Loading...
CC - Item 5E - Traffic Signal Improvements Project Valley Boulevard at Ivar Avenue - Award of ContractROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: GLORIA MOLLEDA, CITY MANAGER DATE: MAY 30, 2018 SUBJECT: TRAFFIC SIGNAL IMPROVEMENTS PROJECT VALLEY BOULEVARD AT IVAR AVENUE - AWARD OF CONTRACT SUMMARY As a part of the approved Fiscal Year 2017-18 Capital Improvement Program Budget, the City Council approved the Battery Backup System Traffic Signal Improvements Project. This project will include the installation of a protected left turn signal for the northbound and southbound traffic on Ivar Avenue at Valley Boulevard. In addition, the project will also include a new Traffic Signal Battery Backup System, which helps increase public safety and reduce traffic congestion by allowing traffic lights to function even during a power failure. City staff has found that the intersection of Ivar Avenue and Valley Boulevard experiences heavy traffic, causing a backup of vehicles heading both northbound and southbound on Ivar Avenue. The proposed improvements will help to address the safety issues at this intersection. STAFF RECOMMENDATION It is recommended that the City Council take the following actions: 1. Approve the plans and specifications for the Traffic Signal Improvements Project Valley Boulevard and Ivar Avenue (Project No. 27005). 2. Authorize the City Manager to enter into a contract with PTM General Engineering Services, Inc. for $97,079.00. In addition, authorize an amount of $10,000 (approximately 10%) as a contingency to cover the cost of unforeseen construction expenses. Valley Boulevard is approximately 78 -feet wide between the Avenues of Ivar and Muscatel. With the exception of street sweeping restrictions and some designated no parking areas, on - street parking is generally open on both sides of the street. There are two travel lanes for each direction on this east/west corridor. The speed limit along Valley Boulevard is 35 miles per hour. ITEM NO. 5.E City Council Meeting May 30, 2018 Page 2 of 3 In accordance with the California Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), published by the California Department of Transportation (Caltrans), staff has determined that the installation of a protective left turn for the northbound and southbound traffic traveling on Ivar Avenue at Valley Boulevard will mitigate traffic delay and increase the safety of school children crossing Valley Boulevard from Muscatel Elementary. It will also include a new Traffic Signal Battery Backup System, which helps increase public safety and reduce traffic congestion by allowing traffic lights to function even during a power failure. A Notice Inviting Bids for this project was published in local newspapers and trade publications on May 3rd and 10th, 2018. Sealed bids were received in the Office of the City Clerk until 10:30 a.m. on Wednesday, May 16, 2018. At 11:00 a.m., this same day, the City Clerk publicly opened and read one (1) sealed bid with the following result: Rank Bidder Location Total Base Bid Amount 1 PTM General Engineering, Inc. Riverside, CA $ 97,079.00 Staff reviewed the bid documents for completeness, as well as the contractor's background and recent projects for competency. Staff recommends awarding the contract to PTM General Engineering. PTM General Engineering is a well-regarded general engineering contractor that has completed major traffic signal projects for many public agencies in Southern California and has worked on other projects for the City of Rosemead. FISCAL IMPACT A funding amount of $125,000 has been allocated in the City's approved Fiscal Year 2017-18 Capital Improvement Program Budget for the Battery Backup System Traffic Signal Improvements Project. This funding is made up of $50,000 in Street Lighting District funds and $75,000 in Measure R funds. The estimated project cost is shown below. ESTIMATED PROJECT COST Construction Costs Description Amount Contract Amount $ 97,079.00 Construction Contingencies (10%) $ 10,000.00 Total Contract Amount $ 107,079.00 Soft Costs Description Amount Design $ 4,800.00 Printing and Reproduction $ 1,000.00 Publication $ 1,000.00 Contract Administration (Inspection, $ 10,000.00 Staff Time, etc.) Total Soft Costs $ 16,800.00 Total Project Cost $123,879.00 City Council Meeting May 30, 2018 Page 3 of 3 STRATEGIC PLAN IMPACT — None ENVIRONMENTAL REVIEW The project is categorically exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 (a) of the CEQA Implementing Guidelines. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared By: , Q, Rafael M. Fajardo, P.E., City Engineer Submitted By: Michelle G. Ramirez, Director of Public Works Attachment A: Plans and Specifications (Available in the City Clerk's Office) Attachment B: Bid of PTM General Engineering, Inc. Attachment A Plans and Specifications (Available in the City Clerk's Office) Attachment B Bid of PTM General Engineering, Inc. CEI 0 PUBLIC WORDS DEPARTMENT, ENGINEERING DIVISION 8838 E. VALLEY BOULEVARD ROSEMEAD, CA 91770 TELEPHONE: (626) 569-2150 FAX: (626) 307-9218 SCHEDULED BID OPENING: MAY 16TH, 2018, PLANS AND SPECIFICATIONS APPROVED: APRIL, 2018, Attachment B - Page I of 67 CITY OF ROSEMEAD CALIFORNIA CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR TRAFFIC SIGNAL IMPROVEMENTS PROJECT VALLEY BOULEVARD AT IVAR AVENUE PROJECT No. 27005 FISCAL YEAR 2017-2018 IN THE CITY OF ROSEMEAD Ofll9 Ad CEI 0 PUBLIC WORDS DEPARTMENT, ENGINEERING DIVISION 8838 E. VALLEY BOULEVARD ROSEMEAD, CA 91770 TELEPHONE: (626) 569-2150 FAX: (626) 307-9218 SCHEDULED BID OPENING: MAY 16TH, 2018, PLANS AND SPECIFICATIONS APPROVED: APRIL, 2018, Attachment B - Page I of 67 CITY OF ROSEMEAD ' TRAFFIC SIGNAL IMPROVEMENTS PROJECT O VALLEY BOULEVARD AT IVAR AVENUE PROJECT No. 27005 I TABLE OF CONTENTS BIDDING DOCUMENTS '1. Notice Inviting Bids ............................. ............................... NIB -1 - NIB- 240' ' 2. Instructions to Bidders.. . ....... -- ................... ..................... .... ITB-J idders...........................................................ITB-1 — ITB -10 tlr' 3. Contract Bid Forms ........ . ................................................CBF -1 — CBF -14 O ' CONTRACT AGREEMENT ' 1. Contract Agreement and Insurance Requirements 2. Performance Bond 1 3. Payment Bond 1 CONTRACT APPENDIX Part "A" - General Provisions ....... .................................. ..... .......1-37 Part ^B" - Supplemental General Conditions..................................1-7 Part 11C" - Technical Provisions ..................................... ....... TP -1 — TP -13 Attachment B - Page 2 of 67 CITY OF ROSEMEAD TRAFFIC SIGNAL IMPROVEMENTS PROJECT VALLEY BOULEVARD AT WAR AVENUE PROJECT No. 27005 NOTICE INVITING BIDS Attachment B - Page 3 of 67 CITE' OF ROSENIEAD NOTICE I1 WTING SIDS NIB No. 2018-13 NOTICE IS ZIEREBP GIVEN that the CITY OF ROSEMEAD, California, will receive sealed bids up to 10:30 o'clock a.m. on Wednesday, the 16th day of.May, 2018 and thev will be Publicly opened at 11:00 a.m. for TRAFFIC SIGNAL IMPROVEMENTS PROJECT 19 VALLEY BOULEVARD AT IVAR AVENUE PROJECT No. 27005 The project consist in the traffic signal upgrade and other related work as described in the Plans, Specifications, and Contract Documents, by this reference, made a park hereof. The engineer's estimate for have (30) calendar days o complete ethe wo k.oject l Liquidated damages shall be 500 00 pe,00. The successful bidder r working day. Plans, Specifications, and Contract Documents may be obtained at the office of the City Clerk of the CITY OF ROSEMEAD, 8838 E. Valley Boulevard, Rosemead, Califonua 91770, (626) 569- 2177, for a non-refundable charge of $25.00 and $40.00 if mailing is requested. All prospective bidders must register with the office of the City Clerk's in order for your bid to be considered responsive. f SB 854 Requirements This project is subject to the requirements of SB 854. No prime contractor or subcontractor may be listed on a bid proposal for a public works project unless registered and qualified with the Department of Industrial Relations pursuant to Labor Code section 1725.5. No prime contractor or subcontractor may be awarded a contract for public work on a public works project unless registered and qualified with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The bid proposal must include a print out from the D1R registration website showing that the prime contractor and each subcontractor is currently registered and qualified. No bid proposals will be accepted nor any contract entered into with a prime contractor without proof of registration as required above. [Unless within the limited exceptions from this requirement for bid proposals only under Labor Code Section 1771.1(a)] Each bid must be accompanied by a bidder's security in an amount not less than 10% of the amount of the bid, as a guarantee that the bidder will, if awarded the Contract, enter into a satisfactory agreement and provide a Performance Bond and a Payment Bond,'each not less than 100% of the total amount of the bid price. No bidder may withdraw his bid for a period of sixty-one (61) days after the above bid opening date. Tile CITY OF ROSEMEAD will affirmatively insure the disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated NIB -1 Attachment B - Page 4 of 67 against on the grounds of race, color, disability, sex or national origin in the consideration for an ' award. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor ' Code. Compliance with the prevailing rates of wage and apprenticeship employment standards established by the State Director of Industrial Relations will be required. Bidders shall be licensed in accordance with the provision of Chapter 9, Division 111 of the Business and Professions Code of the State of California. Bidder shall have a Class "A" license in good standing at the time Bids are received. The Council reserves the right to reject any and all bids and to waive any informality, technical defect, or minor irregularity in any bid submitted. An award of service shall not be fmal until the bids have been reviewed and a Contract Agreement ' with the City has been signed by the lowest responsible bidder and by the City. Award of Service Agreement is proposed for June 12a`, 2018. r Dated this .2018. r rEricka Hernandez City Clerk IPublish: May 3rd & 10`h, 2018. I 0 I NIB- 2 Attachment B - Page 5 of 67 TRAFFIC SIGNAL IMPROVEMENTS PROJECT VALLEY BOULEVARD AT IVAR AVENUE PROJECT No. 27005 Attachment B - Page 6 of 67 TABLE �OFCONTENTS im Attachment A - Page 7of67 Page l. AVAILABILITY (}8BID DOCUMENTS ..................... ....... ~^~.~^,~.......... .......... ,~,~-` %. EXAMINATION (}YBID DOCUMENTS .............. .^...... .............................. ... ^.~...... ,^,,.^ 3. °�[(�8DDl)0{��0�8�IQ.....°.-.~.....^~_.~~-.,,^.,.^ ^^---�� INSPECTION {)ySITE; PRE-BID CONFERENCE AND 3/I8\AT/\LK........ ..~-~~.......... 2 4, 5. /�/�uoo�Dv�.^~-.^-..-.~_.~. ~~~^----`-^^~~'^^^~-~^~~^'~~--^~^^^~—~~^' 6� (}B�D}3 ^ -~.~~.-~~~~~~.~-----`^~^^~~~`~-~^^~^ ylU��a/��/x�n -~~~- ? � ^-----� DD}G..~,~..,~.~.-~-�~.~~~.._~-_..~ °~-~^~-'�—~^—~^^~~^~~ K MODIFICATIONS/nu ()98II}G ............................................... .._.,.,.�_,_. ,_..,~,~..~.,3 9. Dl ~^~~~~~-~~~"-^-°^-~~ �%«lNl}(J�BV)Q..._~.~-...~~~~~.^~~,~..,.~~,.~ 10. DD] GUARANTEE (DONl})............. ........ .......................................... ............... ^~,..~~_,� 11, 3TZ8MK8SKl@(}ySB/�LJ0)BIDS .-,~~-.-.-~.~-'.,.--- ..~-.~-^~^.� ,,,,~.-.,�4 12. DELIVERY AND OPENING (}FBIDS- ..... ~.~.~,~~~~~-~~^^.^........................ _-.,'�. 13� [K�BII) ^.~-~~~,~.',,~,.__~,,_~,^,~_~~~,,,�' WITHDRAWAL~.~'.~....'�� 14. AWARD PROCESS ........... ~.~~-~~~.-.'.~'.~'~-^..^............................... .~.~.~~..... lJ^ {)� ,~,,,,~'^,—~,~,^~~_.,,,,,,_,^~^,_, |>�80�/x/^�x/n ovn`�/^`^"^^~^.^`- 16. IJI�I0011<(jlQE\�o/nEanunTa.—............................................ ,,~,.~.,,~_^,,_'..-..6 1?. D (7FBIDDERS; INTEREST D0}d{0DFTHAN ONE BID .......... ~^~-o is. I0OlJR���{CdK1i��uuuExu�x/u.^.-~~~^._.^_..^.������~�~���^�^������^�` l9� 8 ~~^~'~^'-.—~-^^~~^~'-^.` 8I�Ql�IK]�DBD�l}l�1;ux��x.u,a�/x�m~.-~-,~....~.� 20, BASIS OF AWARD; BALANCED BIDS ............................... .......................... ^......... .... .......... , 21, FILING ()FBID PROTESTS ....................... .................. ^~^~~.-~-............ .... ~'... ....... _^� 21�^,_,_....? PERFORMANCE lQ<IN/}/��A)y/�Yl�8>|rD(�4�)DI�()UiK1imU»xTu°...-.-~~~.~,.~.' 23. A2yl�7%E[%�l�)[AU�8)�\!uuu�aomTa~.~~.~..~~~.^~~.�� 24. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES AND FEES .................. .x 25. I�[DClYl7(}^lO8�C[}l�I8/\CT.~....~^.~-..~.~~.~~-'.-..-...�.~~..._-~.~.�, 26� 0T@lyERDll3ltT8.......................... ...~~~`..... -.-~^-.-..... -° l7. DIZDFR!GS..~.....-^~~~-°~.-~.^~~-.~,',~,.~~,,~^~~~, 28. 8D)IKID!8RESPONSIVENESS CHECKLIST ................................ ....... .~..................... .^~.�- 29� CONTRACT BID FORMS; LISTS {FSUBCONTRACTORS ............................... .......... ........ ' '~^^-~~~~—'~-^^~~^~~-~^~-~-~~^—~°...l0 im Attachment A - Page 7of67 INSTRUCTIONS TO BIDDERS All Bids must be made in accordance with these Instructions to Bidders CITE"), Unless specifically noted, capitalized terms are used as defined inthe General Conditions, found in Part "B" of the Contract Appendix. All terms defined in the General Conditions which occur in the Bid Documents and Contract shall have meanings as defined therein. i, AVAILABILITY OF BUJ DOCUMENTS Bids must be submitted to the Owner on the Contract Bid Forms which are a part of the Bid Package for the Project. Prospective bidders may obtain one (1) complete set of Bid Documents. Bid Documents may be obtained from the Owner at fire location(s) and at the time(s) indicated in the Notice In�rit ng Bids. Prospective bidders are encouraged to telephone in advance to determine the availability of Bid Documents. Any applicable charges for the Bid Documents are outlined in the Notice Inviting Bids. The Owner may also make the Bid Documents available for review atone, or more plan rooms, as indicated n the Notice inviting Bids. Please Note: Prospective bidders who choose to review the Bid Documents at a plan room must contact the Owner to purchase the required Bid Documents if they decide to submit a bid for the Project. a 2. EXAMINATION OF BID DOCUMENTS E The Owner has made copies of the Bid Documents available, as indicated above. Bidders shall be solely responsible for examining the Project Site and the Bid Documents, including any Addenda issued stransportation,eduring the bidding period, and for informing itself with respect to local labor availability, necessity for security, laws and codes, local permit requirements, wage scales, local tax structure, contractors' licensing requirements, availability of required insurance, and other factors that could affeetthe Work. Bidders are responsible for consulting the standards referenced in the Contract titled Failure ofBidder Specifications. to so examine and inform itself shall beat its sole risk, and no relief for error or omission wdll be given except as required under State Iaw. 3. INTERPRETATION OF BID DOCUMENTS Any request for an interpretation or clarification of the Bid Documents must be submitted in writing by Bidder via telex, telegram or facsimile to the Owner's Project Engineer. Any response that the Owner may choose to make for purposes of interpretation or clarification, will be in writing and made available to all the listed holders of the Bid Documents. The Owner will respond to all written/faxed Bidder's inquiries received at least seventy two (72) hours before the scheduled bid opening date for which, in its sole judgment, a response is in the best interest of the Owner. Where such interpretation or clarification requires a change in the Bid Documents, the owner will prepare and issue an dendum to the, id owner shall n bound by, and Bidder shall not rely upon, any oral iB nt interpretation orclarification roftilerBid Documents. t be The bidding process and terms and conditions will be in strict accordance with the following Bid Documents: a. Notice Inviting Bids b. Instructions to Bidders c, Contract Bid Forms d. Contract e. Contract Appendix Part"A" General Conditions ITB - 1 Attachment B - Page 8 of 67 I F1 N P O 0 1 Part "B" Supplementary General Conditions Part "C^ Technical Provisions Part "D" Appendix Any Addenda Issued by the Owner q, INSPECTION OF SITE; PRE-BID CONFERENCE AND SITE WALK Each prospective bidder is responsible for fully acquainting himself with the conditions of the Project Site (which may include more than one site), as well as those relating to the construction and labor ofthe Project, to fully understand the facilities, difficulties and restrictions which may impact the total and adequate completion of the Project. 5. ADDENDA The Owner reserves the right to revise the Bid Documents prior to the bid opening date. Revisions, if any, shall be made by written Addenda. Pursuant to Public Contract Code Section 4104.5, if the Owner issues an Addendum later than 72 hours prior to the deadline for submission of bids, and the Addendum requires material changes, additions or deletions to the description ofthe work to be performed or the content, form or manner of submission of bids, the Owner will extend the deadline for submission of bids by at least 72 hours. Otherwise, the Owner may determine, in its sole discretion, whether an Addendumall be made by uires at the doe sot for Each opening bids be postponed. The announcement of the new date, if any, prospective bidder shall provide Owner a name, address and facsimile number to which Bid Document Addenda may be sent, as well as a telephone number by which the Owner can contact the Bidder. Copies of Addenda will be furnished by telex, telegram, facsimile, fust class mail, express mail or other proper means of delivery without charge to all parties who have obtained a copy of the Bid Documents and provided such current information. Please Note: Bidders are primarily and ultimately responsible for ensuringthattheyhave received any and all Addenda To this end, each Bidder should contact the Development Services Department to verify that be has received all Addenda issued, if any. Bidders must acknowledge receipt of all Addenda, if any, in its Bid Letter. Failure to acknowledge receipt of all Addenda may cause its Bid to be deemed incomplete and nonresponsive. 6. PREPARATION OF BIDS Bids shall be prepared only using copies of the Contract Bid Forms provided with the Bid Documents. The use of substitute bid forms other than clear and correct photocopies of those provided by the Owner will not be permitted and may result in the Bid being declared nonresponsive. Bid Letters shall be executed by an authorized signatory as described in these Instructions to Bidders. In addition, Bidders shall fill in all blank spaces (including inserting "N/A" where applicable) and initial all interlineations, alterations, or erasures to the Contract Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Contract Bid Forms nor make substitutions thereon. USE OF INK, INDELIBLE PENCIL ORA TYPEWRITER IS REQUIRED. 7. ALTERNATE BIDS If alternate bid items are called form the Bid Documents, the Iowest bid will be determined on the basis of the base bid only, but the Owner may choose to award the contract on the basis of the base bid atone or the base bid and any alternate or combination of alternates. Since the time for the alternate bid items has already been factored into the Contract Time, no additional Contract Time will be awarded for any of the ITB - 2 Attachment B - Page 9 of 67 E alternate bid items. Because the Owner may elect to include one or more of the alternate bid items, or to Otherwise remove certain bid items from the Project scope of work, each Bidder must ensure that each bid item contains a proportionate share of profit, overhead and other costs or expenses which will be incurred by the Bidder. Bidders shall not unevenly weight or allocate their overhead and profit to one or more particular bid items. g, MODIFICATIONS OF BIDS Each Bidder shall submit its Bid in strict conformity with the requirements of the Bid Documents. Each Bid prepared by Bidder shall be complete in itself and shall be submitted within a sealed envelope in accordance with the instructions herein. Unauthorized conditions, limitations, exclusions or provisions attached to a Bind will t e l render itmatter on the onsive and may cause its rejection. Bidders shall neither delete, modify, nor supe printed Contract Bid Forms, nor make substitutions thereon. ORAL, TELEPHONIC AND FACSMULE BIDS OR MODIFICATIONS WILL NOT BE CONSIDERED. 9. SIGNING OF BIDS All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders will be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person signing the Bid to bind the Bidder to each Bid and to any Contract arising therefrom. If a Bidder is a joint venture or partnership, it will be asked to submit an authenticated Power of Attorney executed by each joint venturer or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venturer or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venturer or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venturer or partner shall bejointly and severally liable for any and all of the duties and obligations of Bidder assumed under the Bid and under any Contract arising therefrom. The Bid shall be executed by the designated joint venturer or partner on behalf of the joint venture or partnership in its legal name. to. BID GUARAN'T'EE (BOND) Each bid proposal shall be accompanied by a certified or cashier's check, bid bond (the bid bond must be submitted on the form included in these Bid Documents) or equivalent substitution in lieu of a bond, as authorized by Code of Civil Procedure Section 995,710, in an amount not less than 10% of the Total Bid Price. Any check, bond, or other substitute must be made payable to the Owner, and shall be given as a guarantee that the Bidder will enter into the Contract described in the Bid Documents if awarded the work and will provide a satisfactory Performance Bond, Payment Bond, the required insurance certificates and endorsements, and any other certifications as may be required by the Contract. By submitting a proposal, each bidder agrees that its failure to enter the Contract if awarded the work or to provide the Bonds and other information or documentation described above would result in damage to the Owner, and that it would be, impracticable or extremely difficult to ascertain the actual amount of that damage. For this reason, each bidder agrees that the Owner may retainthe bid proposal guarantee as liquidated damages if the bidder is awarded the work but fails or refuses to timely enter into the Contract or to provide the Bonds and other information or documentation described above, except as may otherwise be required by California law. If electing to provide a Bid Bond, as set forth above, each Bidder must obtain such a bond from an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the 1TS - 3 Attachment B - Page 10 of 67 7 J State of California and satisfactory to the Owner. In addition, the Bid Bond must be submitted on the form furnished by the owner, or one substantially in conformance with the Owner's form if previously approved in _ writing by the Owner. cashiers checks must be drawn on a solvent state bank or a California branch of a solvent nat onal Certified or bank. After the Owner has made an award to the successful Bidder, and the Bidder has signed a Contract, submitted the necessary bonds, original insurance certificates and endorsements, and any other certifications as may be required by the Contract, the remaining Bid guarantees shall be returned to each particular bidder if requested by that bidder. If the Owner rejects all Bids, it will promptly return to all Bidders their Bid guarantees li. SUBMISSION OE SEALED BIDS Once the Bid and supporting documents herein have been completed and signed as set forth above, they shall be placed, along with the Bid Guarantee and any proposed sketches and brochures or other materials required by these instructions, in an envelope, sealed, addressed and delivered or mailed, postage prepaid to the Owner at the place and to the attention ofthe person indicated in the Notice Inviting Bids, NO ORAL, TELEPHONIC OR FACSIMILE FORMS WILL BE CONSIDERED. The envelope shall also contain the following in the lower left-hand corner thereof: Bid of (Insert Name of the Comna!n for TRAFFIC SIGNAL IMPROVEMENTS PROJECT VALLEY BOULEVARD AT IVAR AVENUE No consideration shall be given by the Owner to bid proposals received after the date and time set for the opening of bids as provided in the Notice Inviting Bids. 12. DELIVERY AND OPENING OF BIDS Bids will be received by the Owner at the address shown in the Notice Inviting Bids up to the date and time shown therein. The Owner will leave unopened any Bid received atter the specified date and time, and any such unopened Bid will be returned to the B idder. Itis the Bidder's sole responsibility to ensure that its Bid is received as stipulated, Bids may be submitted earlier than the dates(s) and times) indicated. Bids will be opened at the date and time stated inthe Notice Inviting Bids and the amount of each Bid will be read aloud and recorded. All Bidders may, if they desire, attend the opening of Bids. Owner reserves the right to reject any or all Bids, to waive airy informality or hregularity in any Bid received where such waiver s tithe best interests of the Owner, and to be the sole judge ofthe merits ofthe respective Bids received. luthe event of a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. 13. WITHDRAWAL OF BID Prior to the bid opening ate, a Bid may be withdrawn by the Bidder by means of a written request signed by the Bidder or its properly authorized representative. If a Bidder to whom the award is made fails or refu dses to sign a Contract, or to furnish the bonds, certificates and endorsements required below within the time specified in these Instructions to Bidders below, the funds represented by the Bid Guarantee (crush, cashiers check or Bid remain the property of e owner; the amount bond being escpreibehereof d above greed tolby the Bidder andl be forfeited amoltbe suretyecome dto be due the Owner bethof the damage resulting ITS - 4 Attachment B - Page I I of 67 from the delay in the execution of the Contract and in the performance of Work thereunder. 14. AWARD PROCESS Once all Bids are opened and reviewed to determine the lowest responsive and responsible bidder lould bidder, the point Council will make all necessary decisions and awards. The app arent begin to prepare the following documents: (1) the Performance Bond; (2) the Payment Bond; and (3) the required insurance certificates and endorsements. Once the Owner issues a Notice of Award, the successful bidder will have seven (7) Working Days from the date of this letter to supply the owner with all of the required documents and certifications. Regardless whether the successful bidder supplies tee required documents and certifications in a timely manner, the Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed. Once tie Owner receives all of the properly drafted and executed documents and certifications from the successful bidder, the Owner shall issue a Notice to Proceed to that successful bidder. 15. DESIGNATION OF SUBCONTRACTORS Pursuant to state law, the Bidders must designate the name and location of each subcontractor who w ll perform work or render services for the prime Bidder in as amount thatexceeds one-half of one per (0.5%) of the Bidder's Total Bid Price, as well as the portion of work each such subcontractor will perform, Bidders trust make these designations, as well as any others requested by the Owner, on the document titled "List of Proposed Subcontractors" which has been included with the Contract BidForms. PursuanttoPublicContract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each _ . subcontractor, other than the name and location of each subcontractor. N 16. LICENSING REQUIREMENTS Pursuant to Section 7028.15 of the Business and Professions Code and Section 3300 of the Public Contract Code, all bidders must possess proper licenses for performance of this Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted. sbmitted byta contractoro Section Onot current28,5 of the ly licensed m Professions Code, the Owner shall consider usiness and any accordance with state law and pursuant to the requirements found in the Bid Documents to be nonresponsive, and the Owner shall reject the Bid. The Owner shall have the right to request, and the Bidders shall provide within five (5) Calendar Days, evidence satisfactoryto the Owner of all valid license(s) currently held by that Bidder and each of the Bidder's subcontractors, before awarding the Contract. 17. DISQUALIFICATION OF BIDDERS; INTEREST IN MORE THAN ONE BID No bidder shall be allowed to make, submit or be interested in more than one bid. However, a person, firm, corporation or other entity that has submitted a subnromsal to a bidder, or that has quoted prices ofmaterials to a bidder, is not thereby disqualified from submitting a subproposal or quoting prices to other bidders submitting a bid to the Owner. 18. INSURANCE REQUIREMENTS s to Bidders above, Bidder shall provide the Owner with four Within the time specified in these Instruction identical counterparts of all required insurance certificates and endorsements as specified n the Bid Failure to do so may, in the sole discretion of owner, result in the forfeiture of the Bid Guarantee, Documents. F All insurance ai u e t placed with insurers with a current A.M. Best's rating of no less than AN111, licensed to do business in California, and satisfactory to the Owner. ITB -5 Attachment B - Page 12 of 67 19. REQUIRED BIDDER CERTIFICATIONS Bidders must comply with the following: A. CONTRACT BID FORMS: Within the Contract Bid Documents the bidder must certif}l to 0 various information, including but not limited to, the accuracy of the representations made inthe Contract Bid Forms, B. NON-COLLU I SION AFFIDAVIT: pursuant to Public Contract Code Section 7106, each Bidder must execute and submit with its bid the statutorily mandated non -collusion affidavit included m the Bid Documents. 20, BASIS OF AWARD; BALANCED BIDS The Owner shall award Contracts to only the lowest responsible Bidders submitting responsive Bids, as required by law. The Owner reserves the right to reject any or all Bids. The Owner may reject any Bid which, in its opinion when compared to other bids received or to the Owner's internal estimates, does not accurately reflect the cost to perform the Work. In addition, because the Owner may elect to include or exclude ally of the bid items and alternate bid items at its sole and absolute discretion, each Bidder inust ensure that each bid item contains a proportionate share of profit, overhead and other costs or expenses which will be incurred by the Bidder. The Owner may reject as non-responsive any bid which unevenly weights or allocates overhead and profit to one or more particular bid items. 21. FILING OF BID PROTESTS Bidders may file a "protest" of a contract award with the Owner's Project Manager. In order for a Bidder's _ protest to be considered valid, the protest must: A. Be filed in writing within five (5) Working Days after the bid opening date. B. Clearly identify the specific accusation involved. C. Clearly identify the specific Owner Staff/Board recommendation being protested. D. Specify, in detail, the grounds of the protest and the facts supporting the protest, E. Include all relevant, supporting documentation with the protest at time of filing. If the protest does not comply with each and every one of these requirements, it will be rejected as invalid. If the protest is valid, the Owner's Project Engineer, or other designated Owner staff member, shall review the basis of the protest and all relevant information. The Proj rot Engineer will deny or concur with the protest and provide a written decision to the protestor. The protestor may then appeal the decision of the Project engineer to tine City Engineer. 2Z. PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS Within the time specified in these Instructions to Bidders above, the Bidder to whom a Contract is awarded shall deliver to the Owner four identical counterparts ofthe Performance Bond and Payment Bond in the form supplied by the Owner and included in the Bid Documents. surety Failure tdo so may, in the sole discretion of Owner, result in the forfeiture of the Bid Guarantee. The sure supplying the bond must bean admitted sure insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the State of California and satisfactory to the Owner. ITB - 6 Attachment B - Page 13 of 67 The shall also performance for one 1 uuhall e for one hundred00) percenthe (I Bid Pncehe TotaiBid Price, and the PaymemBond dreBond nt Contractor shall require, pursuant to Public Contract Code article 4105, all subcontractors providing labor and materials in excess of the dollar amount indicated in the Notice Inviting Bids to supply Payment and Performance Bonds in the amounts and manner required of the Contractor. The Contractor shall specify this r bonds in his written or published request for subcontractor bids requirement for subcontracto 23. EXPERIENCE AND TECHNICAL REQUIREMENTS Bidders are required to provide the experience and qualification information required as part of the Contract Bid Forms. The purpose of this data is to provide the information necessary for the Owner to determine whether Bidders have the necessary experience in order to responsibly carry out the Work. Each Bidder shall answer all questions and provide information requested by the Contract Bid Forms. 24. SALES AND OTHER APPLICABLE TAMES, PERIMTS, LICENSES AND FEES Contractor and its subcontractors performing work under this Contract will be required to pay California sales and other applicable taxes, and to pay for permits, licenses and fees required by the agencies with authority in the jurisdiction in which the work will be located, unless otherwise expressly provided by the Bid Documents. 25. EXECUTION OF CONTRACT The Bidder to whom an award is made shall execute the Contract in the amount of its Total Bid Price and furnish the required insurance certificates and endorsements, as well as Performance and Payment Bonds, in a timely manner. The Owner may require appropriate evidence that the persons executing the Contract and the bonds for both the Bidder and its surety or sureties are duly empowered to do so. 26, OWNERRIGHTS The Owner may investigate the qualifications of any Bidder under consideration, require confirmation of information furnished by a Bidder, and require additional evidence of qualifications to perform the work described inthcse Bid Documents. The Owner reserves the rightto; A. Reject any or all of the Bids if such action is in the best interest of the Owner, B. issue subsequent Notices Inviting Bids, C. Cancel this entire Notice Inviting Bids. D. Appoint evaluation committees to review any or all Bids. E. Seek the assistance of outside technical experts to validate the Bid(s). F. Approve or disapprove the use of particular subcontractors. G. Waive informalities and irregularities in Bids. The Notice Inviting Bids does not commit the owner to enter into a contract, nor does it obligate the Owner to pay any costs incurred in preparation and submission of Bids or in anticipation of a contract. 27. BIDDER'S RESPONSi17ENESS The Owner will evaluate Bids for responsiveness at the time of Bid opening and before award is made, A Bid must be in strict compliance with the commercial and technical specifications, without exception: Only Bids which conform in all material respects to the Bid Documents can be eligible for award. A Bid not inceting the requirements of the responsiveness checklist may be rejected immediately upon opening, and returned to the ITB - 7 Attachment B - Page 14 of 67 I Biddor's representative. 2g, BIDDER'S RESPONSIVENESS CHECKLIST Thwne Tile cm, hutial responsiveness evaluation will consider the following: (! ,\/ Completed and properly executed Bid Letter (Including a completed Total Bid Price, compleid Bid Bond amount, acknowledged addenda, completed state of incorporation or partner/joint venturer information (if applicable), completed license number, and signature by authorized company officer); B, Completed Bid Data Forms (including valid and properly executed Bid Bond for 10% of the Total Bid Price and a completed List of Proposed Subcontractors); C. Properly executed Non -Collusion Affidavit; and is D. Completed and properly executed Bidder information Forms. If the Bidder is a joint venture, each joint venturer shall prepare and submit a separate form. Extra forms, if needed, can be obtained from the Owner, or photocopied by the Bidder, if necessary. 29. CONTRACT BID FORMS; LISTS OF SUBCONTRACTORS A. Contract Bid Forms. The Bid Letter and Forms must be completed as set forth below. (1) The Contract Bid Forms and Letter must be prepared using ink, indelible pencil or a typewriter, (2) The Bid Letter must be signed by the Bidder or on its behalf by the person or persons having the authority to do so. Proof of the authority to act on behalf of tile, firm must be submitted when requested. The proof shall be in the form of a certified copy of an appropriate corporate resolution, certificate of partnership or joint venture, or other appropriate document. If Bidder is an entity made up of multiple parties and no person or persons are designated to act on its behalf, all parties shall execute the Bid. _ (3) Addenda - Reecipt of addenda must be aclmowledged in the space provided in the LINBid Letter. (4) The Bidder shall not delete, modify, supplementer make substitutions thereof on the printed matter of the Contract Bid Forms or Bid Letter. (5) Corrections shall be initialed by the person who signs the Bid Letter. (6) Exceptions or qualifications to the Bid Documents are strictly forbidden. Any comment by the Bidder which the owner determines can be construed as altering the requirements of the specifications or the tem -is and conditions of the Contract will render the Bid nonresponsive and disqualifytheBidder from consideration for award. B. List of Proposed Subcontractors (Forms). State law prohibits substitution of subcontractors listed in the original Bid except as otherwise provided in Sections 4107 and 4107.5 of the California Public Contract Code. Bidders are required to ITB - 8 Attachment B - Page 15 of 67 List all Subcontractors whose partieipatiou in the Contract will exceed one-half of one percent (0.5%) of the Total Bid Price. The List of Proposed Subcontraetors Forms must be completed as set forth below. (1) Name. Listthe name of Subcontractors who will perform work in excess of one half of one percent (0.5%)of the Total Bid Price. (2) Location. For listed Subcontractors, identify the location of its place of business (City and State). (3) Work. For listed Subcontractors, identify the type/portion of workto be performed in the Contract. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will not allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and Iocation of each subcontractor. 30. RESPONSIBILITY CRITERU Responsibility is the apparent ability of the Bidder to meet and complete successfully the requirements of the Contract. The Owner reserves the right to consider the financial responsibility and general competency of each bidder, as well as its reputation within the industry. Owner may request, and apparent low bidder shall provide, a financial statement, audited if necessary, including the Bidder's latest balance sheet and income statement. Owner expects that each Bidder will fully and truthfully disclose all information required of the Bidder by the Bid Documents. The prospective contractor, in order to be evaluated by the Owner as being a responsible contractor, must complete Section 4 of the Contract Bid Forms to determine that it: A. Has or can secure adequate financial resources to perform the contract; B. Is able to meet the performance or delivery schedule of the contract, taking into consideration other business commitments; and C. Has a satisfactory record of performance. A contractor seriously deficient in current contract performance, considering the number of contracts and extent of the deficien- cies, is presumed not to meet this requirement unless the deficiencies are beyond its control or there is evidence to establish its responsibility notwithstanding the deficiencies. Evidence of such satisfactory performance recordshould show thatthe contractor: (1) Has a satisfactory record of integrity in its dealings with government agencies arid with subcontractors, and is otherwise qualified to receive an award under applicable laws and regulations; (2) Has the necessary organization, experience, satisfactory safety record, accounting and operational controls and technical skills or the ability to obtain them; and (3) Has the necessary production, construction, and technical equipment and facilities or the ability to obtain them. END OF INSTRUCTIONS TO BIDDERS ITB - 9 Attachment B - Page 16 of 67 1 1 F CITY OF ROSEMEAD TRAFFIC SIGNAL IMPROVEMENTS PROJECT VALLEY BOULEVARD AT WAR AVENUE PROJECT No. 27005 CONTRACT BID FORMS Attachment B - Page 17 of 67 i 1 BIDDER: PT GeneerraallEE i=e noervices, nl C. CONTRACT BID FORMS TABLE OF CONTENTS SECTION I BID SCHEDULE ...................... SECTION 2 SID DATA FORM ............................. ........................... ..... ...... 2.A BID BOND.................................... .......................................................... - - 2.B LIST OF PROPOSED SUBCONTRACTORS........................................................7 SECTION 3 NON -COLLUSION AFFIDAVIT CBF -15 Attachment B - Page 18 of 67 ................................................ I0 BIDDER; PTMGeneral En,gineerinjr ervices, ' Inc. u H I p SECTION I - BID SCHEDULE CBF -1 Attachment B - Page 19 of 67 BIDDER: PTM General EnineeringServices, nc. BID SCHEDULE SCHEDULE OF PRICES FOR TRAFFIC SIGNAL LLEY BOULEIVARD AT IVAR AVENUE MpROVEME NTS CT PROJECT No. 27005 UNIT OF 1ITEM MEASU EST. UNIT I COST NO. ITEM DESCRIPTION RE QTY. PRICE 1 Clearing &Grubbing pex LS 1 000 ' 1000 - plans and specifications. �f 2 Disposal of Waste Materials.. LS 3 Construct Traffic Signal LS 1 Improvements at Valley Boulevard at Ivar Avenue per Plans and Specifications Complete. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ qz On, 6 Dollar amOlAlt in written form a" 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 amount shall 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 camzat be withdrawn for the number of Working Days indicated intheNotice 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 CBF -2 Attachment B - Page 20 of 67 BIDDER: PTMGeneral EnAineerinrServices, Inc. written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Bid Bond Dollars ($ ) said amount being not less than ten percent (10%) of the Tota, 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. 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 ifthis 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 ofthe 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 contractor's 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 understands and a •ees that liuidated damages shall app-ly app-1to this Contract in amounts of ri THIRTY (30) s. five hundred dollars $500.00 if ro'ect is not aomclerted h �nftlieNotic1eofProceed and 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,, fall consideration of the following addenda to the Contract Documents. Addenda Nos. 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 CBF -3 Attachment B - Page 21 of 67 I 1 BIDDER: PTM General EnAineerinp Services, Inc. necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -4 Attachment B - Page 22 of 67 n By: Elizabeth H Mendoza de McRae Type or Print Name President/ CFO Title BIDDER: PTM General Engineering Services, Inc. 5942 Acorn St. Riverside, CA Business Street Address Riverside, CA 92504 City, State and Zip C (951) 710,1000 Telephone Number Bidder's/Contractor's State of Incorporation: California partners or Joint Venturers: Bidder's License Number(s): 891265 Department Industrial Relations Registered No, 1000001433 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of pedwy the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) if Bidder is a partnership or joint venture, give fidl 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, partnersMp or joint venture has the authority to do so. CBF -5 Attachment B - Page 23 of 67 CERTIFICATE OF CORPORATE RESOLUTION I, Brian Mendoza secretaryof PTM General Engineering Services -Inc. (Corporation) do hereby ceitify that at a duly constituted meeting of the Stockholders and Directors. of the Corporation held at the office of the Corporation on December 3Q , 2 o D7 (year), it was upon motion duly made and seconded; that it be VOTED: Elizabeth H. Mendoza de McRae, President/Ub OR — . Brian Mendoza, Vice. President/Secretary Authorized to sign & execute contracts and submit bids with either one of the corporate officer's signatures.. It was upon fxrtlier motion made and seconded that it be further VOTED: That Elizabeth H. Mendoza de MbRa6, Prdsidayt/CF9 .... ,.qR.. ..Brian Mendoea,. Vice President/Secretary in the capacity as of the Corporation is empowered; authorized and directed to execute, deliver and accept any and all documents and underta ea all acts reasonably required or incidental to accomplish the'foregoing trate, all on such terms and conditions as he in his discretion deems to be in the best interests of the Corporation. 1 further certify that the foregoing votes are in fall force this date without rescission, modification or amendment, / Signed this lq'—K'day of / ATRUE RECORD ATTEST (Corporate Seal) S C901 b (year). QBrian Mendoza Sectq�tary/Clerk Vice President/Secretary ss Attachment B - Page 24 of 67 BIDDER: PTM General Engineering Services, Inc. SEMON2 BID DATA FORMS CBF -6 Attachment B - Page 25 of 67 BIDDER: PTM GENERAL ENGINEERING SERVICES, INC., Bidder shall submit its .Bid data in accordance 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 shall ensure that every page of its Bid Data Forms are properly identified wish the Bidder's name and page number. 2.A IIID BOND KNOW ALL .ME,N BY T1:lESE PRESENTS: THAT PTM GENERAL ENGINEERING SERVICES, INC. —_ _— _ as Principal, and GREAT AMERICAN INSURANCE COMPANY as Surety, are held lirnily bound unto the C'I C Y 6)F RO sY M 1r.AD (hereinafter called the OWNER-) in the sum of TEN PERCENT OF AMOUNT BID (s__._..�_—._.10% f — _._), being not less than. ten percent (10%) ofthe 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. W1 iLREAS, said .Principal has submitted a bid to the OWNFR. to perform all Work requirccl for the `i"RAF'FIC SIGNAL IMPROVEMENTS PIiOJEC''y AT VALLEY BOULEVARD AT IVAR AVENUE as set .forth in the Notice Inviting Bids and aceonipanying .Bid Documents; dated MAY 16TH, 2018 NOW, 'IUERL.FORL, if said Principal is awarded a Contract for the Work by the OWNER. and, withia the time and in the manner required by the above- relorenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee'faithftd performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and ftunishes any other certifications as may be required by the Contract, then this obligation shrill be null and void; otherwise it shall 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. SIGNEE) AN, "'ALED, this 14TH day of MAY 2018 __...-_• i GREAT AMERICAN INSURANCE PTM GENERAL ENGIN RING SERVICES, INC. (S ['/*',(,�COMPANY P rinC1 Men�za 1.0 McRae Surety E eth H. BY: PRESIDENT/OF S1 'nature CBF -7 Attachment B - Page 26 of 67 E. VEGA, ATTORNEY -in -FACT GREAT AMERICAN INSURANCE COMPANY® Administrative Off [Go: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513.389.5000 • FAX 513.723.2740 The number of persons authorized by tills power of attorney is not mare that FOUR No.0 20974 POWER OFATTORNEV KNO W ALLNBN BYTHESE PRESENTS: 'chat the GREAPAMERiCAN INSURANCE COMPANY, A corporallon organized and existing under and by Arlo of the laws of the State ofOhio, does hereby nominate, consdtuto and appoint the person or persons maned below, each individually if more bion one is tinned, its into and Inv@I atiomey-in-flat, for it and fit Its nine, place and slend to execute on behalfof ilia sold Company, as sorely, any and all bonds, underiandngs and contracts of suretyship, or other %liter obligations In the nature thereof; provided that the liability of the said Company on any such band, undertaking or eounael of suretyship executed under this Authority shall not exceed the limit slated below None Address Limit of Power PHILIP E, VEGA ALL OF ALL KEVIN VEGA COVINA, CALIFORNIA 3100,000,000 BRITTON CHRISTIANSEN ' MYRNA F. SMITH This Posner ofAttomey revokes Ali previous powers issued oil bebnif ofthe Attornoy(s)-ill-fact named above. IN WITNESS WHEREOF the GREATAMERICAN INSURANCE, COMPANY has caused these presents to be signed and Attested by its appropriate oflleers and its corporate sent hereunto affixed this 29TH day of NOVEMBER 1 2011 Attest 1IMATAMrRICAN INSURANCE COMPANY J,Vuy /ar'sn'lal:l Secrrlcry, tIDlslmmLS'erllor Via Pre,rltlem STATE OF OHIO, COW'Y OF I1AMILTON - ss: oAVm 0. WOHut (e77-377.¢405) On this 29TH day of NOVEMBER 2017 , before ilia personally appeared DAVID C. KITCHIN, to tile known, being duly sworn, deposes and says that he resides i0 Chichoati, Ohio, that lie is a Di0slooRt Senior Vice President of tare Bond Division of areal American Insurance Conipily, the Company described hi told which executed the above histmnient; lhnt lie knows the seat of the sold Company: that the sett affixed to tine said iosinunent is such corporate seat; that It was so affixed by authority of his ounce under the By -Lama ofsnld Company, And that lie signed his name thereto by like Authority. This Power ofAttomey is granted by authority of the following resolutions adopted by die Board of Directors o I'GreatAmerican losumnco Company by unaniutous written consent dated June 9, 2008, RESOLVED: That the Divisional President, the several Divisional Senlor Mae Presidents, Divisional Vice Prosldatts and Diviswlal Asslstrnrt Vice Presidents, or mly one of Nrem, be and harsh), is outhoriaed, j!•onl sine to late, to oppolnt one at, more 7111orneys-In-Fool to execute on behalfof Nre Courpatnt as sarei)t any, and all bonds, undertakings and contracts ofsureowhip, or other n'rtten obligations to the nature thereof, to prescribe their respective dunes avid the respeolive !lots of their mnhoriy; and to revoke call, such appobndeent at an), rune. RESOLVEDFUJITHFIt: That ilia Compmrj,sealand the signature ofanyartheoforesaidofcers mud any Secretor)+m, Ass•/stool Secretary ofthe Carupnr0' mop be af/'.eed bpjacshuile fo arty pourer olntrorrfay or cerljhcNe ojelllrar given far the e.Yeeuton of any bond, uudarlaking, cmrtrac( ofsurelyshtp, or other o-ritlen obligation ti ilia nature lheroof, suet/ signature and seal when so used being hereby, adopted by the ConNnny as, Ilia a•Ighial signature ojsueh officer and the original soot offhe Compani to be valid and binding upon tine Company, uoith the sante force and effect as though olmntally gJfiverl CERTHrICATION I, STEPIIEN C. 0RRAI IA, Ass istwu Seeremry ofO real AnleHcon Insurance Company, do hereby certify that lire foregoing Power ofAttomey and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and Are now In ILII force nod 6treat• Signed And sealed this 14TH day of MAY, 2018 @dsrinnul.5'eenm..y $102AAftoetts) Attachment B - Page 27 of 67 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifles only the identity of the individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On `� IL' `'�' before me, PHILIP VEGA, NOTARY PUBLIC Data Here Insert Name and Title of the Officer personally appeared ELIZABETH H. MENDOZA de McRAE Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hls/her/their authorized capacity(les), and that by his/her/their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. d� H, PHILIP VEGA WITNESS my hand and offlclal seal. Comm.# 2152121 N $ NOTARY PUBLIC -CALIFORNIA y LOB ANOELEB COUNTY- Signature MY Comm� EXP. MAY 91, 2020 i° 9 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General El Individual ❑ Attorney In Fact El Trustee ❑ Guardian or Conservator ❑ Other: .Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner -- ❑ Limited ❑ General ❑ Individual El Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.Natlona]Notary.org • 1 -800 -US NOTARY (1-800-876-6827) Item 46907 Attachment B - Page 28 of 67 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of GRANGE ) On MAY 14 2818 before me, Monica Blaisdell, Notary Public Date Here Insert Name and Title of the Officer personally appeared' Philip E, Vega Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(* whose name¢j) is/ subscribed to the within instrument and acknowledged to me that he/xII(Wo ycexecuted the same in his/kKDp tbok authorized capacity, and that by his~XWslgnature(N) on the Instrument the person(g), or the entity upon behalf of which the person(5) acted, executed the instrument. MeeFaOOP�MCb0f4OY40405'09e4YPo904N/RPOb W50ah0940e 1 a MONICA T;T,AtSDELL t ,, COMnnaztnnc,66 ,G ,i.w_Cl PI©TAFY FUriIIC - CALIFORNIA 09AINIiCOUNTY s 5�{ My Commisslon Expires Mar.; 2020 5t eaeoas oee+aewsweKeyearw{vganmtWaeaHeee� 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 s Signature Signature of Notary Public Attachment B - Page 29 of 67 2.B I E j f BIDDER: PTM General EngineeringServices, Inc. 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 perforin 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 Bid'der'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-half of 1 percent of the Contractor's 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. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than 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 bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. Attachment B - Page 30 of 67 BIDDER: PTM General Ene-ineer— Services,Inc. 23 LYST Op POSED SUBCONTRACTORS (continued) [ *Duplicate Next 2 Pages if needed for listing additional subcontractors. Nameannd Location ofSub� r License No,: Department of Industrial Relation Registxation No. Description of Work to be Sum ed Description of Work Name an� ign to be Subcontracted of Subcontractor License No.: Department of Industrial Relation Registration Name— Location � Description of Work of Subcontractor to be Suited Address: License No.: Department of Industrial Relation Registration FE Address: License No.: Department of Industrial Relation Registration No. M$"7 Attachment B - Page 31 of 67 Description of Worlc do Name an— - -- d Lon - to be be Subcontracted of Subcontractor Name: Address: License No.: Department of Industrial Relation Registration No. Description of Work on Namean`�on to be Subcontracted of Subcontractor FE Address: License No.: Department of Industrial Relation Registration No. M$"7 Attachment B - Page 31 of 67 BIDDER: PTM General Engineering Services, Inc. CBF -10 Attachment B - Page 32 of 67 I BIDDER: PTMGeneral EngineeringServices, Inc. 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: 1. City of Rosemead 8838 E. Valley Blvd, Rosemead, CA 9i77o Name and Address of Owner Telephone: 626.569.2151 Fax No. 626.307.92,18 Mr. Rafael Fajardo, P.E. Email: rfajardo@cityofrosemeand.org Name and telephone number of person familiar with project $593,395.00 Intersection Improvement Project October, 2017 Contract amount Type of Work Date Completed 2. City of LawndaIe 14717 Burin Ave. Lawndale, CA 90260 Name and Address of Owner Telephone: 310,973,3265 Fax: 310.793.2813 Mr. Miguel Alvarez Email: malvarez@lawndalecity.org Name and telephone number of person familiar with project t$636 036 0o Citywide Traffic Signal Upgrades and Modifications July, 2016 Contract amount Type of Work Date Completed 3. City of Rosemead 8838 E, Valley Blvd. Rosemead, CA 91770 Name and Address of Owner Mr. Sean Sullivan Telephone: 626.569.2117 Email: ssullivan@cityofrosemead.org Name and telephone number of person familiar with project $4179,079.00 Highway Safety Project July, 2o16 Contract amount Type of Work Date Completed CBF -11 Attachment B - Page 33 of 67 ' BIDDER: PTM General Engineering Services, Inc. 1 4. Caltrans 2053 Presiker Lane, Ste. E Santa Maria, Ca 93534 I I I I Name and Address of Owner Telephone: 805.443.6935 Fax: 8o5.922.25n Lilian Bennetzen Email: lilian.bennetzen@dot.ca.gov Name and telephone number of person familiar with project Modify signals, install countdown and accessible si,o86,896.00 pedestrian signals April, 2017 Contract amount Type of Work Date Completed SECTION 3 NON-COLL USIONAFFIDA VIT CBF -12 Attachment B - Page 34 of 67 I 1 1 L BIDDER: PTM General Engineering Services, Inc. CBF -13 Attachment B - Page 35 of 67 I I I 0 I BIDDER: PTMGeneral EngineeringServices, Inc. NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, 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 Elizabeth H. Mendoza de McRae Typed or Printed Name President/ CFO Title PTM General Engineering Services, Inc. Bidder Subscribed and sworn before me This i5th day of May , 2018 Notary Public in and for the State of California My Commission Expires: CBF - 14 Attachment B - Page 36 of 67 (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOOS ANGELES �•d). On 5 . 14 before me, PHILIP VEGA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared ELIZABETH H. MENDOZA de McRAE Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/are subscribed to the within Instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 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. e,_aam PHILIP VEGA Signature C9MM.k 2162121 B NOtLRY AHRL • COUNRNIA Signature of Notary Public Los ANON.. MAY 31, 2 pxMY COMM Exp. MAY Ot, 2050 Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Document Date: Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 National Notary Association • www.Natlona[Notary.org 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Attachment B - Page 37 of 67 SU PEar Prufue Tnntei sn: 4f1 Page 1 of 1 ., (�CfMCK"a, J',xv i9 t* Cif to Of.sma- l Business & D1�RE SerVtc s ;X.. r. '' �ertFflcaC'rc�n tD 4a6Cs4 F t=mail J�dd7s&s, "Legal sU�2beth aptr er{g coon Bustaess karrte FTM GEN. i.R-Al ENG{i IfT�C�1A3�.SE�1�1�Ea� �i�saness vNets Page `' . e. It�1u _ �uscttess:?++#tone Ncmtier: ittg >stness T1s jgB�S} i�tattae 1: PTMG1={,ERALJENI NEEF INOS'ERVICES Businessfax-Humber: INC959F7�Aiifi&. tDolggq.Business As�08AjName 2- Business "urges: Coinstrudon Address: 5942 ACORN ST RIVERSIDE CA 92504 Certification Type Status From To M. Approved 04/11/2018: 04/30/2020 Stay informed) KEEP YOUR CERTIFICATION PROFILE UPDATEDI -LOG IN at CaleProcure.CA.GOV Questions? Email: OSDSHELP(bDGS.CA.GOV Call OSDS Main NUmber: 916-375.4940 707 3rd Street, 1-400, West Sacramento, CA 95605 4/11/2018 Attachment B - Page 38 of 67 I aui pleased to advise you that after careful review, of your applieatioii- and supjvfting: : :... doc=entation tha California Department of Tra*g.i^tation .�Caltrarns) has dotgmined th&t3pur firm meets the eligibility standards to he cutifted"as a iFi'sadyanta* Bminess Enterprise {I)BE) as required under the.U.S. Departtneat of -T portailon's Code.of Federal Regulation (CFR) 44, Part.26; as amended. Your firm will be listed in the Cabfoivia Unified Certification Program {CUCPJ database of"" certified DBEs under these "specific areas:of your-eztpertise: and hcense'ident fieri following:a comprehensive review of your firm: " NATCS, . -Category Codes' Descrtptinn 238210 Electrical Contractors 237310 Highway, Street and Bridge Construction 238910 Site Preparation Contractors 561730 Landsca ingServices ,IN'ark Categoij, Deescr[prloit ..Codes - 09661 Maintaining Existing Traffic Management Systems Elements During Construction _ C8601 Maintaining Existing Traffic Management Systems Elements Dining Construction C9867 Landscaping Contractor Your DBE certification is recognized solely for the above codes. You may review your firm's infonnation in the CUCP DBE Database, which can be accessed at Caltrans' Web site at http://www.dot.ca,gov/hq/bep/. Any additions and revisions must be submitted to Caltrans for review and approval. Attachment B - Page 39 of 67 ms. McRae Eebriiaty 9, 2018 Yi}e; ,i� agU�ati o1a s. Firm Number 38118 Sincerely, i✓f � MARYLEE MIGLINO Office Chief Certification Branch Attachment B - Page 40 of 67 Business Information P TM GENERAL ENGINEERING SERVICES INC P O BOX 7745 RIVERSIDE, CA 92513 Business Phone Number:(951) 710-1000 Phis license Is current and active. 411 Information below should be reviewLd. Entity Cdrporgtion Issue Date 02/20/2007 Expire Date 02128/2019 License Status Classifications A- GENERAL ENGINEERING CONTRACTOR -CID-ELECTRICAL -C31 - CONST.RUCTION ZONE TRAFFIC CONTROL' C27 -LANDSCAPING: C82 - PARKING AND HIGHWAY IMPROVEMENT ' B - GENERAL BUILDING CONTRACTOR C -fit /A42-- NON -ELECTRICAL SIGN INSTALLATION C-7:- LOW VOLTAGE SYSTEMS C13 - FENCING C-61 /D09 -DRILLING, BLASTING-AND.OILFIELD. WORK C-8 - CONCRETE HAZ - HAZARDOUS SUBSTANCES REMOVAL ,...891265 E� GORP P T M GENERAL ENGINEERING 8ERVICE8 INC. � . A C10 C31 C27 C32B C61ID42 HAZ G-7 013 CA 1 /QO9 - �a,�ac�. T3�$f2QflA v3ww.esPb.ce.gz�� , Attachment B - Page 41 of 67 California Department of Industrial Relations - Contact DIR Page 2 of 2 This is a listing of PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section. 1720 of the California labor Code.) Export as: Excel I PDF Search Results One registered contractor found. 11 Details Legal Name Registration County city License Current Registration Expiration Nurhber Type/Number Status Date Date (s) PTM GENERAL CSLB:891265 View ENGINEERING 1000001433 RIVERSIDE RIVERSIDE Active 06/01/2017 66/30/2018 SERVICES INC About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Bach to Top Privacy Policy Disabliity Accommodation Site Help Work with Us Jobs at DIR Licensing, registrations, certifications & permits. Required Notifications Public Records Requests v2.20171120 Learn More Acceso al Idioms Frequently Asked Questions Site Map Conditions of Use Disclaimer Standard Browser Usability Features. Copyright © 2017 state of California Attachment B - Page 42 of 67 2/27/2018 Brian Mendoza P.O.B ox 7745 Riverside CA, 92513-7745 Email:brian@phn-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 submittals, 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 / 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. / Pete & Sons Construction Inc. Riverside, CA 10/1995 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 10 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 of 4 Attachment B - Page 43 of 67 Brian Mendoza .N344" GYtKl7�YY��1UiNl� 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 & 1,000 to 2.5 million. Headed an around the clock electric crew and coordinated with CC Meyers to repair the I-10 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 adrninistrative 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 Page 2 of 4 Attachment B - Page 44 of 67 • English (Native) • Spanish (Fluent) CONTINUED LANGUAGES AWARD 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 to 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 CFAAC PROFESSIONAL AND PERSONAL REFERNCES Caltrans project4071224134 (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 I-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 Page 3 of 4 Attachment B - Page 45 of 67 •' I ill ►D9 1 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 408-4567V4) 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 1, 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-10 Freeway in San Bernardino County. Harold Lantis — Sandbag Contract Manager — Cell: (760) 802-7730 and Office (909) 875-8029 ext.213. Tun Hanable— Caltrans Inspector — Cell: (951) 712-0021 Al 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 — Caltrans area supervisor —Cell: (909) 799-0646 Page 4 of 4 Attachment B - Page 46 of 67 Attachment B - Page 47 of 67 IDTM References General Enaineerine Services Inc. Jeb Ueferences 2017 FTM Jeb No: P 17-01 OwnerJo6 No: PW642-17 Job Location: Pales Verdes Estates, CA Description of Work: Installation of SolarFowered RectangularRapid Flasking 5eacon atFalos Verdes Drive West Via Carrillo. Owner: City of Palos Verdes Contact: Mr, Ken Kukavina, City r ngineer. Address: 340 Palos Verdes Drive West City/5tate: Falos Verdes states, CA 90274 Telephone: 310-578-03 83 FaxNo, 3 1 03 7878 20 Email: Krukavina@prestates.org Contract Date: Fe6ruary,Z017 p Date: ry Completed: Janua201 8 Contract Value:$20,920.00 Fnd Value: $ZO,920.00 1 MJo6 No: P17-02 Owner,Jo6 No: City Project TO- 15501, Fed No. H51FL-57 5 9 (027) Location: City of West Covina, CA Description of Work: Francis9uito Avenue at Sunset Avenue Traffic Signal Improvements. Owner: City of West Covina Contact: Mr. Miguel Hernandez Address: 1444 W. Garvey Ave. OW,5tate: West Covina, CA 91790 Telephone: 626.9398425 Fax No, 626.939.8660 Email: /�ioue.kernandez@westco�dna.ory Contract Date: March 2017 Date Completed: In Progress Contract Value: $ 124,412.00 I=nd Value: In Progress FTM Job No: P17-03 OwnerJob No:1021417-0045 Location: City of Rancho Santa Margarita, CA Description of Work: Traffic Signal Modification at Camino Altezano & Avenida de Las Bandera. Owner. City of Rancho Santa Margarita Contact: Mr. Wilson Leung, Associate rng. Address:221 12 E_l Faseo CItV5tate: Rancho of Santa Margarita, CA92688 Telephone: 949.6351800 Fax No. 9+9.635.i 667 Email: wleuna@cittjofrsm.or� Contract Date: Marck,2017 Date Completed: Octoker2O17 Contract Value:$23:993.00 End Value: $22,792.00 FTMJob No: F 17-04Owner jo6 No: Rialto project No. 14o815, Federal Aid. No. H5IFL-52o5(2o) Location: Rialto, CA Description of Work: City of Rialto, Acacia Ave. & Baseline Rd. Traffic Signal Project. Owner: City of Rialto Contact: Ms. Lisa Frasier, Claims Director c/o Old Republic Surety. Address: 150 S. Palm Avenue City/5tate: Rialto, CA 92376 Telephone: 909.421.4999 Fax No. 909.421.721 O Email: IfrasierC�orsuretq.com Cell.: 267.797.2642 Contract Date: August2017 Date Completed: Octo6er2017 Contract Value:$ 192,900.00 Fnd Value: $ 183,255.00 FTM Jo6 No: F 17-05 OwnerJob No: 0817*46o. Location: Temecula, CA Description of Work: Replace Damaged Traffic Signal Pole at Rte. 15 NB Winchester off Ramp NW Comer. Owner, Department of Transportation Contact: MR. Steven Puckett Address: 1727 W65t M526 CitV,5tate: Sacramento, CA 95816 Telephone: 916.227.6000 Fax No, 916.227.2880 Email: steven.puckett@dot.ca.�ov Contract Date: March 2017 Date Completed: June 2017 Contract Value: $47,700.00 End Value: $ 41,794.00 Attachment B - Page 48 of 67 PTM References General enoineerina services Inc. . Jcb Ueferences 2017 FTM Jo6 No: 1`17-o6 OwnerJola No: 2700+ Location: Rosemead, CA Description of Work: Traffic Signal Modification Project5an Gabriel 51vd. at Rush Ave. Owner: City of Rosemead Contact: Mn Rafael Fajardo, F Address: 8838 )_. valley Blvd. Cltf. /State: Rosemead, CA 91 770 Telephone: 626.563.2100 Fax No. 626.307.9218 Email: rfa ardo@cituofrosemead.org Contract Date: July,Zo 17 Date Completed: In Progress Contract value:$ 83,038.00 Endvalue: In Progress FTM Jo6 No: F 17-07 Owner Jo6 No CDOT 12A1 676 Location: Orange, CA Description of Work: Rte. 55 at5outhbound Off Ramp to 17th Install Additional Lighting Remove & Replace Striping, Marking& Sign Panels. Owner. California Dept. Of Procurement& Contracts Contact: Dianne Morris Address: 17273o''5t.M565 Citq/5tate; Sacramento,CA95816 Telephone: 916.227.6000 Fax No. 916.2272880 Email: Diane.morris@dotca.gov Contract Date: June,2017 Date Completed: In Progress Contract value: 89.00 rnd value: In Progress FTM Jo6 No: F17-08 OwnerJo6 No: CDOT 12A1682 Location: Orange, CA Description of Work: Replace Traffic Signal Heads& Pedestrian Signals Along with their Respective Mounting Brackets Along various Locations on Rte. I Owner: Califomia Dept. of Procurement& Contracts Contact; Ms. Adena 5tmuch Address: 17Z73Ot65t. M565 Cit5/5tate: Sacramento, CA 95816 Telephone: 916.227.6000 Fax No. 91 6- 2272880 E-mail: Arlena.'jtrauch@dot.ca.gov Contract Date: June,ZO17 Date Completed: In Progress Contract Value: $22-f,02+.00 End value: In Progress PTMJo6No: P17-09 OwnerJo6No: 275"412-M789-76975taterundedATPL-5055(180) Location: Anaheim, CA Description of Work: ATP- Western Ave. Pedestrian 5iggnal Improvement. Owner. City of Anaheim Contact: Mr. Patrick Kelley, Contract Administrator Address: 200 5. Anaheim Blvd. Cit-q/State: Anaheim, CA 92805 Telephone: 714.7655176 FaxNo- 714.765.5ZZ5 Emaill FKelleu@anaheim.net Contract Date: July,2017 Date Completed: In Progress Contractvalue: $197,079.00 End value: In Progress P—FM Job No: P17-10 OwnerJo6 No: Project No. 2017-o3 Location: Barstow, CA Description of Work: Artistic Bike & Traffic & Striping Modifications for Bike Lanes. Owner. City of Barstow Contact: Mr. Domingo D. Gonzales, Engineering Services Administration. Address: Z20 E. Mountain view 5t. 5t. A CftV5tate: Barstow, CA 9231 1 Telephone: 760.255.5121 Fax No. 760156.1417 E-mail; dgonzal6@6arstowcaoov Contract Date: Octo6er2017 Completed: In Progress Contractvalue: $19-9.999.00 End value: In Progress Attachment B - Page 49 of 67 PTA references General enaineerine Services Inc. Job references 2C17 FTM Job No: P17-1 1 OwnerJob No: CDOT 17A16,36; 12-0Q+750+ Location: Laguna Beach, Nuntington Beach anti Seal Beach Description of Work: Modification of Existing Electrical System Owner: Department of TransportationDPAC Contact:Ms.5taeeyToles,Ac9uisitiongnalyst Address: 1727 3o'h St. M565 Civ5tate: `jacramento, CA 9581 6 Telcpbone: 91 6.227.6000 Fax No. 91 6.227.6007 mail: Staceu.toles@dot.ca oov Contract Date: August,2017 Completed: In Progress Contract Value:$236,815,00 J_nd Value: In Progress PTM Job No: 1`17-12 OwnerJolaNo: CDOT 12A1692, 12-0Q210+ Location: Anaheim and Yorba Linda on Route 90 at Orange6orpe Ave. & F speranza Rd. Description of Work: Modification of l=xisting F lectrical System. Owner. Departmentof Transportation DFAC Contact; Ms. Stacey Toles,Ac9uisition Analyst Address: 172730<65t.M565 Cit_q/5tate: 5acramento,CA95816 Telcpbone: 91 6.227.6000 Fax No. 916-277-6007 Email: Sta-9.tol-"t.ca aov Contract Date: Augu5t,2017 Completed: In Progress Contract Value: $117,901.00 End Value: In Progress FTMJn6 No: P17-13 OwnerJe6 No: S5-22*DF -17, HsrL-53°7(023) Location: Fontana, CA Description of Work: Randall Ave. at Juniper Ave. Traffic Signal Project, Owner. City of Fontana Contact: Mr. Chri5op6er5metberust, Asst. Engineer. Address: 8353 Sierra Ave. CltV5tate: Fontana, CA Telephone: 9o9350.6649 Fax No. 90935o.6618 Finail: csmethw-st@fontana.orQ Contract Date: August 2017 Completed: In Progress Contract Value:$279,076.00 End Value; In 1`rogress FTM Job No: F 17-14 OwnerJo6 No: F12-04 Location: Temple City, CA Description of Work: Citywide SignalOver6ead5trectSign Replacement. Owner: City of Temple City Contact: Mr. Mickel Forbes Address: 9701 Las Tunas Drive City/5tate: Temple City, CA 91780 Telephone: 626.2852171 Fax No. 626.2858192E -mail: mforbes�tempeci.us Contract Date: August, 2017 Completed: In Progress Contract Value: $72,270.00 r nd Value: In Progress FTMJo6 No: F17-15 OwnerJo6 No: City Project No. 21305 Location: Pico Rivera, CA Description of Work: Traffic Signal Safety improvements Citywide. Owner: City of Pico Rivera Contact: Mr. James F nri9uez Director of FuHic Works Address: 6615 Fassons Blvd. CitV5tate: Fico Rivera, CA9066o Telephone: 562.801.4965 Fax No. 562.9497506 Email: jenriquezGmpico-rivera.ora Contract Date: 5eptemker,Z017 Completed: In Frogvess Contract Value: $829,029.00 Fnd Value: In Progress Attachment B - Page 50 of 67 PTA References General Engineering Services Inc. Jcb References 2e12 F FM JA No: 1`17-16 OwnerJo6 N- H5IFL-5953(709) Jo6 Location: Del Amo Blvd. At Hamilton Description of Work: Traffic Signallnstallation Owner: LA- County of Public Works Contact: Contract Administrator. Address: 9005. Fremont Ave Citt4/State/Zip:Alkani6m,CA91301 Telep6ne:626.458.4951 Fax No. 626.4582197 Email: ivnsquez@dpw.lacounty ov Contract Date: Decem6er2017 Completed: In Progress Contract Value: $329,OZ9.00 End Value: In Progress FTM Job No; F 17-17 Owner Job No: 17-051 Job 1 ,ocatiorn 4175 Vine 5t. Riverside Description of Work: Vine 5t. Sewer Lateral Project Owner.KiversideTransitAgcncy Contact: Mr. Andrew Frost Address: 1 s25 Third Street City/5tate/Zip: Kiverside, CA 92517 Telephone: 951.55.5210 Fax No. 951,505.5001 Email: afrost@riversidetransitcom Contract Date: October2017 Completed: In Progress Contract Value: $ 47,047.000 End Value: In Progress FTM Job No: F 17-18 OwnerJob No, Job Location: Bishop, CA Description of Work: Street Light Relocation in the City of Bishop. Owner: City of Bishop Contact: Mr. David Grab/Director of Public Works Address: 377 West kine 5t. Cit-q/5tate/Zip: Bishop, CA93514 Tel No. 760.873.8458 Fax No. Email: dQra6Cacityofbis6op.com Contract Date: Novem6er2017 Completed: In Progress Contract Value: $ 79,079.00 End Value: In Progress FTM Job No: F 17-19 Owner Job No. 2017-0z Job Location: Town of Apple Valley, CA Description of Work: Signal Modification at Westmont Drive Owner.Town of Apple Valley Contact; Mr. Rich Berger/ F ngincering Associate Address: 14955 Dale Evans Parkway Cited. /State/Zip: Apple Valley, CA 92307 Tel No. 760240.7000 Fax 760.240.7223 Mall. r6erQer@applevaey.ord Contract Date: December 2017 Completed: In Progress Contract Value: $ 51,950.00 End Value: In Frogress FTM Job No, F 1 7-ZO Owner Job No. Job Location: City of West Covina Description of Work: Installation of Rectangular Rapid Flasking Bacons Systems Service Owner: City of West Covina Contact: Miguel Hernandez Address: 1444 W. Garvey Ave. 5nut6 0ty/5tate/zlp: West Covina, CA 91790 Tel No. 62 6-959-8+25 Fax. Email: mivuel.hernandez@westcovina.orQ contract Date:Decem6er2017 Completed: In Progress Contract Value:$ 35,936.00 End Value: In Progress Attachment B - Page 51 of 67 "At References General rmineerina Services Inc. Job References 2017 FTM Job No: F17-21 OwnerJob No. TD5000151 I Job Location: Mulholland Hwy at Kanan Dume Rd in County of Los Angeles, CA Description of Work: Traffic Signal Installation Owner, L.A. County of Public Works Contact: Irma Vasquez Address: 9005. Fremont Ave City/5tate/Zip:Alhambra, CA91301 Tel No. 626.458.4951 Fax. 626.458219% Flmail: ivasquez@dpw.lacountq.gov Contract Date: December2017 Completed: In Frogress Contract Value: $355,055.00 End Value: In Progress FTM Job No: P 17-22 OwnerJob No. EFA 12 -ORI 204 Job Location: In Orange County on FCH Between Laguna and Newport Description of Work: Remove & Replace Failed Overhead Sign Structure with new flashing amber lights, sign and sign structure file and foundation Owner: Department of Transportation Maintenance Engineering District 12 Contact: Mr. Jason Yeung/Major Damaged Coordinator Address: 1 750 r.4°t St. Cubicle 6-1 1 8 Citt /state/Zip: Santa Ana, CA Tel No. 65782 8,62U Fax. Email: lason.y_eunv@dot.ca.gov Contract `Date: December 017 Completed: In Frogress Contract value: $280,000.00 Endvalue: In Progress FTM Job No: F17-23 OwnerJob No. H51FL-5oz*/3) Job Location: Santa Rosa Description of Work: Crosswalk Enhancements Throughout Santa Rosa Owner: City of Santa Rosa Contact: Mr. Rob Sprinkle, F.E. Address: 69 Stony Circle Cit State/Zip: Santa Rosa, CA 95401 Tel No. 707.5433817 F-1707-513-3501 F mail: r5prinke@srcitq.org Contract Date: December 2017 Completed: In Progress Contract Value: $737,037.00 End Value: In Progress FTM Job No: r17-24 OwnerJob No• CDOT 12-oM52o4 Job Location: Orange County in Anaheim and La Habra from Atlanta Ave. to Cypress 5t. Description of Work: Modifying Traffic Signals, upgrade Fedestrian Facilities to ADA Standard Route 12 -ora -39- 0.6/22.2 Owner, DepartmentofTransportation Contact; Ms. Detolla Hall Address:172730'k5t. City/5tate/Zip: 5acramcnto,CA)5816 Tel No. 91 6.Z2 7.6000 Fax. 91 6.ZZ7.6282 Email: detoq a.hallQdot.ca.gov Contract Date: December Zo 17 Completed: In Progress Contract Value: $1,666,661.00 Epd Value: In Progress Attachment B - Page 52 of 67 IDTM References General Engineering Services Inc. .lob References 2017 PTMJo6No: P17-25 OwnerJe61\10-115IPL-5369(009) Jo6Location: Various Locations on Atlantic Ave. Description of Work: Install Pedestrian Countdown Heads and Protected Le{t Tum Phasing on Various Intersections on Atlantic Ave. Owner: City of Cudahy Contact; Aaron Hemandez-Torres/PE, Address: 5220 �";anta Ana Street 0'ty/5tate/Zip: Cuda6y, CA 90201 Tel No- 323,773.5143 Pax Email: a6emandez@cityofcuda6gca,�ov Contract Date: Decem6er2017 Completed: In Progress Contract Value: $233,033.00 End Value: In Progress Attachment B - Page 53 of 67 PTM General Emineerlw Services, Inc. Jobs References 2076 PTMJo6 No: P16 -OI Owner Job No: 172 Job Location: Cypress, CA Description of Work: Installation of Rectangular Rapid Flashing Beacon Systems Owner: City of Cypress Contact: Mr. Kamran DadAh, City F,ngineer Address: 5275 Orange Ave City/5tate: Cypress, CA 9O650 Telephone: 714.229.6750 Fax No. 714129.01 54 ]=mail: kdad6eh@ci.cypress.ca.us Contract Date: March, 201 6 Date: Completed: June, 2017 Contract Value:$ 101,999.00 F.nd Value; $113,17900 PTM Job No: P7 6-03 Owner Job No: Contract No. o8-1 x 0804 Job Location: San Bernardino, CA Description of Work: At the Intersection of Rte. 66 and 4e1' St. Replacement & Relocation of F,lectrical Equipment & Concrete Wont Owner: Departmentof Transportation Contact: Chee Ong, Protect Manager Address: 172730t'5t. City/5tate: Sacramento, CA 95816 Telephone: 909.383.6417 Fax No. 909383.6472 r mail: chee.ong@dot-ca.gov Contract Date: March, 201 6 Complete Date: In Progress Contract Value: $Z80.000.00 End Value: In progress PTM Job No: P16-04 OwnerJo6 No: 2o16-0123 Job Location: Baldwin Park, CA Description of Work: Traffic Signal Installation at Los Angeles 5t. and Hornbrook Ave. Owner,City of Baldwin Park Contact: Mr. Carlos Aguirre, Engineering Asst. Address: 144o3 Fast Pacific Ave City/5tate: Baldwin Park, CA 91706 Telephone: (626) 813.5255 Fax No. Email: caou6-re@6a dwinpark.com Contract Date: May, 2016 Complete Date: February, 2017 Contract Value: $ 196,996.00 F,nd Value: $204,1 62.19 PTM Job No: P 16-05 Owner Job No: l"5 15-o58 Job Location: Riverside, CA Description of Work: Rapid Link Bus Stop Project Owner. Riverside Transit Agency Contact: Mr, Robert Wyman, Contract Administrator Address: 18Z5 Third St. Cit9/5tate:-Riverside, CA 97517 Telephone:951.565.5190Fax No.951.565.5ooi I=mail:rwyman@riversidetransit.com Contract Data: May, 2016 Complete Date: March, 2017 Contract Value:$2,630,900.00 F,nd Value:$2,681,079,21 PTMJo6No: P16 -o6 Owner Job No:12A1651 Jo6 Location: Orange, CA Description of Work: Electrical Repa it & Replacement Service Owner: Departmentof Transportation Contact: Ms. Kathleen 5toneta6, Contract Analyst Address: 1727 30" Street, M5-65 City/5tate: Sacramento, CA95 186 Telephone: 916.227-61 Z4 Fax No. 916.227.6155 Email: Kathleen.atonetakai@dot.ca.gov Contract Date: July, 2016 Complete Date: In Progress Contract Value: $261,837.50 Frd Value: In Progress PTM Job No: P 16-07 Owner Job No: 21 o2O Jeb Location: Rosemead, CA Description of Work: Hellman/ Del Mar Intersection Improvement Project Owner. City of Rosemead Contact: Mr. Rafael Fajardo, F.F. Address:8838If— Vallegblvd. City/5tate:Rosemead,CA91770 Telephone: 626.569.2151 Fax No. 626.307.9218 F mails rfaardo@cityofrosemeand.org Contract Date: June, 2016 Complete Date: October, 2017 Contract Value: $593,395.00 I=ndValue: $635,29576 Attachm BI(fte 54 of 67 PTM ceneral Engineering Services, Inc. Jobs References 2016 PTM Job No; Pt 6-08 OwnerJo6 No:2g72 Job Location: Westminster CA Description of Work;Traffic5ignal Modification Westminster Blvd and Olive 5t, Ownen City of Westminster Contact: Ms. Veronica Johnson 5r. AclministrativeAsst. Public WorVEng. Address: 8200 Westminster Blvd. City/State; Westminster, CA92683 Telephone; 714.548.3463 Pax No. 714.89549-99 Email: vejoknson@westminster-ca.gov Contract Date: January, 7,017 Complete Date: November, 2017 Contract Value: $149,99 Loo Fnd Value: $155,076 PTM Jeb No: P16 -o9 OwnerJob No: o5Az637 Jeb Location: Various Locations in Riverside & 5an Bernardino County in CA. Description of Work: Electrical Services Pedestal Replacement5ervices Owner: Department of Transportation Contact: Mr. Kasen Knight, Contract Analyst Address: 1727 5&6 Street OtVState: Sacramento, CA 956 16 Telephone: 916.2.27.602 8 Pax No. 91 6.227.6138 Email: ca.gov Contract Date: November, 2016 Complete Date: June, 2017 Contract Value: $90,599.99 End Value:$40,599�99 PTM Job No: PI 6-10 OwnerJo6 No: A reement#A17018, Po # 1 70003 1 48 1 7003 3 6 Job Location: Whittier, CA Description Work: Street Lightning improvements for Washington Blvd. & Whittier Blvd. @ Various Locations and I.IZ.W.L. Ownen City of Whittier Contact: Mr. Carl Hassel, P.[. Address: 13230 F. Penn 5t. City/5tate; Whittier, CA 90602 Telephone: 562.567.9302 Pax No, 562.567.2874 Email: ckasse6cityof vkittier.org Contract Date: Pe6ruary, 2017 Complete Date: In Progress Contract Value:$1,147,114.00 End Value: in Progress PTM Jeb No: P 16-11 OwnerJe6 No: 5J-326 Job Location: 5an Jacinto, CA Description Work: Sanderson Ave. & Ramona Bled. 5ignalization Project, Owner City of San Jacinto Contact; Cary NguyonEngineer Address: 595 5. San Jacinto Ave. City/5tate; San Jacinto, CA 92583 Telepkone:(951)654.3592PaxNo.(951)6543672 Email: gary@trilakeconsultans.com Contract Date; January 2017 Complete Date: January 201 8 Contract Value:$264,240.00 F nd Value:$ 264,240.00 PTMJ-6 Ne: P16-12 OwnerJeb No: SJ -38o; H51PL 5075(15) Job Location: San Jacinto, CA Description Work: 5an Jacinto Pedestrian Upgrade. Ownen City of 5an Jacinto Contact: Mr. Har6ib Motlaa6, City Eng. Address: 595 5• San Jacinto Ave. City/5tate: 5an Jacinto, CA 92583 Telep6one;(951)654.3672 Pax No (951)654.3672 ]_mail: garg@trilakeconsultans.com Contact Date: January 2017 Complete Date: December 2017 Contract Value: $227,272.00 Enol Value: $222,942.00 AttachmA B2.0*e 55 of 67 rTM General rneineerina services, inc. Jobs References 2015 FTM Job No: F 15-01 Owner Jeb No.: 1958 Job Location: Montebello, CA Description of Work Montebello Way Traffic Signal Improvements from Mines Ave. to Olympic Blvd. Owner. City of Montebello Contact: Mr. Hormoz Vahid Address: 1600 W. Bevedy Blvd. Montebello, CA 90640 Telephone: 323.887.1470 Rax: E—mail: I-jvahid@cityofmontebello.com Contract Date: Novemher, 2015 Completed Date: In Progress Contractvalue:$692,03900 F nd Value: In Progress FTM Job No: F15-05 OwnerJo6 No.: None Job Location: Lawndale, CA Description of Work Citywide Traffic Signal Upgrades and Modifications Owner: City of Lawndale Contact: Mr, Miguel Alvarez Address: 14717 Burin Ave. Lawndale, CA 90260 Telephone: 310.9733265 Fax: 310.793.2813 F mail: malvarez@lawndalecity.org Contract Date: August, 2015 Completed Date: July, 2016 Contract Value:$636,036.00 Fnd Value: $692,639.87 FTM Job Ne: F 15-06 Owner Job No.: zO 13-008 Job Location: Baldwin Fark, CA Description of Work: Two new traffic signal Inst. at Baldwin Park Blvd. at Ohio 5t & Los Angeles 5t at La Rica Ave. Owner: City of Baldwin Park Contact: Mr. Carlos Aguirre Address: 14403 E. Pacific Ave. Baldwin Fark, CA 91706 Telephone: 67 6.613.5206 Fax; 67 6.07.2675 Email: caaguirre@6aldwinpark.com Contract Date: June, 2015 Completed Date: December, 201 5 Contract Value:$343,93300 F nd Value: $386,377.15 FTM Job No: F15-07 OwnerJo6 NO.: 15-006 Job Location: Riverside, CA Description of Work: Bna Ramp Project Owner: RTA Contact: Mr. Rob Wyman Address: 1825 Third Street Riverside, CA 92507 Telephone: 951.565.5000 Fax:95.565.5001 E-mail; Twyman@riversidetransit.com Contract Date: June, 2015 Completed Date: June, 201 5 Contract Value:$38,058,00 rndvalue:$38,038.00 FTM Job No: F15-08 OwnerJo6 No, 14/15-05 Job Location: La Canada Flintridge, CA Description of Work: Traffic5ignal Improvements Foothill Blvd. and Corrishon Ave. Owner: City of La Canada Flintridge Contact: Mr. Nasser Shoushtarian Address: 1327 Foothill Blvd. La Canada Flintridge, CA91 of I Telephone: 81 8.790.8882 Fax: 818.790.7536 F mail: nassecsh@Icf.ca.gov Contract Date: June, 2015 Completed Date: October, 2015 Contract Value: $87,787.00 E.nd Value: $80,921.75 Attachment B - Page 56 of 67 Il General EnaineerinA services, Inc. Jcbs References 2015 FTM Job No: F15-09 Owner Job No.: 14o817 Job Location: Rialto, CA Description of Work: Foothill Blvd. at Home DcpotTragic Signal and Cedar Ave. Median Improvements Owner: City of }Zialto Contact: Mn J=ddie Chan Address: 335 W Rialto Ave. Rialto,CA 92376 Telephone: 909.820,2651 Fax: 5109 820,2,577 F,mail: er..han@rialtoca.gov Contract Date: Novem6er, 201 5 Completed Date: April, 201 6 Contract Value: $358,058.00 I=nd Value: $353,'¢85.57 FTM Job No: F15 -I I OwnerJob No•: HSIP-5326(017) Job Location: Montclair, CA Description of Work: Traffic Signal Improvement Fraject Central Ave. and San Bemardmo St. Owner. City of Montclair Contact: Mr. Steve Stanton Address: 51 1 1 Benito Street, Montclair, CA 91763 Telephone: 909.625,949-4 Fax, 909.621.1584 F mail: sstanton@cityafmontclair.org Contract Date: November, 2015 Completed Date: May, 2016 Contract Value: $2o6,906.00 End Value: $209,429.03 FTMJob No: FI 5-12 OwnerJob No.:14-679914-6800 Job Location: Santa Ana, CA Description of Work: New Traffic Signal on Newhope Street and Camille Street (6799) Traffic Signal Modification on Newhope Street and Camille Street (6800) Owner: City of Santa Ana Contact: Mr. Victor So Address: 20 Civic Center Flaza — M-22 Santa Ana, Ca 92702 Telephone: 714-647-5076 Fax: 714.647.5258 .mail: vso@santa-ana.org Contract Date: February, 201 5 Completed Date: May, 2017 Contract Value:$373,973,00 F-iml Value: $369,38615 I I M Job No: F15-1 3 Owner Job No.: 1070115-0081 Job Location: Fell Gardens, CA Description of Work: Keplacement of Internally Illuminated Street Name Signs Owner: City of Bell Gardens Contact: Mr. Jerome Joaquin Address: 8327 Garfield Ave. Bell Gardens, CA 90201 Telephone: 67 6.657,7000 Fax: 626.6576000 r_mailjoaquin@agi.com.co Contract Date: March, 2015 Completed Date: May, 2016 Contract Value: $327,027.00 End Value: $331,187A5 FTM Job No: F15-14OwnerJo6No.:2015-05Jo6Location:IZosemead, CA Description of Work: Garvey Avenue -Highway Safety Froject Ownen City of Kosemead Contact: Mr. Sean Sullivan Address: 8838 lf_. Valley Blvd. Rosemead, CA 91770 Telephone: 626.56911 17 Fax: Email: ssullivan@cityofrosemead.org Contract Date: October, 2015 Completed Date: July, 201 6 Contract Value: $479,07900 F.d Value: $519,266.00 Attachment B - Page 57 of 67 PTM General Enaineerine Services, Inc. Jobs References 2015 PTM Jo6 No: P15-15 OwnerJo6 Na: oroo17Je6 Location: Wildnmar CA Description of Work: Clinton Keith Koad/Hidden Springs }zd. Tmffic5ignaI Sout66ound Left Tum Modification Owner: City of Wildomar Contact: Mr. Matt Bennett Address: 23873 Clinton Keith Rd. 82o 1 Wildoma , CA 92595 Telephone: 951.677.7751 Fax:95t.6981463]=mail: m6nnncuowildomar.org Contract Date: December, 2013 Completed Date: December, 2015 Contract Value:$35935.00 End Value: $56, 110.00 PTM Job No: P15-16 OwnerJo6 No.: None Jo6 Location: Irwindale, CA Description of Work: Traffic Signal Improvement at Longden Avenue and Myrtle Avenue Owner. City of Irwindale Contact: Mr. Francisco Carillo Address: 5050 N. Irwindale Ave. Irwindale, CA 91706 Telephone: 626.430.2210 Fax: 62 6.+302295 Email: fcarrillooci.irwindale.ca.us Contract Date: May, 201 6 Completed Date: June, 2017 Contract Value:$218,312.00 End Value: $267,417.29 FTM Jo6 No: P15-17 OwnerJo6 No.: CC -1485 JA Location: Huntington Beach, CA Description of Work: Bolsa Chica St. at Bolsa Ave. Traffic signal Modification. Owner. City of Huntington Beach Contact: Mr. John Griffin Address: 2000 N. Main St. Huntington Beach, Ca 92648 Telepbone:714.375.501 I Fax:714.536.520` F mail: jgriffinosurfcity-69.orge Contract Date: February, 2016 Completed Date: January, 2017 Contract Value: $130,105-00 End Value; $135,73596 PT'M Job No: P 15-18 Owner Jo6 No.: o5-1 62804 J06 Location: San Luis 06ispo, Santa Bar6ara and Santa Cruz Counties, CA Description of Work: Modify signals, install countdown and accessible pedestrian signals Owner: Caltrans Contact: Lilian Bennetzen Address: 2053 Presiker Lane, Ste. E Santa Maria, Ca 93534 Telephone; 805.441.6935 Fax: 805-92 2.2-51 1 Email: Illian.6ennetzen9dot.ca.gov Contract Date: May, 201 6 Completed Date: April, 2017 Contract Value:$ 1,086,896.00 End Value; $1112,947.27 PTM Jo6 No: F15-19 OwnerJo6 No•: 9659 J06 Location: Paramount, CA Description of Work: Lighting Improvements at All American Park Ownen, City of Paramount Contact: Sarah Ho Address 1530o Downey Ave. Pammount,CA90723 Telephone; 562.220.2157 1 a�- 562.220.2105 Email: shooparamountcity,com Contract Date: April, 2016 Completed Date:. March, 2017 Contract Value:$ 119,911.00 End Value:$ 195,836.00 Attachment B - Page 58 of 67 rTA4 General Eneineerino Services, Inc. Jobs References 2015 FTM Jeb No F 15-20 Owner Job No.; SF -393 1 Jo6 Location: Orange, CA Description of Work: Taft Library & Fire Station #3 Fiber Optic Cable Installation Project Owner. City of Orange Contact: Matthew Lorenzen Address: 30o E. Chapman Ave. Orange, Ca 92866 Telephone: 714.744.5566 Fax: 714.744.5573 F:mail: mlorenzem(@cityoforange.com Contract Date: April, 20I 6 Completed Date: December, 7016 Contract Value:$218,612,00 F.nd Value:$ 210.942.40 FTM Job No: 1`15-71 OwnerJo6 No.: 07-297204 Jo6 Location: Lynwood & Faramount, CA Description of Work: For Construction on State Highway in Los Angeles County in Lynwood and Faramount at Route 105/710 Separation Owner. Caltrans Contact: [dear Herrera Address: 187305, Wilmington Ave. Ste. 103 Rancho Dominguez, Ca 90220 Telephone: 310.609.0264 ext. 251 Fax: Email: edgacherrera@dot.ca.gov Contract Date: 5eptem6ev, 2015 Completed Date: In progress Contract Value! $3,199,199,00 End Value: In Frogress FTM Jo6 No: F1 5-72 OwnerJo6 NO. : N/A Jo6 Location: Rolling Hills, CA Description of Work: Traffic Signal Modification on Falos Verdes Dr. N. & Rolling (-fills Rd./Fortuguese bend Rd. Owner: City of Rolling Hills Contact: Ms. Hope Nolan Address: 4045 Falos Verdes Dr. N. Rolling Hills (=states, Ca 90274 Telephone: 310.377.15771=xt. 107 Fax: 310.377.4468 F mail: hopen@rolling6illsestate.ca.gov Contract Date: July, 2016 Completed Date: July, 2017 Contract Value: $199,89900 End Value: 235,507.62 FTMJo6 No: F 15-23 OwnerJob No.: tot 5-o6-1 bJo6 Location: Claremont, CA Description of Work: Traffic Signal Modification at base LineRoad and Monte Vista Avenue Owner: City of Claremont Contact: Mr. Vince Ramos Address: 207 Harvard Ave. Claremont, CA 9171 1 Telephone: 909399.5465 Fax: 9o9399.5492 F mail: vrsmos@ci.claremont.ca.us Contract Date: February, 2016 Completed Date: March, 2016 Contract Value: $17,007.00 r nd Value: $17,007.00 FTM Job NO; F15-24OwnerJobNo.:T5-1602 Jo6Location: Indio, CA Description of Work: Jefferson Street at Dunbar Drive Traffic Signal Owner: City of Indio Contact: E-ric Wreck Address: 1 oo Civic Center Mall, Indio, CA 92.201 Telephone: 760.675J 836 Fax: 760.391.6429 E-mail; eweck9mclio.org Contract Dake: May, 2016 Completed Dake: December, 2016. Contract Value:$251,132.00 End Value:$212,022,00 Attachment B - Page 59 of 67 IPTM General Enoineerina services, Inc. Jobs References 2014 PTM Jo6 No: F 14-o, Owner Jeb Nom: 5PE C 2o5 jobLocation; mali6u; CA Description of Work; Rte. I Pacific Coast Hig6a3 Intersection Improvements Owner: City of Malibu Contact: Mr. Arthur Ala djadjian Address: 23825 Stuart Ranch Road CitV5tate: Malibu, CA Telephone: (310) +56-zt89 Fax No.: (310)317-0950 Contract Date: February, 2013 Completed Date: August, 2014 Contract Value:$149,049.00 Fnd Value:$208,832.31 FTM Job No:P14-o2 OwnerJA No, 12A1522EA12-ON1014 Job Location: Huntington Beach, CA Description of Work: Remove Section of If Median Island and Reconstruct Median Nose at Rte.39at Chrysler. Owner. Department of Transportation Contact: Mr. Dank Thai, FE .Address: 1727 3o6 Street Citq/5tate: Sacramento, CA 9581 6 Telephone: (91 6)227-6000 Fax No.: (91 6)227-6155 Email: danh.thai@dot.ca.gov Contract Date: February, 2014 Completed Date: Decem6er, 2014 Contract Value: $ 57,576.00 E_nd Value: $55,57560 FTMJo6 No: F,9=o3 OwnerJo6 No.: 8950 Job Location, San Marino, CA Description of Work: Traffic Calming Project at Oak Knoll & Monterey Road. Owner: City of San Marino Contact: Mr. Chuck Richey, Project Manager Address: 2200 Huntington Drive City/State: San Marino, CA91 108 Telephone: (626)300-0793 Fax No.: (626)300-0709 r mail: cityofsanmarino.org Contract Date: March, 201 3 Completed Date: Decem6er, 2014 Contract Value:$92,599.00 End Value:$92,599.56 FTM Jo6 No: F 14 04 Owner Job No.: CIF 331202, Bid Nc.1-1-1006 Job Location: Irvine, CA Description of Work: Northbound On -Ramp Traffic Signals Improvement atWarnerAve. & Jam6oree Rd. Owner. City of Irvine Contact: Mr. Darrell Hartman Address: One Civic Center Drive OV5tate: Irvine, CA 92623 Telephone: (9+9)77+-6000Fax No, (949)725-7556 Email: dhertman@irvine.ca.us Contract Date: April, 2.014 Completed Date: June, 2015 Contract Value; $1-55,06+.00 End Value: $435,064.43 FTM Jo6 No: P14-05 OwnerJob No.: 227-58069, SR25L-5070 (028) Jo6 Location: Femora, CA Description of Work: Traffic Modification at Lexington from Garet' to White Ave. Owner: City of Fomona Contact: Mr. Ron Chan, FE Address:. 5o5 5_ Garet' Ave. Citi. /State: Femora, CA 91769 Telephone: (9o9)62o-2261 Fax No.: (909)620-2269 Email: Ronald_ changci.pomoma.ca.us Contract Date:- March 2014 Completed Date: Octo6cr, 201 5 Contract Value:$571,209.00 End Value: $571,209.22 Attachment B - Page 60 of 67 PTA General Eneineerine Services, Inc. Jobs References 2CU FTM Jo6 No: F 14-o6 OwnerJA No:41 8-7 3 3 7 1 Job Location: Murrieta, CA Description of Work: Pedestrian Safety Enhancement Project Pkase II Owner: City of Murrieta Contact: Mr. Brian Stepkenson, FF. Address: 1 Town Center Square City/State: Murrieta, CA9256z Telephone: (951)461-6070 Fax No.; (909)461-6049 )_.mail: 6stepkenson@murrieta.org Contract Date: April, 2014 Completed Date: Octo6er,2014 Contractvalue: $183'55 1.00 End Value: $ 167,276-Z5 FTM Jo6 No: P14-07 Owner Jo6 No.: 134-27 Job Location: Orange, CA Description of Work; Drainage and Street Improvement at Vista Ridge Drive. Owner. City of Orange Contact; Mr. Matthew Lorenzen, Project Manager Address: 300 E. Chapman OV,5tate; Orange, CA 92866 Telephone: (714)744-5553 Fax No,: (71+)74+-5573 Email: mlorcnze c@cityoforange.org Contract Date; April, 2014 Completed Date: Sept., 2014 Contract Value: $105,187-00 End Value: $100,6 3+71 FTM Jo6 No: F14-08 OwnerJo6 No.: C4-oo55 Jo6 Location: County of Kiverside, CA Description of Work: Traffic Signal Lighting Froject in the Community of Franck Valley Briggs Rd. on Board Rd. Owner. County of Riverside Contact: Mr. Joel Jimenez, Project Manager Address:3325 1+"5treet City/State: Riverside,CA92504 Telepkonc: (951)955-1537 Fax No.: (951)955-3 1 64 F,mail:jrjimenez@rtlma.org Contract Date: April,ZO14 Completed Date: Feb., 2015 Contract Value: $179,132.00 End Value: $179,1 32.3 1 FTM Jo6 No: F 14-o9 Owner Jo6 No.: City Froject No.15-zo Job Location: Costa Mesa, CA Description of Work: Illuminated Crosswalk Project Placentia Ave, at 2O'h St. Owner. city of Costa Mesa Contact: Mr. Thomas banks, FE Address: 77 Fair Drive City/State: Costa Mesa, CA 92628 Telepkone: (714)754-5355 Fax No.: (714)754-5028 Email: tom.6an69co5tame5aca.gov Contract Date: June, 2014 Completed Date: In Progress , Contract Value: $130,990.00 End Value: $15+,753-76 FTM Jo6 No: F14 -I 1 OwnerJo6 No.: City project No. 13-13, Federal Froject No. H5]FL-5312 (085) Jo6 Location: Costa Mesa, CA Description of Work: Traffic Signal Modificat �ion Sun Flower Ave. at Anton Blvd. Owner, Crty of Costa Mesa Contact: Mr.atnomas Banks, FE, Address: 77 Fair Drive Citg/State: Costa Mesa, CA 92628 Telepkone: (714)754-5355 Fax No.: (714)754-5028 Email: tom.banks@costamesaca.gov Contract Date: May, 2014 Completed Date: In progress Contract Value: $238,823.00 End Value: $256,200.00 Attachment B - Page 61 of 67 vlAt General Engineerina services, Inc. Jobs References 2CU FTM Job No: P 14-I 2 OwnerJob No.: 3-K-1 3 Job Location: La Habra, CA Description of Work: Annual Sidewalk and Wheelchair Improvement Project at Various Locations. Owner: City of La Habra Contact: Mr. ChristopherJohansen, Project Manager Address- 201 F. La Habra Drive Cit5/5tate: La }labra, CA 90631 Telephone; (562)383-4151 r.xN..:(562)385--t+76F-mail:engincering@laka6raca.gov Contract Date: May, 2014 Completed Date: December, 2014 Contract Value;$182,383.00 F,nd Value; $182,582.60 PTM job No: P19=13 OwnerJob No: None Job Location: Stanton, CA Description of Work: Traffic Signal Improvements at Fjeach Blvd. & Village Ctc Drive. Owner: City of Stanton Contact: Ms. Stephanie Camorlinga, Eng. Asst. Address: 7800 Katella Avenue City/State: Stanton, CA 90680 Telephone; (7 14)890.4204 Fax No, (714)890-1443 Emailz scamorlinga@ci.stanton.ca.us Contract Date: June, 2014 Completed Date: In Progress Contract Value:$388,886.00 Fnd Value: $+46,168,2+ PTM Job No: P 14 14 Owner Job No.: Project No. 1 1-354 C)P 8438 Job Location: Murrieta, CA Description of Work: Traffic signal Installation at Alta Murrieta & Whitewood. Owner. City of Murrieta Contact: Mr. Brian Stephenson, FU - Address: I Town Center59uare City/5tate; Murrieta, CA92562 Telephone: (951)9-61-6070 Fax No.: (909)461-6049 Email: bstephenson@murHeta.org Contract Date: August, 2014 Completed Date: June, 2015 Contract Value: $248,951.00 rnd Value: $248,951.03 FTM Job No: F14-15 Owner Job No.: C2M 14-39 Job Location: Alhambra, CA Description of Work:TrafRc Signal and Highway Safety Lighting System at Garfield Ave. &Talmage burke Way. Owner: City of Alhambra Contact: Ms, Amanda Dtel Address:''' SouthFfirst Street City/5tate:Alham6ra,CA92562 Telephone: (626)570-5062 Fax No, (626)458-4201 F mail: aeite @cityofa hambra.org Contract Date: July, 2014. Completed Date: May, 2015 Contract Value: $106,757.00 r-nd Value: $166,757-00 FTM Job No: P14-16 OwnerJob No, 21242} [=ellen l No. 1-15IPL-535I (c)? 3) Job Location: Pico Rivera, CA Description of Work: Traffic Signal Safety Improvements Owner: City of rico Rivera Contact: Mr. Jose Loera Address: 661 5 Prisons Blvd. City/5tate: Pico Rivera, Ca 92503 Telephone: (562)801-4350 Fax No•: (562)949-7506 F mafl:jloera@picorivera.org Contract Date: June/2014 Completed Date: August 2014 Contract Val ue:$1,937,510.68 End Value:$ 1,937,510,68 Attachment B - Page 62 of 67 PTA General Enaineering services, Inc. Jobs References 2074 rTM Job No: F19=,7 OwnerJo6 No.: 14-041 Jeb Location; MoreneValiey, CA Description of Work; Mall Stop Enhancements Froject in Moreno Valleq. Owner: Riverside Transit AgCncy (RT/60 Contact: Mr. Andrew Frost Address: 1 825 Third 5t. City/5tate: Riverside, CA 9Z507 Telephone: (950565-5 Fax No.: (951)565-5191 F mail: afrsotgriversidetransit.com Contract Date: 5eptem6er, 2014 Completed Date: August, 2014 Contract Value:$599,662.00 F nd Value:$ 596,662.85 rTM Job No: F 14-18 Owner Job No.: 227-56070 Jeb Location: Femora, CA Description of Work: Traffic Signal roles Relocation at Fairplex Drive. Owner. City of Pomona Contact: Mr. Ron Chan, Fe. Address: 505 5_ Garet' Ave. City/5tate: Pomona, CA 91769 Telephone: (909620-2261 Fax No.: (909620-2269 Emailt Ronald_changci.pomoma.ca.us Contract Date: Novemher, 2014 Completed Date: April, 2015 ContractValue: $15,654.00 rnd Value; $15,854.00 Attachment B - Page 63 of 67 PTM General Enaineering Services, Inc. Jobs References 2073 FTMJob No: F13-01 OwnerJob No.: C2-0151 Job Location:Thouaand Palms, CA Description of Work: Traffic jignal and Lighting Project(g) Ramona Road & Monterrey Ave. C9 Serra Del 501. Ownen County of Riverside Contact: Mr. Joel Jimenez/Project Manager Address: 3j29105t—t OtV5tate:Riverside, CA 92501 Telephone: (951) 955-6780 Fax No.; (951) 955-3464 )=mail J jimenez@rtlma.org Contract Date: April, 2013 Completed Date: December, 2013 Contract Value:$244,021.60 End Value:$ W6,+5 1-70 FTM Job No: F13-02 Owner Job No.:41063 Job Location: Redlands, CA Description of Work: Pedestrian Safety Improvements at Redlands, Cope & Mckinly. Owner. City of Redlands Contact: Mr. Jason Montgomery/F)= Address: 35 Cajon 5t.5uite4 City/,5tate: Redlands, CA 92373 Telephone: (909)798-7584 F.xt. 5 Fax No.: (909)7987670 F,mail:jmontgomery@citgofredlands.org Contract Date: April, 2013 Completed Date: Octo6ep 2013 Contract Value:$39,760.00 End Value: $39,760.08 FTM Job No: F 13-03 OwnerJob No.: Contract No.12A475 Job Location:Orange County, CA Description of Work: Upgrade Traffic Signals and Related F lectrical Components atBolsa Chica State Road. Owner: Department of Transportation Contact: Mr. Dakin Tha%FF_ Address: 1727 30"h,5treet City/State:jacramento, CA 951 86 Telephone: (91 6)227-6000 Fax No.: (916)277-61 551—mail: danh.thai@dot.ca.gcv Contract Date: February, 201 3 Completed Dater December, 2014 Contract Value: $ 134,884.00 r nd Value: $ 134,884.38 FTM Job No: P.1 3-04 Owner Job No.: None Job Location: Inglewood, CA Description of Work: Traffic Signal Modification Project at Crenshaw BIVd. & 104th St. Owner. City of Inglewood Contact: Mr. Alan May 1`17 - Address! One Manchester Blvd. Citg/5tate: Inglewood, CA 9o3o I Telephone: (3 10)412-5333Fax No.: (3 10)+12-5552 r mail: amai@cityofinglewood.org Contract Date: April, 2013Completed Date: In Progress Contract Value:$ 164,030.00 F nd Value: $161,380.1 3 FTM Job No: F13-05 Owner Job No.:7125 Job Location: Garden Greve, CA Description of Work: Traffic5:gnal Installation and Modifications at Various Locations, Owner. City of Garden Grove Contact: Mr. M, Dai C• Vu, FI— Address: 1 1222 Acacia Parkway Citv5tate: Garden Grove, CA 92840 Telephone: (714)741-5189 Fax No.: (714')741-5578 Finail: daiv@ci.garden-grove.ca.us Contract Date: March, 2013 Completed Date: December, 2013 Contract Value:$575,798.00 End Value:$575-798.00 Attachment B - Page 64 of 67 PTM General Engineering Services, Inc. Jobs References 2013 PTM Jo6 No: P 13-06 OwnerJo6 No.:41$-73371 Federal Froject Id. HSIPL-5070(025) J06 Location: Pomona, CA Description of Work: Intersection Reconfiguration at Monroe St. & Orange. Owner: City of Pomona Contact: Mr. Ati FAardari, FF Address: 505 South Garet' Ave Civstate: Pomona, CA 9 1769 Telephone: (909)620-2261 Fax No, (909)620-2278 F mail: adm@cityofpomona.com Contract Date: May,2013 Completed Date: December, 2013 Contract Value: $122,392.00 F nd Value: $122,06 1.00 FTM Jo6 No: P13 -O7 OwnerJo6 Noa 61095. Jo6 Locatiom. Placentia, CA Description of Work: Intersection Improvement Froject at Rose Dr. Ft' Yor6a Linda. Owner: City of Flacentia Contact: Mr. Michael McConAa Address: 401 L. Chapman City/state: Placentia, CA92870 Telep6one: (714)993-81 17 Fax No, (714)528-4640 ]_mail: administration@placentia.org Contract Date: April, 2013 Completed Date: Decem6e , 2015 Contract Value: $124,53343 F.nd Value: $124,53343 PTM Jo6 No: FI 3-08 OwnerJA No.: CS -0192 J06 Locatiom Vernon,CA Description of Work: Pedestrian Countdown Head Replacement Froject Owner: City of Vemon Contact: Mr. Samuel Wilson Addre55:4305 Santa Fe Avenue Cit,5/5tate: Vernon, CA 9oo58 Telephone: (3Z3) 563-881 1 Ext: 215 Fax No, (3Z3)626-1435 Email! kwilson@ci.vernon.ca.us Contract Date: May, 2013 Completed Date: Januar3,2014 Contract Value:$6+,117.00 Fnd Value: $84,116.68 FTMJo6 No: F13-09 OwnerJo6 No. 12-6760; Federal Project No. HSIPL-5063(141) Jo6 Location: ,Santa Ana, CA Description of Work: Traffic signal Modification at McFadden & Lyon. Owner: City of Santa Ana Contact: Mr. Edward Tomes, Assistant Engineer Address: 7o Civic Center Plaza CfWState: Santa Ana, CA 92701 Telep6ne: (714)647-568o Fax No.: 714.647.5058 Email: etorees@santa-ana.org Contract Date: May, 2013 .Completed Date: July, 7014 Contract Value: $285,420.00 End Value: $289,338.00 FTM Jo6 No: r13-1 O OwaerJo6 No. CIF 5548 JAL -cation: Hemet, CA Description of Work: Safe Routes to ,School Project Owner. Citgof Hemet Contact: Mr. Steve Latino, PF. Addre55:445 Fast Florida Avenue City/State: Hemet, CA 92543 Telephone: (951)765-2348 Fax No•: (951)765-239-9 F.mail: Slatino@citgof6emet.org Contract Date: Sept., 2014 Completed Date: November, 2014 Contract Value: $9,575.50 End Value: $9,57550 Attachment B - Page 65 of 67 PTA General Engineerino services, Inc. Jobs References 2013 FTM Job No: f 13-1 1 OwnerJo6 No. None Joie Location: Riverside, CA Description of Work: Traffic Signal and Lighting Frojectat Cajalco Rd. &Alexanders St. in Mead Valley. Owner County of Riverside City of Contact: Mr, Joel Jimenez, Froject Managed Address: 3525 1.0 St. Cit,445tate: Riverside, CA 925001 Telephone: (951) 955-6780 Fax No.: (951) 955-3464F,mail:jr imenez@rtlma.org Contract Date: December, 2013 Completed Date: July, 2014 Contract Value:$334,886.00 F,nd Value: $329,121.'93 FTM Jeb No: F13-13 OwnerJo6 No.: FSFL 5358Jo6 Location: Rosemead, CA Description of Work: intersection Improvement Projects at Hellman & San Gahriel. Owner: City of Rosemead Contact: Mr. Rafael Fajardo, Pi= Address: 88381 --Valley Blvd. City/State: Rosemead, CA 91770 Telephone: 626.569.2100 Fax No, 626.307.921 8 E-mail, rfajardo(9cityofrosemead.org Contract Date: May, 201 3 Completed Date: December, 2013 Contract Value: $482,024.30 End Value: $458,742.80 FTMJo6No:F13-14 Owner Job No, Contract No.07A3421 (074T4904) Job Location: Les Angelea, CA Description of Work: F Iectrical Owner: Department of Transportation Contact: Mr. Javier Guzman, FE Address: 1727 30t6 Street Citv5tate: Sacramento, CA 9518 6 Telephone: (916)227-6000 Fax No, (916)227-6155 Fmail:javierbguzman@gmail.com Contract Date: June, 2013 Completed Date: March, 2015 Contract Value: $203,131.00 F,nd Value; $194.895.09 FTM Job No: F 13-15 Owner Job No.: Contract No. o7A3409 (074T610+) Job Location: Los Angeles, CA Description of Work: Electrical Highway Lighting. Owner: Department of Transportation Contact: Mr. Mike Fardoun, FE. Address: 172730th Street City/State: Sacramento, CA 95186 Telephone; 626.339T 601 r—xt: 1 19 Fax No.: (9 16)227-61.55 retail: mike.fardoun@dot.ca.gov Contract Date: June, 2014 Completed Date: Jan, 201 5 Contract Value:$76,000.00 F,nd Value: $26,000.00 FTM Jos No: F13-16 OwnerJo6 No.: Federal Frojeet N.. HSIFL-5360(012) Job Location: Lawndale, CA Description of Work: Traffic, Signal Modification at Beach & Firmona Ave. Owner: City of Lawndale Contact: Mr. Miguel Alvarez, FF Address: 14717 Burin Avenue City/State: Lawndale, CA 90260 Telephone: (310)973-3265 Fax No, (310)644 -4556E -mail: malvarez@lawndalecity.org Contract Date: June, 2013 Completed Date: May, 2014 Contract Value: $ 160,990.00 F,nd Value: $160J90. 1 6 Attachment B - Page 66 of 67 IPTA4 General Engineering services, Inc. Jobs References 2013 PTM Jeb Ne: F i 3-17 Owner Jeb NO.: Nene Job Locatiom Duarte, CA Description of Work Traffic Signal and Intersection Improvements Project at Nuntington Dr. at Pops Rd. Owner: City of Duarte Contact: Mr. Rafael Casillas, Fr— Address: EAddress: 1 600 Huntington Drive CitV5tats: Duarte, CA 91010 Telephone: (626)357-7931 Fax No.: (626)358-0018 E-mail: rcasias@accessduarte.com Contract Date: June, 2013 Completed Date: May, 2014 Contract Value: $513,677.00 End Value: $313,676.92 FTM Jeb No: F13-18 OwnerJob No, 13-365, CIF NO. 643o Job Location: Murrieta, CA Description of Work: Rectangular Flashing Beacon Installation at Nutmeg St. and St. Ralph Dr. Owner: City of (Murrieta Contact: Mr. Brian Stephenson, FF Address: 1 Town Square City/5tate: Murrieta; CA 92562 Telephone: (951)304.2489 Ext: 6239 Fax No• (95 1)304.2489 Email: bstephenson@murrieta.org Contract Date: August, 201 3 Completed Date: March, 2014 Contract Value:$30,899.00 End Value: $30,889.00 FTM Job No: F13-19 Owner Job No : None Job Location: Riverside, CA Description of Work: Bus Shelter Project at Fast Vale and Mead Valley. Owner: Riverside Transit /4,gency Contact: Mr. Andrew Frost, Project Manager Address: 1 825 Third Street City/5tate: Riverside, CA 92517 Telephone: (951)565-5000 Fax No.: (951)565-5001 E-mail: afrost(griversidetransit.com Contract Date: June, 2015 Completed Date: November, 2013 Contract Value: $66;+56.00 End Value: $66,456.00 PTM Jeb Ne: F, 3-20 OwnerJob No.: 71 s Job Location: N—A, CA Description of Work pedestrian Crossing Improvements at RoseeransAve. at CrossdaleAve. Owner. City of Norwalk Contact: Mr, Randy Nillman, Fro)ect Manager Address: 12700 Norwalk Blvd. Citty/5tate: Norwalk, CA 90651 Telephone: (562)929-5700 Fax No.: (562)929-5773 Finail: rhillman@norwalkca.gov Contract Date: July, 2013 Completed Date: December, 2013 Contract value:$4o,548.00 End Value:$40,59-8.00 FTM Job No: F1 3-21 Owner Job No.: 61 1 14 Job Location: Orange, CA Description of Work Safe Routes to School at Monroe5t. Owner. City of Placentia Contact: Mr. Michael McConaha, Project Manager A8dress:4ot E. Chapman Ave. Cif5/5tate: Placentia, CA 92870 Telephone: (714)993-8171 Fax No, (714)528�t640 Email: administration@placentia.org Contract Date: July, 2013 Completed Date:. December, 2013 Contract Value:$97,699.00 End Value: $123,324.00 Attachment B - Page 67 of 67