129116 5 (g) CONTRACTOR shall defend, indemnify and hold the CITY, its elected officials , officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 9. PROJECT SITE CONDITIONS. (a) CONTRACTOR shall, without disturbing the condition , notify CITY in writing as soon as CONTRACTOR, or any of CONTRACTOR's subcontractors, agents or employees have knowledge and reporting is possible, of the discovery of any of the following conditions : (i) The presence of any material that the CONTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code; (ii) Subsurface or latent physical conditions at the site differing from those indicated in the specifications; or, (iii) Unknown physical conditions at the site of any unusual nature, different materially from those ord inarily 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., fen ces) adequate to prevent the hazardous waste or physical condition s from causing bodily injury to any person . (c) CITY shall promptly investigate the reported co nditions. 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 Work, 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 Work, CONTRACTOR shall not be excused from any scheduled completion date, and shall proceed with all work to be performed under the Agreement. CONTRACTOR shall reta in 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 6 LA #4814-2634-9072 v) DRAFT 7/29/16 description, directly or indirectly arising form the performance of the Work, 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 Work covered by this Agreement, regardless of responsibility of negligence . (a) CITY does not, and shall not, wa ive any rights against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the insurance policies hereinafter described in this Agreement. (b) The indemnity provided by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered , or alleged to have been suffered, by reason of any of the Work by CONTRACTOR , or any subcontractor, regardless of whether insurance policies are applicable to any of the damages or claims for damages. (c) The provisions of this section do not apply to claims occurring as a result of the City's sole negligence or willful acts or omissions. (d) The provisions of this section will survive the expiration or earlier termination of this Agreement. 11 . BONDS. CONTRACTOR, before commencing the Work, shall furnish and file with CITY a bond , or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (1 00%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the faithful performance of th is Agreement and a bond , or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (1 00 %) 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 all ow any subco ntractor to commence work on any subcontract until all similar insurance requ ired 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 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 LA #4814-2634-9072 v3 DRAFT 7/291!6 7 covered by the protection afforded by CONTRACTOR. If any class of employees engaged in Work 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 fa ilure of either CONTRACTOR or any subcontractor to take out or maintain such insurance. (b) Comprehensive General Liability, Products/Completed Operations Hazard, Comprehensive Automobile Liability 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, includ ing 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) Public Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000); (ii) Products/Completed Operations Hazard Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000); (iii) Comprehensive Automobile Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000); (iv) Contractual General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000). A combined single limit policy with 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) Proof of Insurance. The insurance required by this Agreement shall be with insurers which are Best A rated , and California Admitted or better. CITY shall be named as "additional insured" on all policies requ ired 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 LA 1/4814-2634-9072 v3 DRAFT 7/29/16 8 give CITY at least thirty (30) days' prior notice of the cancellation of any policy during the effective period of this Agreement. (d) Notice to Proceed . The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence the Work under this Agreement until CONTRACTOR has provided to the CITY the proof of insurance as required by this Section 12. 13. LIQUIDATED DAMAGES. The parties agree that it would be impractical and extremely difficult to fix the actual damages to the CITY in the event the Project is not commenced and/or completed on or before the dates specified for commencement and completion of the Project in the Contract Documents. The parties have considered the facts of a breach of this Agreement and have agreed that the liquidated damages sum hereinafter set forth is reasonable as liquidated damages in the event of a breach, and that said sum shall be presumed to be the amount of the damages sustained by the CITY in the event such work is not begun and/or completed and accepted by the times so specified in the Contract Documents. The sum of ONE THOUSAND DOLLARS ($1 ,000.00) shall be presumed to be the amount of damages suffered by the CITY for each day's delay in the starting and/or completion and acceptance of the Project after the dates specified in the Contract Documents for the start and/or completion thereof, and CONTRACTOR hereby agrees to pay said sum of ONE THOUSAND DOLLARS ($1 ,000.00) as liquidated damages for each day of delay in the starting and/or completing and acceptance of said Project beyond the dates specified in the CONTRACT DOCUMENTS. Any and all such liquidated damages assessed shall be done in accordance with that certain edition of the Standard Specification for Public Works Construction curre ntly in effect on the execution date of this Agreement. CONTRACTOR By ______________________ __ Date: ----------------------- LA #4814-2634-9072 v3 DRAFT7i29 16 9 CITY OF TEMPLE CITY By ______________________ __ 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 Work 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 requ irements 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 represe nt that it or any of its officers, employees, agents, or subcontractors are in any manner officers, employees , agents or subcontractors of CITY. 17. GENERAL PROVISIONS. (a) Authority to Execute. Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute this Agreement and to bind it to the performance of its obligations. (b) Assignment. CONTRACTOR may not assign this Agreement without the prior written consent of CITY, which consent may be withheld in the CITY's sole discretion since the experience and qualifications of CONTRACTOR were material considerations for this Agreement. (c) Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the Parties. (d) Integrated Agreement. This Agreement, including the Contract Documents, is the entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed under this Agreement and supersedes all other agreements or understandings, whether oral or written, between CONTRACTOR and CITY prior to the execution of this Agreement. LA #4814-2634-9072 vJ DRAFT 7/29116 10 (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 th is Agreement w ill 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 w ithout the invalid, void or unenforceable provision. U) 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. (I) Notices. All written notices requ ired or permitted to be given under this Agreement will be deemed made when received by the other Party at its respective address as follows: LA #4814-2634-9072 '3 DRAn7'29 16 II To CITY: To Contractor: City of Temple City 9701 Las Tunas Drive Temple City, Cal ifornia 91780 Attention: Bryan Cook, City Manager (Tel.) 626-285-2171 (Fax) 626-285-8192 PAVEMENT COATINGS CO. 10240 San Sevaine Way Jurupa Valley, CA 91752 Attention: Doug Ford, President (Tel.) 714-826-3011 (Fax) 714-826-3129 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 us ing 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. LA #4814-2634-9072 v3 DRAFT 7/29116 12 l IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the _ day of , 2016, by the ir respective officers duly authorized in that behalf. ATTEST: Peggy Kuo, City Clerk APPROVED AS TO FORM : Eric S. Vail, City Attorney LA #4814-2634-9072 v3 DRAFT 7/29/16 13 CITY OF TEMPLE CITY A Municipal Corporation Vincent Yu, Mayor PAVEMENT COATINGS CO. A California Corporation Doug Ford , President Tom Mucenski Secretary