Loading...
HomeMy Public PortalAbout03) 7B Public Works Contract to PTM General Engineering Services, Inc._Citywide Overhead Street Sign Replacement (P12-04)City Council July 18, 2017 Page 3 of 4 ANALYSIS: There are 89 existing overhead street signs throughout the City. Out of these, 34 have either already been replaced by the County at intersections with shared jurisdiction, or will be replaced as part of the Temple City Boulevard Highway Safety Improvement Project. This project will replace the remaining 55 overhead street signs in the City with reflective metal signs. The table below is a list of the sign locations and quantities to be replaced. s· L lgn ocat1ons an dQ uantities Intersecting Street 1 Intersecting Street 2 Quantity of Overhead Street Signs to Replace Rosemead Garibaldi 4 Rosemead Longden 4 Rosemead Las Tunas 4 Rosemead Shopping Center 3 Rosemead Broadway 4 Rosemead Pentland 4 Lower Azusa Home Depot 3 Lower Azusa Baldwin 2 Lower Azusa Arden 2 Lower Azusa Halifax 2 Live Oak Baldwin 1 Las Tunas Sultana 2 Las Tunas Lorna 2 Las Tunas Encinita 2 Las Tunas Alessandro 2 Las Tunas Oak 2 Las Tunas Cloverly 2 Las Tunas Primrose 2 Las Tunas Camellia 2 Las Tunas Kauffman 2 Las Tunas Golden West 2 Baldwin Olive 2 Total Number of Signs to be Replaced 55 Three bids were submitted and opened on June 20, 2017. The bid results were as follows: Bids Received Bidder (lowest bid to highest) Total Bid Amount PTM General Engineering Services, Inc. $72,270 California Professional Engineering, Inc. $83,600 Calpromax Engineering, Inc. $89,925 City Council July 18, 2017 Page 4 of 4 A bid analysis of the apparent lowest bidder, PTM General Engineering Services, Inc. was conducted, including a review of their license, references, licensing, Department of Industrial Relations registration, and state and federal department list review. PTM General Engineering Services, Inc.'s license is current and active. Based on the bid analysis, it is determined that PTM General Engineering Services, Inc. is the lowest responsive and responsible bidder. The submitted Bid Package and the bid analysis completed by staff are attached (Attachments "A" and "B"). The contract to be executed is also attached (Attachment "C"). STRATEGIC GOALS: Replacing street name signs is consistent with the City Strategic Goals of Public Health and Safety, Quality of Life, and Sustainable Infrastructure. FISCAL IMPACT: The FY 2017-18 City Budget allocated $175,000 from the General Fund for the street sign replacement project (CIP P12-04). These funds are adequate to cover the estimated cost of $87,446 to replace the overhead street name signs at signalized intersections. The following is the breakdown of the construction phase budget: Activity Budget Construction $72,270 Contingency budget allowance authorization to staff to utilize for $7,227 unforeseen conditions as necessary (10%) Total construction budget $79,497 Budget allowance for construction management, inspection, and $7,949 administration (services provided under City Engineering Contract with Transtech) (1 0% of total construction budget) Total $87,446 ATTACHMENTS: A. Low bid submitted by PTM General Engineering Services, Inc. B. Bid analysis C. Contract to be executed with PTM General Engineering Services, Inc. ATTACHMENT A Low Bid Submitted by PTM General Engineering Services, Inc. Data Issued: May 25. 2017 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPlACEMENT CITY PROJECT ID: P12-04: Document Con~~ Page 3 of 60 A. NOTICE INVITING FORMAL SEALED BIDS CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT ID: P12-04 City ofT em pie City PUBLIC NOTICE IS HEREBY GIVEN that the City of TEMPLE CITY invites sealed bids for the above stated project and will receive such bids in the Office of the City Clerk, City of City ofTemple City, 9701 Las Tunas Drive, Temple City, CA 91780, up to the hour of 1:00 PM, on June 20, 2017. The bids received will be publicly opened approximately 15 minutes after the bid submittal at City Hall. Any bids received late will be returned unopened. This Notice Inviting Formal Sealed Bids will be advertised In a newspaper of general circulation, printed and published in the jurisdiction ofthe City ofTemple City at least fourteen (14) calendar days before the bid opening date. Pre-Bid Meeting: There is no pre-bid meeting for this project. Bidding and Contract Documents, Plans and Specifications Available: Copies of the Bidding and Contract Documents, Plans and Specifications can be obtained as follows: 1. Please e-mail your request with your contact information to: okan.demirci@transtech.org. Upon receipt of your e-mail, you will be registered as a plan holder, and a pdf file of the Bidding and Contract Documents, Plans and Specifications will bee-mailed to you at no cost. 2. Hard copy of the Bidding and Contract Documents, Plans and Specifications can be picked up at a non-refundable cost of$25 from City ofTemple City, 9701 Las Tunas Drive, Temple City, CA 91780. Please first e-mail to okan.demirci@transtech.org and request a hard copy 2 days in advance. Make check payable to "City ofTEMPLE CITY". Place a note on the check as follows: Cost for Plan Set for CITY PROJECT ID: P12-04. 3. Hard copies will not be mailed. Pre-Bid Inquiries: All questions regarding this bid shall be directed via email, no later than Wednesday, June 14, 2017, 5:00PM, to Okan Demirci, Project Manager at okan.demlrci@transtech.org. Any questions received after this deadline will not be answered. It is the responsibility of the bidder to confirm transmission of correspondence. Scope of Work: The work consists of furnishing all materials, equipment, tools, labor, and incidentals as described in detail in the Bidding and Contract Documents, Plans and Specifications to construct the project. Major work components include furnishing and installing street name signs including removal and disposal of existing street name signs at various locations throughout the City. Location of Work: Work is at various street intersection throughout the City. Refer to Appendix C-Project Locations Map for details. Estimated Cost of Work: Estimated cost is $100,000. Page:A.l Dale Issued: May 25, 2017 Bidder's Name: CITY OF TEMPlE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT ID: P12·04; Document Con~ol Page 14 of 60 C. BIDDER'S PROPOSAL CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT ID: P12-Q4 City of Temple City PTM General Engineering Services, Inc In accordance with the City of Temple City's Notice Inviting Sealed Bids, the undersigned BIDDER, hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and all other contract documents. If this proposal is accepted for award, BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to the City of Temple City of the guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work. The contract will be awarded on the prices shown on the bid schedule. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties and fees. In the case of discrepancies In the amounts of bid, unit prices shall govern over extended amount, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER'S default In executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the City of Temple City's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the City of Temple City and this bid and the acceptance hereof may, at the City ofTemple City's option, be considered null and void. BID SCHEDULE To the Temple City's City Council, herein called the "Council". Pursuant to and in compliance with your Notice Inviting Bids and the other documents relating thereto, the undersigned bidder, having familiarized himself with the work as per the paragraph, Discrepancies and Misunderstandings, contained in the INSTRUCTIONS TO BIDDERS section, and with the terms of the contract, the local conditions affecting the performance of the contract, and the cost of the work at the place where the work is done, and with the drawings and specifications and other contract documents, hereby proposes and agrees to perform, within the time stipulated, the contract, including all of its component parts, and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, expendable equipment, and all applicable taxes, utility and transportation services necessary to perform the contract and complete in a workmanlike manner, all in strict conformity with the Contract Documents on file at the office of the City Clerk of said City, per the following bid schedule: (Bidder shall provide a bid amount for each bid Item listed below. Failure to provide a bid for each bid item shall render the bid non-responsive) BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C BIDDER'S PROPOSAL" Page: C.l Date Issued: May 25. 2017 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT ID: P12·04; Document Con~ol Page 15 of 60 BID SCHEDULE CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT 10: P12-04 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount REMOVE EXISTING SIGNAL OVERHEAD STREET NAME SIGN (SINGLE PLATE OR BOX FRAMED) INCLUDING SIGN, FRAME, BRACKETS AND ALL RELATED $4tJ/If .00 iJl.£ $FlO. 1 APPURTENANCES AND INSTALL NEW 55 EA $ I SIGNAL OVERHEAD DOUBLE SIDED BOX 00 FRAMED STREET NAME SIGN ON EXISTING MAST ARM. TOTAL BID AMOUNT s -1.2 l szJO. 7 ()O In the case of discrepancies, total bid will be based on calculated amounts based on quantities and Unit Bid Amounts. A. Mobilization/ Demobilization including construction Full compensation for the items listed to the right as fencing Items A, B, C, D and E are considered as inclusive in B. Traffic Control each Bid Item listed above in the Bid Schedule as C. NPDES, WWECP, and Best Management Practices applicable, and no additional and/or separate (BMPs), Public Convenience and Safety compensation will be allowed. D. Construction Staking by Land Surveyor E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. 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 schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. Bidder shall provide a bid amount for each bid item listed below. Failure to provide a bid for each bid Item shall render the bid non-responsive BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.2 Date Issued: May 25, 2017 DESIGNATION OF SUBCONTRACTORS CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PIJ\NS AND SPECIFICATIONS CITY·WIDE SIGNAL OVERHEAD STREET SIGN REPIJ\CEMENT CITY PROJECT ID: P12.Q4; DocumeniConrrol Page 16 o\60 BIDDER proposes to subcontract certain portions of the work which are in excess of one-half of one percent of the bid and to procure materials and equipment from following subcontractors: Name, address, and phone number pf Work to be Performed Contractor's DIR# Dollar Amount subcontractors, License# suppliers, and vendors $ $ $ $ $ $ $ $ $ Total Subcontract Amount (shall not exceed 49% ofTotal Bid Amount) s;ifJ- BIDDER SHAll COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page:C.3 Date Issued: May 25, 2017 REFERENCES CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT ID: P12-04; Document Control Paga17 of60 The City of Temple City is interested in obtaining bids from the most qualified and capable contractors with a proven track record able to perform work desired by the Public Works Department. Any and all references required to be provided by the bid specifications must be for projects constructed by the bidding company; references for other projects performed by principals or other individuals of the bidding company may not be included. The following are the names, addresses, and telephone numbers for three public agencies for which BIDDER has performed similar work within the past three years Reference Contact lgformation Reference Proje,t Contract Date Name Value Com~leted Agency Name: City of Pico Rivera Traffic Signal April2015 Contact Name and Title: Safety Improvements. $19375106 Mr Jose Loera P .E Contact Tel No: 562 .80 1.4350 Agency Name: City of Irvine Northbound On-July 2015 Contact Name and Title: ramp Traffic Signal $424.023.00 Mr. Darrel Hartman P.E Improment. Contact Tel No: 949 •724 .6000 Agency Name: City of Pomona Traffic Modification Dec2014 Contact Name and Title: on Lexington Ave. $ 571.209.00 Mr. Ron Chan P.E Contact Tel No: 909 _620 .2261 BONDS The following are the names, addresses, and telephone numbers for all brokers and sureties from whom Bidder intends to procure insurance bonds: C&D Bonding 534 E. Badillo St Covina Ca. 91723 Mr. Philip E. Vega Tel No. 626.859.1000 International Fidelity Insurance Company 2400 E. Katella Ave. #250 Anaheim Ca. 92806 Tel No.714.602.9170 The Bidder declares that he/she has carefully read and examined the plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project WITHOUT QUESTION. Name of Person who inspected the site: Brian Mendoza Date of Inspection: 06.19.2017 BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.4 Dale Issued: May 25, 2017 ADDENDA ACKNOWLEDGMENT CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PlANS AND SPECIFICATIONS CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPlACEMENT CITY PROJECT ID: P12-04: Documenl Con~ol Page 16 of60 The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: No Addendum per Okan Demirci 06.19.17 3:30pm Addendum No. _______ Dated _____ _ Addendum No. _______ Dated, _____ _ Addendum No. _______ Dated, _____ _ Addendum No •. ________ Dated, _____ _ EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, Site, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain In effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein: that no officer, agent, or employee of the City of Temple City is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page: C.S Date Issued: May 25,2017 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT ID: P12-o4; Document Con~ol Page 19 of 60 BIDDER INFORMATION Bidder's Name: PTM General Engineering Services, Inc Address: 5942 Acorn St Riverside Ca, 92504 Form of Legal Entity (i.e., individual, partnership, corporation, etc.) Corporation If a Corporation, State of Incorporation (i.e., Calif.) California Valid State Contractor's License No. and Class 891265 Class A;C10 . DIR Registration No.: (Also provide DIR No's for subcontractors a separate attachment) 1000001433 Contact Person information: Name Title E-mail Tel ~Iizabeth H. Mendoza President/ CPO elizabeth@otm-enl!.com 951.722.5678 de McRae The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: Elizabeth H. Mendoza de McRae President/ CPO 595 S. Los Coyotes Dr. Anaheim Hills Ca. 92807 951.722.5678 Brian Mendoza Secretary /Vice President 11080 Kay jay St Riverside Ca, 92503 951.722.5755 The date(s) of any voluntary or involuntary bankruptcy judgements against any principal having an interest in this proposal are as follows: Not Applicable All current and prior DBA'S, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: Brian Mendoza. President/ CPO Elizabeth H. Mendoza de McRae Vice President/ Secretary Brian Mendoza, Sole Owner of Freeway Electric CSLB 684572 Freeway Electric Inc. CSLB 947817 Elizabeth H. Mendoza de McRae, Sole Owner of Jade Electric CSLB 684573 Previous contract performance history: 1. Was any contract terminated previously:.No._ If the answer to the above is "yes", provide the following information: Contract/project name and number: _________________ _ Date of termination: ______________________ _ Reason for termination: _____________________ _ Owner'sname: ___ ~~-------------------- Ownercontact person and tel. no.:----------------- 2. In the past ten years have you filed a claim for money against any public entity? If the answer to the above is "yes", provide the following information: No BIDDER SHALl COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page:C.6 Dale Issued: May 25, 2017 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT ID: P12·04; Document Control Page 21 of 60 Department of Industrial Relations (DIR) Contractor Registration Number Beginning July 1, 2014, contractors must register with the Department of Industrial Relations (DIR) before bidding on public works contracts in California. For more information, please refer to this section of the Department of Industrial Relations Website: http://www.dir.ca.gov/Public-Works/PublicWorks.html~ Per this requirement, provide the following Information: PTM General Engineering Services, Inc Contractor Name 1000001433 Contractor Department of Industrial Relations Registration Number: 06.30.2017 Expiration Date of Registration Number *(THIS FORM MUST BE SUBMITIED WITH THE SEALED BID)* BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" Page:C.B ,· . ... -. . ~ ,,_ :.···· ,. '! :'' .... ::. -.. ·· ,_ .. ··.•'. · .. :• ~-' .. ' '·. '\ _,-.. , \·. •'f, · .• \ •· ··, .. .,: '.1 .. :,;,.· . ::.: \fl I' ·' '. ;~ '·. : ; , .• . ~·-. ., •. . ' ·'· ._:,-• .. -. •'' . '·. /." .. ..... ,. . : ... , . . ..... ·!:·· ;;-.···· '., Brian Mendoza P.O.B ox 7745 Riverside CA, 92513-7745 Email:brian@ptm-eng.com Cell 951.722.5755 Chief Estimator and Supervisor of Outside Operations Supervisor of Outside operations with over 18 years of experience electrician with over 20 years of experience An effective communicator and team leader, experienced in coordinating and executing large and fast paced projects. CAREER EXPERIENCE Freeway Electric/ PTM Engineering Services, Inc. Riverside CA 06/2006 to Date Chief Estimator/Supervisor of Outside Operations In charge of managing the estimating department and finalizing bid packages: coordinating the beginning phase of an awarded project between the company and agency. Project submittsls, contract review Coordinated and manage crews California region: handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry' utilities, wet utilities, traffic signals, and road improvements, maintained coordination Freeway Electric I PTM General Engineering and subcontractor, and project owners. In charge of handling project's administrative work: monthly gross estimates, project progress schedule, materials requisitions, contract change order negotiations and equipment purchase and rental. High Light Electric Inc. I Pete & Sons Construction Inc. Riverside, CA I 0/1995 to 06/2006 Chief Estimator In charge of managing the estimating department and finalizing bid packages Coordinating the beginning phase of an awarded project between the company and agency or prime contractor that include project submittals, contract review. Successfully bid on projects totaling $12 million with an average spread 6%. Area Supervisor Coordinated and manage I 0 crews consisting of 6 members per team in the southern California region: handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry utilities, wet utilities, traffic signal, and road improvements. Maintained coordination between High Light Electric Inc. and subcontractor, general contractor and project owners In charge of handling project's administrative work; monthly gross estimates, project progress schedule, materials requisitions, contract change order negotiations and equipment purchase and rentals. Page 1 of4 Brian Mendoza CAREER EXPERIENCE CONTINUED MBE Electric, Inc. in Riverside, CA 10/1989 TO 10/1995 Vice President and Head of Outside Operations Manage outside operations for all projects ranging in size from & I ,000 to 2.5 million. Headed an around the clock electric crew and coordinated with CC Meyers to repair the I-1 0 Santa Monica Freeway after it collapsed during the 1994 Northridge Earthquake to complete the fast paced project in 66 days. Maintain coordination between MBB Electric and subcontractors, general contractor and project owners: implemented and enforced safety guidelines. Handled administrative work: monthly progress estimates, material requisitions, contract change order negotiations. Vasco Corporation in San Fernando, CA 10/1987 to 06/1989 Foreman (Part Time) Managed day to day operations of work crews and various project ranging in size from $1 ,000 to $5,000 in Eastern Los Angeles County: traffic signals, street lighting, signal interconnect. Raymore Electric in Rosemead, CA 06/1986 to 10/1987 Crew Lender (Part Time) In charge of working crews on projects that ranging from $25,000 to 250,000 throughout Los Angeles County. WORKING SKILLS • Capable of operating heavy equipment such as skip loaders, cranes, and backhoes • Hands-on experience with hand tools and power tools • Capable of overseeing fast-paced and high profile project • An effective communicator and leader EDUCATION • International Brotherhood of Electrical Workers • Completed training course (1988-1989) in street lighting and traffic signal installations, code enforcement and blue print reading. • South Gate High School • Received High School Diploma in 1988 Page2 of4 BRIAN MENDOZA CONTINUED LANGUAGES • English (Native) • Spanish (Fluent) A WARD RECEIVED • Recipient of the U.S. Small Business "Young Entrepreneur of the year'' Award in 1996, nationally. • Recipient of the Certificate of Recognition by the City lo Los Angeles for "Small Business" in 1997. • Recipient of the Certificate of Recognition by the State Assembly, Assemblyman Mr. Rod Pacheco, for the "Top 500 Inland Empire Small Business" in 1997. • Ranked among the "Top 500 Inland Empire Hispanic Owned Companies" Since 1997. • Certification of Appreciation for our participation and maximization in the " Century Freeway Affirmative Action" by CF AAC PROFESSIONAL AND PERSONAL REFERNCES Caltrans project#071224U4 (Electrical contract amount $4.5 million) Description of project: Installation of traffic signals, ramp metering, sing illumination, Highway Lighting, Fiber option communication and electrical irrigation along the 1-10 Freeway in Los Angeles County. • Doug Dawson-Project Manager for prime contractor, Balfour Beatty Cell (949) 232-3276 and Office (909) 397-8040. • Patty Galvan-Resident Engineer, Office (909) 594-4270 • Veronica Ross-Electrical Inspector, Cell (714) 606-6311 Page3 of4 BRIAN MENDOZA REFERNCES CONTINUED City of Redlands Contract #208300-72304/41008 (Electrical contract amount is $218,800) project Completed in 2003 Description of project: Installation of traffic signals, modification of ramp metering, lighting and sign illumination. • Bill Hensley-Senior Civil Engineer-Office (909) 798-7586 ext.2 • Juan Olvera-Project Manager for general contractor, H&H Construction-Cell (951) 453-7712 and Office (909) 473-7331. Caltrans project #08-4567V4) Electrical contract amount is$ 938,238) project completed in 2005 Description of project: Installation of lighting system along the I-15 Freeway in San Bernardino County. • Gary Vogel-Project Manager for prime contractor, Granite Construction Cell: (661) 549-3953 and Office (661) 726-4447. Sandbag Projects, Segment I, 2, 3 early segment 9, and alder Ave. {Total electrical contract amount was $3.2 million) Project completed in 2004. Description of Projects: Installation of traffic signals, ramp metering, sign illumination, highway lighting, fiber optic communication, and electrical irrigation along the I-1 0 Freeway in San Bernardino County. • Harold Lantis-Sandbag Contract Manager-Cell: (760) 802-7730 and Office (909) 875-8029 ext.213. • Tim Hanable-Caltrans Inspector-Cell: (951) 712-0021 • AI Ortega-Project Manager for prime contractor, Yeager Skanska-Cell: (714) 240-5333. City of Indio Project#ST0137 (Electrical contract amount was $1.4 million) project completed in 2005. Description of project: Installation of street lighting system, traffic signals, electrical irrigation, and dry Utilities. • Gary Bexter-Area Manager for prime contractor, Yeager Skanska Construction Cell: (909) 721-9749 and Office (760) 343-5472. • Tommy Young-Project Manager for prime contractor-Cell: (951) 232-6618 and Office (760) 343-5472. • Mehran Sepehri-City Engineer-Cell: (760) 250-2201 Additional Professional References: • Zale Harris-Caltrans Inspector-Cell: (951) 289-0047 • Ray Robles-Cal trans area supervisor-Cell: (909) 799-0646 Page 4 of4 ATTACHMENT 8 Bid Analysis 1. BID TABULATION I PROJECT NAME: CITY OF TEMPLE CITY, CITYWIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT PROJECT I CITY PROJECT ID: P12-04 I Apparent Low Bidder 1 Apparent Low Bidder 2 Apparent low Bidder 3 BID TABULATION Eng Estimate AVERAGE BIOVAWES LOWEST HIGHEST PTM General Engineering California Professional Services, Inc. Engineering, Inc. Calpromax Engineering UNIT BID UNIT BID PRICE PRICE Bid Item and Description Qty Unit Unit Price I Total Price Unit Price Total Price Unit Price Tot al Price Unit Price Total Price Unit Price Total Price REMOVE EXISTING SIGNAL OVERHEAD STREET NAME SIGN (SINGLE PLATE OR BOX FRAMED ) INCLUDING SIGN, FRAME 1 BRACKETS AND ALL RELATED 55 EA $1,314.00 $72,270.00 $1,520.00 $83,600.00 $1,635.00 $89,925.00 $1,489.67 $81 ,931.67 $1,314.00 $1,635.00 APPURTENANCES AND INSTA LL NEW SIGNAL OVERHEAD DOUBLE SIDED BOX FRAMES TREET NAME SIGN ON EXISTING MAST ARM. BID RANKING Apparent Low Apparent Low Apparent Low Bidderl Bidder2 Bidder3 OTAL BASE BID AMOUNT CALCULATED BASED ON UNIT PRICES 1 $1,000,000.00 $72,270.00 $83,600.00 $89,925.00 $81,931.67 OTAL BASE BID AMOUNT INDICATED BY BIDDER $72,270.00 $83,600.00 $89 ,925.00 CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY $0.00 $0.00 $0.00 CONTRACTOR BASED ON CALCULATED BID AMOUNT IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS ES SUBCONTRACTOR % AND AMOUNT SHOWN IN THE BID 0.00% $0.00 Detailed analysis is not being Detailed ana lysis is not being conducted with this bidder at conducted with this bidder at DID THE BIDDER MEET MAX 49% SUB CONTRACTOR (MIN 51% MAX SUB th is time . t his time. WORK BY PRIME CONTRACTOR) REQUIREMENT %/5 49.00% es rUBCONTRACTORS II ~~~:~ I =~ D:\Dropbox (Transtoch Eng;noo,..)\JOBRECRD\2017\17086 TC OVERHEAD SIGN BID PACKAGE\WIP\6 BID ANALYSIS\0 BID ANALYSIS, TC, CITYWIDE STREET OVER HEAD SIGN REPLACEMENT, P12.04BID TABULATION 1 of 4 2. REVIEW OF APPARENT LOW BID !!APPARENT lOW BID SUBMITTED BY: PTM General Engineering Services, Int. APPARENT LOW BID AMOUNT; $72..270.00 ITEM REVIEWED/CHECKED REVIEW RESULT CHECKED BY OAT< REMARKS BID STAMPED AS RECEIVED PRIOR BID TIME: m CITY CLERK 6/20/17 BID BOND IN PROPER AMOUNT: m CITY CLERK 6/20/17 ADDENDA ACKNOWLEDGEMENT: '/A OD 6/22/17 No addenda have been issued. OTAL BID PRICES CALCULATED CORRECTLY: YES OD 6/22/17 SUBCONTRACTOR AMOUNT: $0.00 00 6/22/17 MIN PRIME CONTRACTOR% REQUIREMENT FOR WORK PER SPECIFICATIONS: 51.00"..(; DD 6/22/17 PRIME CONTRACTOR% CALCULATED PER BID SUBMITTAL (THIS% MUST BE EQUAL OR MORE THAN ABOVE%): 100.00% DD 6/22/17 BIDDER COMPLIES WITH MIN PRIME CONTRACTOR% REQUIREMENT: m OD 6/22/17 MAX SUBCONTRACTOR PERCENT PER BID: 49.00% OD 6/22/17 SUB CONTRACTOR% CALCULATED PER BID SUBMITTAL (THIS% MUST BE EQUAL OR lESS THAN ABOVE%): 0.00% 00 6/22/17 BIDDER COMPLIES WITH MAX. SUB CONTRACTOR% REQUIREMENT: YES OD 6/22/17 PRIME CONTRACTOR LICENSE STATUS: PTM General Engineering Servkes, Inc. 891265 JA 7/11/17 Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) PRIME CONTRACTOR OIR REGISTRATION STATUS: PTM General Engin'*lring5ervices, Inc. 1000001433 JA 7/12/17 Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) PRIME CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS: PTM General Engineering Services, Inc. NOT FOUND IN ACTIVE DEBARRED LIST IJA 7/B/17 Print-out from DIR Web Page attached (http:/fwww.dir.ca.gov/dlseldebar.html) PRIME CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: PTM General Engineering Services, Inc. NOT FOUND IN ACTIVE DEBARRED LIST IJA 7/14/17 Print-out from SAM Web Page attached (https:ffwww.sam.gov/portai!SAM/#1) REFERENCE CHECK ACCEPTABLE: YES OD 7/14/17 0:\Dropbo• (T""nsteoh Engin~~'"")\lOBRECRD\2017\17086 TC OVERHEAD SIGN BID PACKAGE\WIP\6 BID ANALVSIS\0 BID ANALYSIS, TC, CmwiOE STREET OVERHEAD SIGN REPLACEMENT, P12-o4REVIEW Of A~~ ARENT LOW !110 2of4 3. REFERENCE CHECK OF APPARENT LOW BIDDER REFERENCE DATA FOR APPARENT LOW BIDDER REFERENCE PROJECf I CITY OF PI CO RIVERA· TRAFFIC SIGNAL SAFffi IMPROVEMENTS STY OF IRVINE-NORTHBOUND ON-RAMP I AFFIC SIGNAL IMPROVEMENT ON ARNER AND JAMBOREE OWNER AND REFERENCE NAME MR. JOSE LOERA MR. DARREL HARTMAN I CITY OF POMONA-TRAFFIC MODIFICATION I ON LEXINGTON AVE MR. RON CHAN ¢ 562·801-4350 949-724-6000 909-620·2261 ~ z ~ a I , I S1,soo,ooo.oo $424,000.001 $570,000.00 PTM General Engineering Services, Inc. 0 0 " " § § ~ 0 ~ ~~ <~ .a .. ·-za z• 8~ au , u" a -~ wZ u j!::;:; .a ~ ~> @§ Q~ ~ 0" Aug-15 y y Nov-14 y y May·lS y y D:\Drop~ox (Tran,tod1 Ingin~or<)\JOBRECRD\2017\17085 Tt; OVERHEAD SIGN BIO PACKAGE\WlP\6 BID ANAL'fSIS\0 BID ANAlYSIS, TC, OTI'WIDE STllEET OVERHEAD SIGN REPlACEMENT, P12..o4REF CHECK REFERENCE CHECK FOR APPARENT LOW BIDDER Answer "YES" if satisfied or "NO" if not satisfied ~ ' ~ • " ~5 0 t> t> ~~:Q ~t;; ·"-.z zwa ~<C au• u•a u~ w~W w" F=>~ F~ a•< Q~ o2G au N N N N N N -~ " < ~0 w < "" ;§ a< >" :::::~ ~ 8 y y y REMARKS "Brian Mendoza, the vice president of the company, was very hands on. He was on the job site once a week and responsive. They were easy to work with and the project went very well." ''They are a great company. I would gladly work with ther again." "I have worked with PTM a couple times and they have been positive experiences. I do not have anything negative to say about them." IMe liMe liMe ~ 8 ~ " u ~ 6/23/20171 6/22/20171 6/22/20171 3 of4 Legal Name Registration Number County City Registration Date Expiration Date PTM GENERAL ENGINEERING 1000001433 RIVERSIDE RIVERSIDE 06!01!2017 06/30/2018 SERVICES INC 7/11 /20 17 Public Works ~C!JJ©-JJJlM:iliJ Ud)(&[p)®Uirrrou e&rrui£ ©~ ij ©l ~~fri1@J~ ~@~(g) r~© ~ labor Commi ssioner's Office DLSE Debarments DLSE D ebarments The foll owi ng contractors are curren tly barred from bidding on , accep ting , or performing any public works contracts, either as a contractor o r subcontractor, for th e period set forth below: As p art of your due diligence, we suggest that you also check: • Contractor status at the Contractors State license Board (CSLB) • The Federa l debarment list at the Excluded Parties list System For a list of past DLSE debarments of public works contractor s, please contact : Susan Nakagama Special Ass istant to th e Labor Commissioner 1515 Cla y Street Suite 401 Oakland , CA 946 12 S Nakagama@dir.ca.gov Name of contractor Bannaoun Engineers Constructors Corporation; Omar Ma l oof, An Individual P.O. Box 16599 Beverly Hills, CA 90209-2599 CSLB Number : 827829 Evans Roofing Co., Inc. 2020 South Yale Street Santa Ana , CA 92706 CSLB Number: 610549 Guillermo lbaibarriaga dba Si erra Nevada Stucco and 2K Roofing Sierra Nevada Stucco P.O. Box 8472 Reno , NV 89502 CS LB Number: 9 1581 2 2K Roofing 820 Kuenzli Street Reno, NV 89502 CS LB Number: 954551 Del Norte Construction, And Trinidad Manuel Canales, an Individual PO Box 5101 Oxnard, CA 93030 5020 Wooley Rd. Oxnard, CA 93030 CSLB Number: #945723 Diversified Buildi ng & Electric Company, Inc. 409 Te nnant Station http ://www.dir.ca.gov/dlse/debar.html Period of debarment 05/12/17 through 05/11/20 Decision SC 5517 10/31 /16 through 10/30/19 Dec ision LB 6270 05/14/17 thro ugh 05/13/20 Decision SC 6037 6/01 /16 through 5/31/17 Decision LB 5533 2/15/16 through 8/15/17 Decision SC 5714 1/7 7/11/2017 Public Works Morgan Hill , CA 95037 Denis Andrew Maris, Individua lly and Doing Bu siness as Diversified Electric Company CSLB Number: #765312 Fast Demolition, Inc. 4/1/44 through 3/31 /47 601-C Ea st Palomar Street #123 Decision LB5742 Chula Vista, CA 919 11 4/1/41 through 3/31/44 CSLB Number: #792729 Decision LB5665 Rogello Medina Vazquez., an individual and in his capacity as Responsible 4/1/36 through 3/31 /39 Managing Office r of FAST DEMOLITION , INC . Decision LB5740 4/1/33 through 3/31 /37 Decision LB5651 4/1/33 through 3/31/37 Decision LB5739 4/1/24 through 3/31 /27 Decision LB5741 4/1 /30 through 3/31 /33 Decis ion LB5743 4/1/27 through 3/31 /30 Decision LB5666 4/1/21 through 3/31 /24 Decision LB5667 4/1/18 through 3/31 /21 Decision LB5668 4/01 /15 through 3/31/18 ' Decision LB5345 Amerivet Plumbing, Inc.; Walter Edward Jacob Kuhlmann Ill, Individually 8/6/15 through 8/5/18 And dba Amerivet Plumbing Se rvices Decision CSLB Num ber: #969048 and #919761 Ultimate Inc., And, Enrique Vera, an Individual 12/1/15 through 11 /30/18 PO Box 571117 Decis ion Tarzana, CA 91356-1 11 7 CS LB Number: #949229 Travioli Construction, Inc. 9/11/15 through 3/1 0/17 PO Box 231 Dec ision Visal ia, CA 93274 CSLB Number : #936832 Integrity Sheet Metal, Inc. 2/01 /15 through 1/31/18 319 McArthu r Way Decision Upland , CA 91786 CSLB #726770 William Ben Hicks, an individual ; Margaret Mary Hicks, an individ ual L A Builders, Inc., a California Corporation 2/01/15 through 1/31 /1 8 15635 Saticoy Street , #H Decision http ://www.dir.ca.g ov/dise/deba r.html 2/7 7/11/2017 Public Works Van Nuys, CA 91406 CSLB #748591 Alon Gamllel, an individual USA Wall Systems, Inc . 4/01 /15 through 3/31/18 8309 Sunshine Lane Decision Riverside, CA 92508 CSLB #929610 Edward Eugene Brammer, an i ndividual and in his capacity as PresidenUC EO/RMO Daughter Construction 4/01/15 t hrough 3/31 /18 formerly dba Hy Carpentry Construction Dec ision 15407 Tho rnlake Avenue Norwalk, CA 90650 CSLB #979297 Sharon Jin Yoo , an i nd ividual ; Dae Hyun Yoo, an individual and in his capacity as manager/supervisor for Sharon Jin Yoo and in his capacity as General Partner for HY Construction, a General Partnership. RDA Construction, Inc. 12/15/14 through 12/14/16 1692 W. Bullard Ave., Decision Fresno, CA 93711 CSLB# 383306 Titan Electrical Construction, Inc. 11 /3/1 4 through 11/2/17 Lucas Oli ver Stick ney, an individual Decis ion Jamie Noel Furr, an individual 630 Natoma Street San F rancisco, CA 941 03 CS LB# 919516 Ramos Pa inting 11 /3/14 through 11/2/15 Carlos Ray Ramos, an ind ividual Decision P.O. Box 3871 Paso Rob les, CA 93447 CS LB# 753575 Dick Emard Electric. 11/3/14 thor ough 11 /2/17 dba Em ard Elect ri c Luke Richard Emard, an individual an d RMO Decision 5930 Key Court, Suite A Loomi s, CA 95650 CSLB# 794007 Nixon Electric 8/1/14 through 7/31 /17 Gordon Fu lton Nixon, an individual Decision 5624 Faust Ave . Woodland Hills, CA 9 1367 CSLB# 796802 Neris General Contractors, a California Corporation 2/28/14 through 2/27/17 Efren N eri , an indi vidu al Decision Servando Neri, an individua l Rebeca Neri, an individual http ://www.dir.ca.gov/dise/debar.htm l 3/7 7/11 /20 17 Public Works Luis Abe lardo Castro, an individua l 6087 California Ave. Long Beach , CA 90805 CSLB# 797967 Southland Construction 10/14/14 through 10/13/17 Reza Mohammedi, an individual Decis ion 3943 Irvine Bl vd., #405, Irvine, CA 92602 CS LB# 663784 (expired) National Drywall Corporati on, 8/4/14 through 8/3 /17 A Dissolved California Corporation Decision 603 S. Milliken Avenue, Suite F Ontario, CA 91761 CSLB #834335 Miguel Contreras, an Individual and Responsibl e Managing Officer/CEO/President Dora Maria Contreras, an Individ ual and Agent/Officer of the Corporation Tadros & Youssef Constru ction, Inc. 5/10/14 through 5/9/17 Kamel Shaker Tadros & Makram Youssef Youssef, Individu ally Decision 1221 E 8th Street, Unit A, Upland , CA 91786 CSLB# 698182 (expired) Serenity Fire Protection 5/1/14 through 4/30 /1 7 41 7 S. Associa ted Road, Brea, CA 92821 Decision CSLB# 902927 Don Ke lly Construction , Inc. 3/25/14 through 3/24 /17 Don Kelly, Individu al and Lisa Kelly, Individual Decision 171 Northview Ridge Lane, P.O. Box 10760, Bozeman, MT 59719 Aldan, Inc. 2/28/14 through 2/27/17 P.O. Box 9428, Brea , CA 92822 Decision CSLB #949229 Russell/Thompson, Inc. 10/31/13 through 10/31/1 6 James Jean Russell & Valery A lena Thompson, Individually Decision 4684 Oak Glen Dr., Redding, CA 96001 CSLB# 915036 (revoked) Ayodejia A. Ogundare, Individual 5/15/2013 through 5/15/2014 Dba Pacific Engineering Company Decision 6310 Stewart Way, Bakersfield, CA 93308 CLSB#710322 Wallcrete Industri es, Inc.; Garit David 7/29/12 t h rough 7/28/15 Wa llace and Amber Anderson, Ind ividual s Decision 400 Kansas, Redlands , CA 92373 http://www.dir.ca.gov/dlse/debar.html 4/7 7/11 /20 17 Public Works CSLB#834220 FEI Enterprises, Inc 6/14/12 through 6/13/15 Gabriel Fedida, Individual Decision 5749 Venice Blvd., Los Angeles, CA 90019 CSLB#659252 Jeffrey Alan Mott and Michelle Mott, individuals 3/29/12 through 3/28/15 Dda Integrity Landscape Decision 3756 1ndependenceAvenue Sanger, CA 93637 CSLB#77 4222 Jensen Drywall & Stucco 3/31/11 through 3/30/13 Jeffrey E. Jensen Deci sion 3714 Lynda Place National City, CA 91950-8121 CSB # 664168 Exp. 2/18/1 1 (expired) All West Construction, Inc. 3/31/11 through 3/3 0/13 Donal d Kent Russell Decis ion 495 N. Marks Ave . Fresno, CA 93706 CSB # 592321 Exp. 4/3/12 (suspended) Country Builders, Inc. 3/1/11 through 2/28/14 Weldon Offill, individually Decision 5915 Graham Ct. Addendum Li vermore, CA 94550 CSB # 699574 Exp. 11/30/12 (active) Sutter Foam & Coating, Inc. 7/1/10 through 6/30/13 909 A. George Washington Deci sion Yuba City, CA 95993 CSB # 732014 Exp. 1/31/09 (inactive) David Alvin Trexler, an Individual 909 A. George Was hington Yuba City, CA 95993 Kenneth A. Trexler, an individual 2603 Lago Lane Marysville, CA 95901 Soo Dong Kim, an individual, 4/19/10 through 4/18/13 dba Soo Kim Electric Company Decis ion 16224 Ridgevi ew Lane La Mirada, CA 90638 CSB # 568103 Exp. 8/1/09 (inactive) Hyo Nam Jung, an individual , dba Lucid Electric 18621 We ll Street Rowland He ights, CA 91748 CSB # 914692 Exp. 4/3/10 Southwest Grading, 3/18/10 through 3/17/13 dba Southwest Grading Services, Inc., Decision http:l/www.dir.ca.gov/dlse/debar.html 5/7 7/11/2017 Public Works 22031 Wa ite Street Wi ldomar, CA 92595 Da v id Walter Cholew inski, an indiv idual 22031 Wai te Street Wi ldomar, A 92595 29970 Tech no logy Dri ve, Ste. 205 Mu rriet a , CA 92563 CSB #840416 Exp. 6/30/10 S.J . Cimino Electric, Inc., a California corporation, 3267 Dutton Ave. Santa Rosa , CA 95404 Salvat ore Jos eph Cimi no, RMO, CEO and Pre s ident of S.J . Cimino Electric, Inc. and s ole owner of S.J . Ci mino Ele ctric, an ind ividual 5825 Heigh ts Rd. S anta Rosa, CA 9540 1 CSB #3438 02 Exp. 2/28/10 CS B #294 14 1 Exp. 9/30/13 (ina ctive) Cedar Deve lopment Cor porat ion Serghon Gabriel Afram, i ndi v i dually 12477 Feather Dr Mira Lorna , CA 91752 CSB # 839898 Exp. 6/30/10 (s us pended) All Floors Com mercia l and Residential Flooring, Inc . Salvador Elias Perea, individually 750 E. McGii ncy Lane, #1 03 Campbe ll , CA 95008 CSB #430969 Exp. 7/31/09 1-AMD Con s t ruction, Inc. Alberto Mordoki, indiv idually Mirella Mordoki, individua lly 5300 Beach Blv d., Suite 11 0-416 Buena Park , CA 90621 CSB #7 875 33 , revoked May 2017 Fil e a Claim Wage claims Bureau of Field Enforcement Public works complaints Claims for retaliation or discrimination More Services Public records requests Translations Verify a license or registration http ://www.d ir.ca.g ov/d lse/debar.html 10/15/0 9 through 10/14/12 Decision 6/5/09 through 8/4/12 Decision 5/14/09 thro ugh 5/1 3/12 Decision 3/16/09 thro ugh 3/15/12 Decis ion> 6/7 7/11 /2017 Find a wage order Onli ne payments Haga un pago en linea Learn more about DLSE Frequently asked questions Archiv es DLSE site map Workplace postings Legislative reports Bureau of Field Enforcement Wage Clai m Adjudication Retaliation (RCI} Perm its , Licenses, Certifications, and Registrations Public Works Electr icia n Certification Unit Frequently asked questions Leg islative reports Labor Commissioner's Databases Private Attorney Gene ra l Ac t (PAGA) Frequently asked questions Labor Commissioner's Databases Leg islative reports Publications Forms About Us Locations, Contacts, and Hours of Operation Jobs at DIR http://www.d ir.ca .gov/dlse/debar.html Public Wo rks Labor Commissioner's Office Quick Links Resources About DLSE WAGE THEn IS A [8 tJ t\l I S You can pay your bill online. Need to make a payment? 717 SAM Search Results List of records matching your search for : Classification: Individual, Firm, Special Entity Designation, Vessel Entity Name: PTM General Engineering Services, luc. Functional Area: Performance Information Record Status: Active !No Search Results July 11,20171:40 PM Page 1 of 1 ATTACHMENT C Contract to be Executed with PTM General Engineering Services, Inc. CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT PROJECT CITY PROJECT ID: P12-04 THIS AGREEMENT ("Agreement") is made and entered into this __ day of ::-:---:--:---:--:::-----:-:----:---..,' by and between the CITY OF TEMPLE CITY, a Municipal Corporation located in the County of Los Angeles, State of California ("CITY"), and PTM General Engineering Services, Inc., [a corporation/partnership/limited liability company corporation, located at 5942 Acorn Street. Riverside. CA 92504 ("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 June 20, 2017, for the following: CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT PROJECT CITY PROJECT ID: P12-04 in the City of Temple City, California ("Project"). B. At 1:00 PM (PST) on said date, in the Temple City Council Chambers, the bids submitted for the Project were opened. C. At its regular meeting held on , the City Council of CITY accepted the bid of CONTRACTOR for the Project as being the lowest responsive bid received and directed that a written contract be entered into with CONTRACTOR. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises and of the mutual covenants and agreements herein contained, the parties do hereby agree as follows: 1. CONTRACT DOCUMENTS. This Agreement consists of the following documents ("Contract Documents"), all of which are made a part of this Agreement: (a) Notice Inviting Bids (b) Instructions to Bidders (c) Bid Form 1 (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 the City with respect to the foregoing prior to the opening of bids, including, Addenda Nos. ___ . (u) Other documents (list here or delete) In the event there is a conflict between the terms of the Contract Documents, the more specific or stringent provision shall govern. 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 Seventy Two Thousand Two Hundred and Seventy Dollars Dollars ($72.270.00}, 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 (b) CONTRACTOR currently has, and for the past five (5) calendar years has maintained in good standing, a valid California contractor's license; and 3 (c) CONTRACTOR is registered with the Department of Industrial Relations to perform services on public works projects as required by Labor Code section 1725.5. CONTRACTOR agrees to complete and execute any statement or certificate to this effect as may be required by the City or by any federal or State of California program, loan or grant utilized on this Project. 6. TIME TO PERFORM THE WORK. CONTRACTOR shall commence the 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 provisions of California Labor Code Sections 1720, et seq., as well as Sections 1771, 1773, 1773.1, 1773.6, 1773.7, 1774, 1775, 1776 and 1777, pertaining to the obligation to pay prevailing wages with respect to the performance of work ("Prevailing Wage Laws"). Copies of the prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for each craft are available upon request from the City. A copy of the prevailing rate of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the CONTRACTOR. (b) CONTRACTOR acknowledges that under California Labor Code sections 1810 and following, eight hours of labor constitutes a legal day's work. CONTRACTOR will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Agreement by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Labor Code section 1810. (Labor Code§ 1813.) (c) CONTRACTOR must comply with Labor Code section 1771.1 (a), which provides that CONTRACTOR is only eligible to perform the Work if CONTRACTOR is registered with the Department of Industrial Relations as required by Labor Code Section 1725.5, and that CONTRACTOR may award subcontracts for work that 4 qualifies as a "public work" only to subcontractors which are at the time of award registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR must obtain proof of such registration from all such subcontractors. (d) CONTRACTOR, and any subcontractor engaged by CONTRACTOR, must pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of this Agreement. (Labor Code§ 1774.) CONTRACTOR is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. (e) CONTRACTOR must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to $50.00 for each worker employed in the execution of the Agreement by CONTRACTOR or any subcontractor for each calendar day, or portion thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the prevailing wage rate. (f) Nothing in this Agreement prevents CONTRACTOR or any subcontractor from employing properly registered apprentices in the execution of the Agreement. CONTRACTOR is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award information to the applicable joint apprenticeship committee, must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice's work for every five hours of labor performed by a journeyman (unless an exception is granted under §1777.5), must contribute to the fund or funds in each craft or trade or a like amount to the California Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed, national origin, ancestry or color. Only apprentices defined in Labor Code section 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be employed on public works in apprenticeable occupations. (g) CONTRACTOR shall defend, indemnify and hold the CITY, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 9. PROJECT SITE CONDITIONS. (a) CONTRACTOR shall, without disturbing the condition, notify CITY in writing as soon as CONTRACTOR, or any of CONTRACTOR's subcontractors, agents or employees have knowledge and reporting is possible, of the discovery of any of the following conditions: 5 (i) The presence of any material that the CONTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code; (ii) Subsurface or latent physical conditions at the site differing from those indicated in the specifications; or, (iii) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of this character provided for in this Agreement. (b) Pending a determination by CITY of appropriate action to be taken, CONTRACTOR shall provide security measures (e.g., fences) adequate to prevent the hazardous waste or physical conditions from causing bodily injury to any person. (c) CITY shall promptly investigate the reported conditions. If CITY, through its Director of Public Works, or his or her designee, and in the exercise of its sole discretion, determines that the conditions do materially differ, or do involve hazardous waste, and will cause a decrease or increase in the CONTRACTOR's cost of, or time required for, performance of any part of the 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 retain any and all rights which pertain to the resolution of disputes and protests between the parties. 10. INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and hold harmless the CITY, its elective and appointive boards, officers, agents and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising form the performance of the 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, waive any rights against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the insurance policies hereinafter described in this Agreement. (b) The indemnity provided by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the Work by CONTRACTOR, or any subcontractor, regardless of whether insurance policies are applicable to any of the damages or claims for damages. 6 (c) The provisions of this section do not apply to claims occurring as a result of the City's sole negligence or willful acts or omissions. (d) The provisions of this section will survive the expiration or earlier termination of this Agreement. 11. BONDS. CONTRACTOR, before commencing the Work, shall furnish and file with CITY a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the faithful performance of this Agreement and a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (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 allow any subcontractor to commence work on any subcontract until all similar insurance required of the subcontractor have been obtained and approved. (a) Workers' Compensation. CONTRACTOR shall take out and maintain, during the life of this Agreement, Worker's Compensation Insurance (Statutory Limits) with Employers Liability Insurance (with limits of at least $1 ,000,000) for all of CONTRACTOR's employees employed at the Project site; and, if any work is sublet, CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees, unless such employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in 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 failure of either CONTRACTOR or any subcontractor to take out or maintain such insurance. CONTRACTOR shall submit to Agency, along with the certificate of Insurance, a Waiver of Subrogation endorsement in favor of the Agency, its officers, agents, employees and volunteers. (b) Comprehensive General Liabilitv. Products/Completed Operations Hazard, and Contractual General Liability Insurance. CONTRACTOR shall take out and maintain during the life of this Agreement such comprehensive general liability, products/completed operations hazard, comprehensive automobile liability and contractual general liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from 7 CONTRACTOR's or any subcontractor's operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: (i) General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) per occurrence; (ii) Products/Completed Operations Hazard Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) per occurrence; and (iii) Contractual General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) per occurrence. General aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the required minimum limits set forth hereinabove. (c) Comprehensive Automobile Liability. CONTRACTOR shall take out and maintain during the life of this Agreement, comprehensive automobile liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR's or any subcontractor's operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: (i) Comprehensive Automobile Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) combined single limit per accident. (d) Proof of Insurance. The insurance required by this Agreement shall be with insurers which are California Admitted and Best A rated or better. CITY shall be named as "additional insured" on the general liability and automobile liability required hereunder, and CONTRACTOR shall furnish CITY, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give CITY at least thirty (30) days' prior notice of the cancellation of any policy during the effective period of this Agreement. (e) Umbrella or excess liability insurance. [Optional depending on limits required]. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including 8 commercial general liability and employer's liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies . • Insureds under primary policies shall also be insureds under the umbrella or excess policies. (f) Requirements not limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the CONTRACTOR maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the CONTRACTOR. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. (g) Primary/contributing. Coverage provided by the CONTRACTOR shall be primary and any insurance or self-insurance or maintained by Agency shall not be required to contribute to it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of Agency before the Agency's own insurance or self-insurance shall be called upon to protect is as a named insured. (h) Notice to Proceed. The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence the 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 9 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 currently in effect on the execution date of this Agreement. CONTRACTOR CITY OF TEMPLE CITY PTM General Engineering Services, Inc. By ____________________ _ By __________________ __ Date: ____________________ _ Date: __________ _ 14. NOTICE OF COMPLETION. Upon completion of PROJECT and acceptance of same by the City Council of the CITY, the City Manager of the CITY shall cause to be recorded a Notice of Completion with the office of the Los Angeles County Recorder; and, after thirty-five (35) days from the date said Notice of Completion is recorded, the Director of Finance of CITY shall release the funds retained pursuant to Section 3 hereof; provided there have been no mechanics' liens or stop notices filed against the 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 requirements and the Temple City Municipal Code. Contractor must, at Contractor's sole expense, obtain all necessary permits and licenses required for the Work, and give all necessary notices and pay all fees and taxes required by law, including, without limitation, any business license tax imposed by City. 16. INDEPENDENT CONTRACTOR. CONTRACTOR is and will at all times remain as to CITY a wholly independent contractor. Neither the CITY nor any of its officers, employees, or agents will have control over the conduct of CONTRACTOR or any of CONTRACTOR's officers, employees, agents or subcontractors, except as expressly set forth in the Contract Documents. CONTRACTOR may not at any time or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers, employees, agents or subcontractors of CITY. 10 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. (e) Modification of Agreement. No amendment to or modification of this Agreement will be valid unless made in writing and approved by CONTRACTOR and by the City Council or City Manager of CITY, as applicable. The Parties agree that this requirement for written modifications cannot be waived and that any attempted waiver will be void. (f) Counterparts and Facsimile Signatures. This Agreement may be executed in several counterparts, each of which will be deemed an original, and all of which, when taken together, constitute one and the same instrument. Amendments to this Agreement will be considered executed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will have the same effect as an original signature. (g) Waiver. Waiver by any Party of any term, condition, or covenant of this Agreement will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach of the provisions of this Agreement will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by CONTRACTOR will not constitute a waiver of any of the provisions of this Agreement. (h) Interpretation. This Agreement will be interpreted, construed and governed according to the laws of the State of California. Each party has had the opportunity to review this Agreement with legal counsel. The Agreement will be construed simply, as a whole, and in accordance with its fair meaning. It will not be interpreted strictly for or against either party. 11 (i) Severability. If any term, condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement will not be affected and the Agreement will be read and construed without the invalid, void or unenforceable provision. 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 required or permitted to be given under this Agreement will be deemed made when received by the other Party at its respective address as follows: To CITY: To Contractor: City of Temple City 9701 Las Tunas Drive Temple City, California 91780 Attention: _____ _ (Tel.) (Fax) PTM General Engineering Services, Inc. 5942 Acorn Street Riverside, CA 92504 Attention: Elizabeth Mendoza. President (Tel.) 951-722-5678 Notice will be deemed effective on the date personally delivered or transmitted by facsimile. If the notice is mailed, notice will be deemed given three days after deposit of the same in the custody of the United States Postal Service, postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities. Any Party may change its notice information by giving notice to the other Party in compliance with this section. 12 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the day of , 20_, by their respective officers duly authorized in that behalf. ATTEST: Peggy Kuo, City Clerk Date: APPROVED AS TO FORM: Eric S. Vail, City Attorney 13 CITY OF TEMPLE CITY, a municipal corporation By ______________________ ___ --:-----:-~------------'a [state type of entity] By ______________________ ___ By ______________________ _