Loading...
Aghapy Group Inc.SECTION 1 -BID SCHEDUL CBF -1 BID SCHEDULE SCHEDULE OF PRICES FOR ROSEMEAD PARK IMPROVEMENTS PROJECT BASKETBALL COURTS PROJECT No. 41020 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 2 1 - , nuCr,�n s _`. -- Dollar amount in written form Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project if any of the Alternate Bids are utilized by the Owner, the resulting amountshall be considered the Total Bid Price for the Project The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which - cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the - written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. ,Attar Attached hereto is a certified check, a cashier's check or a bid bon In the amount of Dollars ($ ) said amount being not less than t ercent (10 °A) of the Total Bid Price . The undersigned agrees that said amount shall be retained by the Owner if, upon award, _ we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. jr,"tll�e���V plays �� �r91„<t CBF -2 UNIT ITEM NO. ITEM DESCRIPTION UNIT QTY. PRICE COST 1 Clearing & Grubbing per plans and LS 7 specifications. 2 Disposal of Waste Materials. LS 3 Remove, Dispose Existing, Fumish LS and Install Lighting System as indicated on Plans and Specifications Complete. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 2 1 - , nuCr,�n s _`. -- Dollar amount in written form Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project if any of the Alternate Bids are utilized by the Owner, the resulting amountshall be considered the Total Bid Price for the Project The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which - cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the - written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. ,Attar Attached hereto is a certified check, a cashier's check or a bid bon In the amount of Dollars ($ ) said amount being not less than t ercent (10 °A) of the Total Bid Price . The undersigned agrees that said amount shall be retained by the Owner if, upon award, _ we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. jr,"tll�e���V plays �� �r91„<t CBF -2 If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractors license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. N )A . The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 By: Sign t r Type or Print Name 1I MM 10c1b0 r 1rzd Szk-, Business Street Address Pit4tPrtF, 1d CA CA 93c City, State and Zip ,odC e (S'C'z� Sao — 2S'sro Telephone Number Bidder's /Contractors State of Incorporation: C-A - Partners or Joint Venturers: Bidders License Number(s): , class A 2k,C -1C,. NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) 3) If Bidder is a corporation, enter State of Incorporation in addition to Business Address If Bidder is a partnership or joint venture, give full names of all partners or joint venturers . As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -4 BIDDER: SECTION 2 BID DATA FORMS CBF -5 Aghapy Group, Inc. DBA: BIDDER: Aghapy Construction, Inc. Bond No. 3624 - Bidder shall submit its Bid data inaccardance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shag ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2A BID BOND - KNOW ALL MEN BY THESE PRESENTS: THAT Aghapy Group, Inc. DBA: Aghapy Construction, Inc. ,as . as Surety, are held finely bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF THE AMOUNT OF THE BID * * * * * * * * * ** ($ * * *loZ * ** 1, being not less than ten percent (10 %) Of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ROSEMEAD PARK IMPROVEMENTS PROJECT — NORTH PARKING LOT LIGHTING REPLACEMENT as set forth in the Notice Inviting Bids =and accompanying Bid Documents, dated April 30. 2014 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee fatthful performance and the other to guarantee payment for labor and materials) fumishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shag remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 24th day of April 2014 Aghapy Group, Inc. DRA: Indemnity Company Aghapy Construction, Inc. (SEAL) of California -(SEAL) Principal Sur By. By; Michae , President Ry S- Mantle, Attorney -in -Pact CBF -6 CALIFORNIA ALL- PURPOSE A_C_K_N_O_WL_E_D_G_MENT_ M MIL State of California 1 County of Orange JS On u' Zy- Z-o 14 me, Mary Martignoni – Notary Public ne10 Ilene Insert Neme 0M The OI Ike pI11Wl personally appeared Ryan S. Mantle who proved to me on the basis of satisfactory evidence to be the perso -% whose namdi istars subscribed to the within instrument and acknowledged to me that he/sf~ executed the same in hisflt e6 authorized capacity(p4 and that by hisl)s t i signaturejh'on the ARTIGNONI instrument the person�j, or the entity upon behalf of z a�-�OMM . # 1gg7853 which the personT4 acted, executed the instrument. ?NOTARY PUBLIC - CALIFORNIA i �MM�w oRANCB COUNTY I certify under PENALTY OF PERJURY under the laws y Comm. Expires Sep!. s, zoi5 of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. � Plec¢NNan seal now. Signaturt�/ , V " ""-1 ( NC g� :y�o1,n w OPTIONAL Though the information below is not required by law, it may prove valuable fo persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(fes) Claimed by Signer(s) Number of Pages: Signer's Name: Ryan S. Mantle Signers Name: C Individual D Individual .7 Corporate Officer— Title(s): ❑ Corporate Officer— Title(s): :] Partner — - Limited _ General _ ❑ Partner — ❑ Limited D General X Attorney in Fact ' C. Attoree ney in Fact 7 Trustee rop onnumo nere Top el thumb nere G Trust D Guardian or Conservator ❑ Guardian or Conservator Other: r Other: Signer is Representing: Signer is Representing: Indemnity Company of California DPOU rityull NOUry A,,buion• 93Y, C,, nA .. PC.&i,24M'ClaLn CA9.13.0!•rvx.NatiwWlYVaryw911em 11.1 hyper CLI IN,F 1203e]6fik3] POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 2633300 KNOW ALL BY THESE PRESENTS Mal except as expmssly IimilM, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA. do earn hereby make, consNNe and appent "'Ryan S. Mantle, Les M. Mantle, jointly or severally"' as Pair Due and lawful Allormal Paid to make, exewle. deliver and acinoe'ledge, la and w benall of said cwporaheos . as sureties . bonds. undertakings and contracts of surely. ship giving and grzobng unto m,tl Adorney(OprsFact full power and allthonty to do and It pedi every ad necessary, requisite w proper to De cone Im mrnemon Ineremlb as each of void corporations could do, but down g to such of said corporations Full power of dial and revwapof end all of to acts of saitl AlUend" ) —i'do, pursuant to these presents, are hereby retire and confirmed, TNS Power of Ahead, is gamed and Is all by bellmile under and by suddenly of Me tollowang resolutions adopted by Me respective Boards of Directions of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, eMechve as of January red 2008. RESOLVED. Nat a cwobirlebm of any Mn of the Chairman of the Board, Me President, Emcudve Non -Povd and Semw Vice- Presitlenl w any Vice Prendent of the corpwatiobs be and Mat each of Nem busby Is, authenzed to execute this Power W Aawney qualifying me abomeds) named in the Power dAgwney ItorecLte, on transformer corporations, bonds, undertakings and conbacls of sorei and that the Seaeery or any Asslitanl Secretary of either of the consumers of and each offhand herebyia, sumwieed to attest the exepNon d any dram Power of Adwney: RESOLVED, FURTHER. Nat the signawres of such olfimrs maybe affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and avy such Powu of AM1aney w certificate bearing sum facsimile signawres shall be valid and handing upon Me corpmatmm when so offined and m Me Mlum Mth respell to any bond, Meader, or oonVap W sud yard, to wb•m it is premed. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INOEIdNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their redpecow of and deal by 'her respecve Secretary drAsestant Secretary this October 4th, 2011. By. Lear V¢ePresftl ¢ nt PEtyRNO•ime OV,PANYO.I• 2yJ.:`OP F FOR 4i S: G PPOR C OCT. 2 OCT.S O t w 196) Stew A.TredI, NCePresitlem 9]6 %o ; �` -_i`•. c; p = iy-s�O...!OWA�.'�Je 2 09(ffOP�pd Site of Califul Canty of pang¢ ."'• ^• On Creasers 2011 before me, MlOnio Alvarado NOlary PUplb Date Here Inden Name and The o' Me Opmer personally appeared teve A Tariff Name(s)of Sl cal The undersigned as Secretary dr ASde and Scomary of DEVELOPERS SURETYAND INDEMNITY COMPANY w INDEMNITY COMPANY OF CALIFORNIA tlms hereby ¢thy Nat Me foregoing Power ofgbomey remains in fen face and has net Win revoked and fwtbermwe, Mat Me Padfield of the "Ohe"i of the "1 8"" of Directors of said corporations set fold In the Power of Attorney are m force as of the date of Nis Cem imle. This CerU6rale ise xemt etl in Ne CRy plrWne. Ca6lomia, Nis 24 Mayor April, 2014. By:6,41646--," regg Ok rShslanl Secretary 10.1]fi01Rev.tp!11) who proved to me an the basis of satisfactory, evidence to be Me persons) wham handed dN'e subandrad to Me warm inslm ndal and aUwwfetlged to me Mat helsheMey executed the same in draindany, sumonzetl ANTONIO ALVAMDO capav yges), and Ma! by Muni signalurels) on the insbamem Me pecradd, or me entity upon behalf of {y CAMM.I 1880643 whim the perde ls) aped, executed the Instrument. M ACIDIFY ��'� As ORANGE COUNTY I cerefyunder PENALTY OF PERJURY under the laws of the Stale of California that me faregang paragml10 is MY gbarr. ad" Ali 0. N13 Wednd carted. WITNESS my hand and oMpal seal Place Notary Seal Above Signawre �• Antonio Alvarado, Notary Public CERTIFICATE The undersigned as Secretary dr ASde and Scomary of DEVELOPERS SURETYAND INDEMNITY COMPANY w INDEMNITY COMPANY OF CALIFORNIA tlms hereby ¢thy Nat Me foregoing Power ofgbomey remains in fen face and has net Win revoked and fwtbermwe, Mat Me Padfield of the "Ohe"i of the "1 8"" of Directors of said corporations set fold In the Power of Attorney are m force as of the date of Nis Cem imle. This CerU6rale ise xemt etl in Ne CRy plrWne. Ca6lomia, Nis 24 Mayor April, 2014. By:6,41646--," regg Ok rShslanl Secretary 10.1]fi01Rev.tp!11) CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT CmL CODE 9 1109 State of California County of On��"�' �� beforeme,� �l_ro �`� -�/ Nere Rarer rtrvema eye TUed�er personally appeared _ = 'IUC��`�t PEG. CABALLERO CoMisabn t 1998855 NOtuy Publ e - Ce9tarrOa i Kern Cali N Comm. Es ire& Me 29.2015 who proved to me on the basis of satisfactory evidence to be the person(s) whose nameO iSlam subscribed to the within instrument and acknowledged to me that he /shelfUay executed the same in his/herHheir authorized capacity(ies), and that by his /FreNMeir signature(sr on the instrument the person(&}; or the entity upon behalf of which the person(Wacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signaturas / �. me�NOieer sus Awe om ou,ry ee�� OPTIONAL Though the lnforma(ion below is not required by law, it may prove valuable tc persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document, / Title or Type of Document :� — _\ - - Document Date: y _ - l� Number of Pages �.. Signer(s) Other Than Named Above'. - - - - - — Capacity(ies) Claimed by Signer(s) Signer's Name: _. Corporate Officer — Title(s)'. _. Individual ItTrIffiliP.1111MMM General Ten ormsOO r,mO err Pat — _ Limited Attorney in Fact Trustee — Guardian or Conservat -1 Other: Signer is Representing: wu,...ai u�ur.• ncsn rn•on. NanonYN Signer's Name: Corporate Officer — Title(s):. I Individual Partner — L Limned General Tvn Ofmw,u hero - Attorney in Fact I Trustee Guardian or Conservator Signer her I s Representing: NOTARY Q- 90 876E02T em u59e : b e - P176 1. r I ZEE 2 -13 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act,' Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -haH of 1 percent of the Contractors total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuantto Public Contract Code Section 4104, the Owner has determined that 4will allow Bidders twenty -four (24) additional hours afterthe deadline for submission of bids to submit the information requested bythe Owner about each subcontractor, otherthan the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that Portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including badges, in excess of one -half of 1 percent of the Contractors total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -7 BIDDER: h-t CQZU� 6r_ 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) I^n'pli B; new 2 Pages KneeEN for kaMq aEENonal subwntraclws." I _ Name and Location Description of Work / of Subcontractor to be Subcontracted Name: Address: Name and Location of Subcontractor Name: Address: Name and Location / Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location / Description of Work of Subcontractor to be Subcontracted Name: Address Name: Address: .'�FTW Description of Work to be Subcontracted 0 \�( 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 49= $CL-A% ll Rue.. f. Nam and Address of Owner L Yaef eta.R CneY1e*+ i�2�1562 - CLq�` Name and telephone number of pemonTamiltar wan project Concee� i �umEi c�a Ae .ncrQ 03128 �I 4 r•,..,r.��r amniinf Type oiVJOrk care a.onipiered 2. K] rcci c.� S'Caz� �i��mnce lgc�SroA— c.qt,°� Name and telephone number of person familiar with project aor� p(�,gctd E41=� c t,!}R. �Qrv1 Contract amount Type of Work Date Completed Name-and Address of Owner n o. -.v_� (-at 1925_ g477 Name and telephone number of person familiar with project 4. Name dM Address of Owner CBF -9 SECTION 3 NON - COLLUSION AFFIDAVIT CBF -10 BIDDER: t NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly swom, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding: that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price , or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature - Typed or Printed Name W1 "is A -M& y ft Subscribed and swom before me This 2L;a _.day of �\ e ' . 20 )-4 (Seal) Notary Pabl in and for the State of California PEGGY CABALLERO commission a, 1938855 My Commission Expires: � Notary Public - Cal ifornia Kern MOfily C omm Ea 28.2015i CBF -11 0 111fic atlon pre PacKage AGHAPY GROUP, INC. DBA AGHAPY CONSTRUCTION, INC. (Bonded & Insured) - Lic.# 927141 Commercial - Public Work - Recreational Addre,s- 10900 lbulrwd SI. 13c6cr,11,1d_ CA 93312 Phunc. li6'1 41i —g7i8 I.a\ 16a h %9 - 7916 Ccll . oW) gnu -32,6 Aghapy Group, Inc. was established in 2008 as a general engineering contractor with a mission to provide safe and cost - effective work to its clients. Aghapy also prides itself in providing its clients with a sense of comfort throughout construction. Aghapy accomplishes this by successfully combining the efforts of its engineering department and on -site superintendents. Together, they form a team with an abundance of knowledge capable of solving any construction challenge. Aghapy's high capacity for innovation has lead the company to be recognized as an expert and dominate force in the industry of Construction. Aghapy takes pride in this fact and has furthered its commitment to its clients by continuing to build its reputation for strictly adhering to timelines and schedules. Driven by excellence and the intense desire to reach new heights. Aghapy Construction, Inc. is a proven achiever, capable of any project an engineer can design. Based on our client's needs, Aghapy Construction embraces both design -bid- build as well as alternative delivery methods including design - build, public - private partnerships, construction manager at risk.. and integrated project delivery to provide the most effective and efficient solutions for each project. Regardless of the delivery method. Aghapy is committed to delivering a project to the clients satisfaction that will ultimately benefit the public with service that is of greater quality at a reasonable cost. Staff Employees: i- Michael Michael (President a CEO). Civil Engineering Degree with Construction Management Diploma and 10+ Years of Experience in the Construction Industry . 2- Arsanious Hanna, PE. (Project Manager) with a Civil Engineering Degree and Professional Engineer CA License and 20+ Years Experience in the Construction Industry. 3- George Daoud (Project Engineer): Mechanical Engineering Degree with 10 Years of Experience in the Constrtrc;tlon Industry. 4- Sam Boulos: Project Superintended with a 26 Years of Experience in the Construction Industry 5- Raffi Thomassian: Accountant with 8 Years of Experience in the Construction Industry. 6- Amira Michael: Executive Secretary. In Addition to Our Skilled Labors that are Capable of Working under Tough Work Conditions with the Highest Performance in Order to Achieve the Required Daily Progress As Required. Date: 03 /05/2014 Aghapy Group, Inc. l All Construction, Inc. Phony )562) 415 8757 Fa, . 16611589 -3174 Address: 10900 Hartland 5t. 6a,,, 0. ld, CA 93312 To whom it may Concern Project Name: Dog Park Improvements Owner: City of South Gate — Parks & Recreatior Dpt. Project Manager: Paul Adams Phone: (323)562 -5494 Aghapy Construction, Inc. is working as a Prime Contractor In the above referenced project. The mentioned project has an estimated cost $176,700, work is processing ahead of schedule Work Done Was Classified as Follows: 1- Demo of Existing Turf & Soil. 2- AC Paving & Concrete Footings. 3- Trenching for Underground Utilities, Laying of Pipes, Backfilling & Compaction. 4- Install ofthe New Decomposed Granite. 5- Hot Dipped Wrought Iron Ornamental Fence. 6- Landscape, Irrigation work and Maintenance. 7- Chain Link Fence & ADA Entrance Gates. 8- Concrete Sidewalks & Truncated Dornes. If you need any more Information Feel Free to Contact me. Project Manager Moris Abdelmalek (661) 336- 8319 Date: 02 /18/2014 Aghapy Group, Inc. l Aghapy Construction, Inc. Phone. (562) 415 -B757 Fax l661)589 -3174 Address: 10900 Hartland St Hak,rsfeld, CA 93312 To whom it may Concern Project Name: Pinon Park Expansion Location: 10433 Mountain Rd. Pinon Hills, CA 92372 Project Manager: Steve Lowrance Phone: (760) 868 -6969 Ext.313 Aghapy Construction, Inc. was working as a Prime Contractor in the above referenced project. Aghapy Construction was able to fimsh the work with respect to plans and specification with budget cost $122,000. Work Done Was Classified as Follows: 1- Basketball Courts. 2- Landscape & Irrigation Work. 3- Playground Equipment & Surfacing. 4- Deco Turf Paint Surfaces. 5- Decomposed Granite. 5- Concrete Footings, Mow Curbs and Slab on Grade. 7- Grading & Compaction. 8- Chain Link Fence & Gates. If you need any more Information Feel Free to Contact us. Project Manager Michael Michael (562) 900 - 2936 Aghapy Group, Inc. l Aghapy Construction, Inc. Ph e ne. (562) 415 -8757 Fax (661)589 -3174 Address. 10900 Hartland St. Bake¢8eld, CA 93312 05/24/10 To whom it may Concern Project Name: Replace of 55 Beach Volleyball Courts. Owner: City of Santa Monica Project Manager: Darrel Baker Phone: (310) 925 - 9927 Aghapy Construction, Inc. was working as a Prime Contractor in the above project over the first Half of May 2009. Aghapy Construction was able to finish the work with respect to plans and specification with a budget of $72,000 Work Done Was Classified as Follows: 1- Demo of Existing Volleyball Courts 2- Concrete Footing for the New Volleyball Posts. 3- Backfilling & Compaction. 4- Install of the New Volley Ball Courts. 5- Site Cleanup. If you need any more Information Feel Free to Contact us. Project Engineer Michael Michael (562) 900 - 2936 Date: 08/24/2009 Aghapy Group, Inc. Dba Aghapy Construction, Inc. Phony. (5621415 -8757 Far. ;651; 589 -3174 Address 10900 Hartland St. Bakersfield. CA 93312 To Whom It May Concern Project Name: Valley High School @ Santa Ana Duration: 04/12/2009 - 06/18/2009 General Contractor: Mmako Corp. dba Mirru Construction. Phone. (310)516 -8100 Fax (310( 516 - 7404 Address: 522 E. Airline Way Gardena, CA 90248 Project Manager. Rafik Boutras Phone. (323) 899 - 2009 Aghapy Construction, Inc. was working as a Sub - contractor in the above project; Job was done as required by the specifications and plans and in the specified time. Job estimate cost was $57,700 The work done was classified to 1- Framing Work & Anchoring. 2- Theatre Wood Floor. 3- Replace Existing Bleachers. 4- Concrete Sidewalks & Curbs. 5 -GRP Walls & Partitions. 6- Cabinets & Countertops. If you need any further Information Feel Free to Contact us. Project Manager Michael Michael (562) 900 — 2936 Y & M. Construction Phone. (310) 743 - 7330 Fax: (31D) 816 - 9997 Address: 17800 S. Main St. Gardena, CA 90248 07/01/2009 To Whom It May Concern Aghapy Construction Inc. was working as a Sub- contractor in Eaton Canyon Park Project @ Pasadena between Period 05/04/09 to 06/11/09. They did the job In the scheduled time according to Plans & Specifications with Budget $83,000. The work done is Replace of Existing Playground Areas, Replace of Existing Wood Decks Construct of AC Paving, and Concrete Work for Foundations, Landscape, and Irrigation. If you need any more information please Contact us. Project Manager Sameh Tewfik. Date: 08 /10/2009 To Whom It May Concern Project Name: Downey USD. @ Downey Duration: 02/23/2009 - 03/30/2009 General Contractor'. Minako Corp. dba Minm Construction. Phone: (310) 516 - 31C0 Fax: (310)516 -7404 Address 522 E. Airline Way Gardena, CA 90248, Agri Construction, Inc. was working as a Sub- contractor in the above project. They did the job in a workman manner and in the required time with respect to standard codes per plans and specifications with a budget $127,500. The work was performed as follows: 1- Replace of Existing Playground Areas. 2- Construct of AC Paving. 3- Concrete Work for Foundations. 4- Landscape and Irrigation. 5- Remove & Replace Exiting Wooden Bleachers. 6- Carpentry Work& Wood Floor. 7 -Site Cleanup. If you need any further Information feel Free to Contact us. Projects Manager Ralik Boaters Date: 09 11012010 To Whom It May Concern Project Name, Mason Regional Park @ Irvine, CA Duration: 06/10/2010 - 08/30/2010 General Contractor: Aghapy Group, Inc. Project Manager: Redge Nation Phone: (949) 496 - 8057 Fax (949) 496 - 1469 Aghapy Construction, Inc. was working as a General Contractor in the above project. They did the job in a workman manner and in the required time with respect to standard codes per plans and specifications with a budget 552,500. The work was performed as follows: 1- Replace of Existing Playground Areas. 2- Concrete Work for Foundations. 3- Landscape and Irrigation. 4 -Site Cleanup. If you need any further Information Feel Free to Contact us. Projects Manager Redge Nation Date:07/12/2013 Aghapy Group, Inc. l Aghapy Construction, Inc. Ph.,,( (562)115 -8757 Fax. (661) 589 -3174 Address. 10900 Hartland SL 8aken5eld, CA 93312 To whom it may Concern Project Name: Hamilton Clinic Phase II Owner: Long Beach Unified School District Project Manager: Susan Ann Phone: (562) 997 - 7557 Aghapy Construction, Inc. was working as a Prime Contractor in the above referenced project. Aghapy Construction was able to finish the work with respect to plans and specification with budget cost $200,000. Work Done Was Classified as Follows: 1- Demo of Existing Modular Bldg. 2- AC Paving & New Parking Lot. 3- Trenching for Underground Utilities, Laying of Pipes, Backfilling & Compaction. 4- Install of the New Modular Bldg, 5- FA & Electric Work for New Parking Lot & Modular Bldg. 6- Landscape, Irrigation work and Maintenance. 7- Chain Link Fence & ADA Entrance Gates 8- Concrete Sidewalks & Truncated Domes. If you need any more Information Feel Free to Contact me- Project Manager Moris Abdelmalek (661)336 -5319 Date: 1O /05/2012 Aghapy Group, Inc. l Aghapy Construction, Inc. Phor, (s62)415 -5757 i ax. 6b 1) 589 - 3174 Add ress'. 10900 Hartland St esk,rsfie l d, CA 93312 To whom it may Concern Project Name: Raymond Arbor Park Playground Equipment Owner: City of Signal Hill Project Manager: Anthony Caraveo Phone: (562) 989 - 9927 Aghapy Construction, Inc. was working as a Prime Contractor in the above referenced project. Aghapy Construction was able to finish the work with respect to plans and specification with budget cost $62,000. Work Done Was Classified as Follows: 1- Demo of Existing Playground Equipments. 2- Concrete Footing for the new Playground Equipments. 3- Backfilling & Compaction. 4- Install of the New Playground Equipments. 5- New Concrete Sidewalk to Replace the Existing One. 6- Landscape and Irrigation work and Maintenance. If you need any more Information Feel Free to Contact Jr. Project Manager Michael Michael (562) 900 - 2936 O h ro ^� C L R � Y O p � a V d Y w U 0- J Q U �- v V 0 Y v b a C :a Y O1 O h F v v v v A UXOD'BTSquz mo.z; zauueoSUreJ A4 P9ge.19u90 cNc C � O V G c Y y ro J u � :J Y y v V co oy z ro :J 0. w V! H O v N IM L 0 u 'a v h a) 0— L i T,F V0-V) c _ _ v �I .N— LO T LO j^ O_ T T _ _ T O (D o ° T T N T c _ _ v �I z � o U N O � U LL 0 `o _ M N J W N Q Ol W N ¢ D LL ^ C R O �i p UJ O L V � J a ~U o Z F m a m Z J N s a mgt U it z °� n a o 0 O E y 9 w o V Z m Z J j a C LL 0 n a d - U r <� Z v O a¢ a� N - 3„ ¢ w ��N L, - N 0 m a LU = Q a� m ro L � r 0U m° U ° �_ 0 Bidsyne. Califomia(,mr dons Pap I of I I�iBID «om. s..R, Aft aan raun C.m AYD¢rlM Sspport LapaNl caurowrtn naov uF -- a�rxalq'ielryarrg Aylyw croup me .jai ausnm Name .e -wvmpv vsn99 wnaw amuv roc. AM—s LIIW,Bmmt_t Name Agllapv COn4mRbn lnc '.. S:A ... rt- IR R`E1) 7II -]Bl) EW11lmc' P4NfR5F1fLD, CA 333:Y "r Fina�l iArnx fW 1)589 -1916 «rn 3Nf$4�Lsv ^: JIPE Va9P Urly;�w_v_29�.m' NumMla(Em{Ap' /RS S BLLOn¢S lyptt gym. �, Sery Ke bGas mrv�, Nem, Lus 1ngP.+i, a -ar9P Certification Histo ryypi Pmfrsda, San ppmaNlrp, San DI fMryC'aAI Ramxr. SuW Clam. fulaie Vxmu re, �.Sen Lis KPVWmUC M lWm PlaygmuyM:e, Cpnvele:.orF, ti.e rvui_6ratlm 1an11 -ea 9' L aiW IrrlgaUOn C4ASrru[.0.`^ Licen %TYlles t - GPre E B- eenP210wbny f:UCpapo QaRlAUfmM1S moll Ikl9inly aM axreln TalS ' gi Ly9 19 3C1115 OmneU: eua -.-n.. ♦01315 B'gcW JCt31 anus W 417 nlPSarU MJUp -. 5]! a ' u M1r2R1u •c N" asw ¢es P1519 - Masorry a•: m�.,c.: .v m m-a Active Certifications t4 '.. S:A ... rt- 59 (Mem) AM .pa «rn ACTIONS e.411 M z1.1 Certification Histo iVnk SIAi115 ... 0. n. �.. O,ar L.aen 1Mr Prvap N.ma Lepgn [uabmn 5uppxrt aIBfOP9W9339 199 2011- BaSVn; yl p.m rr<pvy, hnnc /'-- hid" nr oonl'DVFIIi,( NSiI I.,!'.man. ^PC013