Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Flatiron Electric Group, Inc. - 2015-03-16
CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION DATE: 4/11 /2016 TO: THOSE LISTED HEREON FROM: David Verone, PW Contract Administrator r SUBJECT: Retention Release Payment - PO #20932 OJ Supplier #91795 Co. #995 Traffic Signals at Magnoliallorktown & Bushard/Adams, Project # CC 1464 Contractor's Name: Flatiron Electrical Group Address: 7911-A Pine Avenue City, State and Zip Code: Chino, CA 91708 Phone Number: 714 228-9631 City Business License Number: A292716 Notice of Completion (Date by City Clerk): 12/22/2015 The conformed copy of the Notice of Completion for the above contract has been filed. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. I certify that no stop notices are on file. l3 ZDl �� Date T I certify that there are no outstanding invoices on file. '), (1b Date Dpkins, Director of Public Works Joyce Zacks, Dep City Treasurer I certify that no stop notices are on file, and that a guaranty bond has been filed with the City Clerk's Office. Date 06� i.MM41 .-44 /A� �irgrw i��, City Clerk Attachments 1. Certificate of Compliance with Prevailing Wage Laws 2. Contractor's Certificate 3. Certificate of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 4. Consent for Release letter from the Surety Company 5. Maintenance Bond 6. Notice of Completion E� -City of Huntington Beach ANT I NATO Travis K. Hopkins, PE Director Mr. Tim McGuire Flatiron Electric Group, Inc. 7911-A Pine Avenue Chino, CA 91708 Department of Public Works (714) 536-5431 May 3, 2016 Subject Stop Notices - Traffic signals at Magnolia/Yorktown & Bushard/Adams Cash Contract 1464 Dear Mr. McGuire Please find attached the stop notice that was sent to our office on 2/1/16. Due to this notice I am forced to hold up the retention payment. This payment will be processed upon confirmation of the stop notices being released. Please send me a copy of the release once you attain it and I will process the retention payment Should you have any questions or concerns regarding the stop notice or other required documents, please telephone me at (714) 375-8471. Very truly yours, David Verone Contract Administrator Enclosures cc: CC 1464 "Stop Notice." (i:\CO1ti'I RI C"E [�1Z ('t? 't'RlC`I;S (CCS)\CC1464 ;4DANIS-Ut SIIRI:I) & N1A(:;.NOLIA-YORKTOWN SIGN A1.!�\CON�'iE:Eii 1-I0W:ORR17SP*1STOP NOTR G LETTER TO COVVR 1,('TOR.C)OC\ Stop Payment Notice CALIFORNIA CIVIL CODE SECTION 8044 NOTICE TO: CITY OF HUNTINGTON BEACH, 2000 MAIN STREET, HUNTINGTON BEACH, CA 92648 (If Private Job - File with responsible officer or person at office or branch of construction lender administering the construction funds or with the owner - CIVIL CODE SECTIONS 8500 - 8560) (If Public Job - file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract - CIVIL CODE SECTIONS 9350 - 9510) Direct Contractor: FLATIRON ELECTRIC GROUP, INC. 7911 PINE AVE STE. A, CHINO , CA 91708 Sub Contractor (If Any): Owner or Public Body: CITY OF HUNTINGTON BEACH 2000 MAIN STREET, HUNTINGTON BEACH, CA 92648 Improvement known as TRAFFIC SIGNAL MODIFICATIONS AT MAGNOLIA STREET AND YORKTOWN AVE AND BUSHARD STREET AND ADAMS AVE, HUNTINGTON BEACH, CA CONTRACT CC-1464 County of ORANGE State of California. EBS GENERAL ENGINEERING INC Claimant, a CORPORATION furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is FLATIRON ELECTRIC GROUP INC The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was: LABOR, EQUIPMENT, AND PCC MATERIALS FOR STREET IMPROVEMENTS Total value of labor, service, equipment, or materials agreed to be furnished ................ $ 54,686.00 Total value of labor, service, equipment, or materials actually furnished is .................. $ 51,366.90 Credit for materials returned, if an $ 0.00 Amount paid on account, if any .............. $ 0.00 Amount due after deducting all just credits and offsets .......................................... $ 51,366.90 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 51,366.90 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 8532) is not attached. (Bond required with Stop Payment Notice served on construction lender on private jobs - bond not required on public jobs or on Stop Payment Notice served on owner on private jobs) Date: 01/26/2016 Name of Claimant: EBS GENERAL ENGINEERING INC By: -Z, VERIFICATION I, the undersigned, state: I am the PRESIDENT of the claimant named in the foregoing Stop Payment Notice; I have read said claim of Stop Payment Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on JANUARY 26 2016 at CORONA State of California. REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this Stop Payment Notice by reason of a payment bond having been recorded in accordance with Sections 8600, 8536 or 8542, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This information must be provided by you under Civil Code Section 8538. Signed: TO: NAME. RELEASE OF STOP PAYMENT NOTICE IN ITS ENTIRETY - PUBLIC WORKS (CA Civil Code §§ 8044, 5128, 9350 et seq.) PUBLIC ENTITY DIRECT CONTRACTOR CONSTRUCTION' LENDER, if any (CA Civ: Code §4 8036) (CA Civ. Code 9 8018) (CA Civ. Code y 80DG) City of Huntington Beach ADDRESS: 2000 Main Street Huntington Beach, CA 92648 THE UNDERSIGNED FRS General Enaineerin4 Inc. Flatiron Electric Group, Inc None Reported 7911-A Pine Ave Chino, CA 91708 (use name as printed on ceniractor's license), HEREBY ENTIRELY RELEASES AND FULLY DISCHARGES THE STOP PAYMENT NOTICE DATED January 26 2016 (date), WHICH WAS ATTHAT TIME IN THE AMOUNT OF S 51,366.90 AGAINST City of Huntington Beach AS THE OWNER OF THE WORK OF IMPROVEMENT OR THE PUBLIC ENTITY, OR (IF APPLICABLE) AGAINST Contractor. Flatiron Electric Group, Inc. AS DIRECT CONTRACTOR FOR THE WORK OF IMPROVEMENT LOCATED AT THE FOLLOWING ADDRESS OR SITE OTHERWISE DESCRIBED SUFFICIENTLY FOR IDENTIFICATION: Address: Magnolia Street and Yorktown Ave and Bushard Street and Adams Ave- Huntington Beach or Description: Traffic Signal Modifications Contract CC-1464 : 06/02/2016 DATE,- AVARRO # 2046333 RM c - Calllorniae Countyres Dct 21, 2017 NAME OF CLAIMANT: EBS GENERAL ENGINEERING INC (Firm Name) - Joseph Nand BY: (Siona[ure V Claimant or Authorized Agent) STATE OF CALIFORNIA COUNTY OF RIVERSIDE On JUNE 02 2016 (date), beiore me, JESSICA NAVARRO Notary Public (name and title of officer) Person ally appeared JOSEPH NANCI who proved to me on the basis of satisfactory evidence to be the person(s) wn0se name(s) is/are subscribed to the within instrument and ac't,nowledged to me that he!she!tney executed the same in his/her/their authorized capacify(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 PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Si tur 1115053 ------ ... . ...... ... .. Certification of Compliance with Title VII of the Civil Rights Act and Equal Em.pl oyrnerit Oppoi-ttinity Act of '1972 City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Emgloyment.Opportunity Act of 1912 Contract: ALAlb, L4_kot Project: YmA 01k� aud Ic C i h�tt IA 61M The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with title VII of the Civil Rights Act-, the 'Equal Opportunity Act of 1972 and Executive Order 11246, and has. not discriminated against any employee or applicant for employment because Of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. T . he undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the'bdsis of race, color; religion, sex, sexual Orientation, gender identity, national origin, age or disability (with the exception of access for the digablcd). 1 declare under penalty of Perjury under the laws of the State of California that the foregoing is true and correct. California. Executed this � day of FEMAAAM 20j�_, at tJ 0 (Contractor Name) APPROVED AS By: Michae , I E. Gates Cit�, Attorney I Certification of Compliance with Prevailing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Flunthigton Beach, CA 92648 Re: Certification of Compliance with Prevailing `Vage.Laws Contract: CC W. , 1 APT .I I. l.► ...� The undersigned contractor on the above -referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit equirenzents specified for each particular classification of work, as set forth in the wage=rate determinations of the State of California, Department of industrial Relation's, and/or the United States' Department of Labor.. I declare under ,penalty of perjury under the:laws of the State of California that the foregoing is true and correct. Executed this rjk� _day of 20_�_> at tM0 , California. (Contracior Alc{nze) vw� APPROVED.AS-TO:FORU By: �r-- Miohael E. Gates City Attorney 1 CONTRACTOR'S CERTIFICATE LW &AS ame of Dec lar state and certify that: l I�, �OY1� Qi) (`.�"j�l C is the general contractor to the. City of Huntington Beach ("City") on Contract No. C ND (the "Contract''). for the construction of the public work of iinprovemerit entitled: (the "Prof ect") 2. All worl< to be.performed,pursuant to the Contract has been completed in accordance with the Contract Documents (as such tern is defined in the Contract). Except for the claims listed below and the disputed claims listed in paragraph five (5), all persons supplyinglabor services, materials and equipment to the Project, including all P �J g clai ns against the contractor arising from the performance of the Contract; have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are, the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment fof use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold tiled pursuant to the Civil Code of the State of California (list all disputed claims; if no , Write "NONE"). NOW I declare ,cinder penalty of perjury under the laws of the State of California that the foregoing' is true and correct. Executed at tNA on this 5 . day of �—W&LNN4ZO Signature of 'Declaranl) APPROVED AS'I;0%l-OKI\4 <.- IU1.0%k&P6Mp 1 AS56i- Sit'11 -yr, Michael E. -Gates , ,t ktto,rney 1 RECEIVEfJ.BY: / A-1/1e11_9 ((Name) •. (Date) n CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City,Clerk DATE: SUBJECT: Bond Acceptance I have received the bonds for T �0 A C77e/C,, e s�Oce. 7,0 (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and, Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. MSC No. Other No. g:/forms/bond transmittal to treasurer =4 Approved 6 / (Council Approval Date) Agenda Item No. City Clerk Vault No. SIRE System ID No. Premium Amount: N/A, Included in the Performance & Payment Bond MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That Flatiron Electric Group, Inc. (contractors name) street address, city and state and zip as Principal (hereinafter called Contractor), end; Mutual Insurance Company . _ , _ . (surety's name) street address, city and state zip code) Bond No. 015048028-M a corporation organized and existing under the laws of the State of Massachusetts with Its principal office in the City of Boston as Surety (hereinafter called Surety), are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), to the amount of Five Hundred Twenty Five Thousand Two Hundred Twelve and 00/100 Dollars ($ 525,212.00------------------ ), equivalent to the entire contract amount including all orders, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, WHEREAS, Surety is a duly admitted surety insurer under the laws of the State of California; and Surety is certified and listed in the U.S. Oepartmenl of the Treasury Circular 570, and able to provide proof of bonding limitation shown in said circular Is sufficient to provide bonds In the amount required by said Contract; and Surely has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's, Slandard & Poor s, to validate that Surety has positive ratings of being secure or stable; and Surety Is registered and listed with the California Department of Insurance; and Contractor has by written agreement dated April 16 2015, entered into a contract Mill Ovmer fof Ihg Traffic Signal Modification & Interconnect Con uit I—d -- nstaltation at t—Fe Intersections of Adams Avenue; at 13ushard Street and Magnolia Street at Yorktown Avenue, Contract # 1464; Flatiron Project # 5425 In accordance Will drawings and specifications prepared by Director of Public works whlch contract Is by reference made a part hereof (hereinafter referred to as the Contract); and City Engineer of the City of Huntington Beach The Contract provides that the principal will guarantee, for a period of one year, the work performed as part of the Contract from and against all defects in materials and workmanship; and The Contract also provides that the Contractor shall secure Contractor's obligations during the one-year period with a bond executed by a surety duly admitted in the slate of California; and The Contract ties been completed, and the Ovmer, Contractor and Surety agree (hat the commencement date for this Guarantee and Bond shall be February 9 2016 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair and/or replace any and all defects arising In the Work, whether resulting from defective materials or defective workmanship, then tills obligation shall be null and void; otherwise it will remain In full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner, Whenever Contractor shall be, and dedered by Owner to be In default under the Contract, the Surety shall, within thirty (30) days following Ovrrters written notice of default, either; (a) remedy (lie default, or (b) shall promptly complete the Contract In accordance with Its terms and conditions. Surely shall save the 00ner harmless from any claims, judgments, liens or losses arising from Die Surety's failure to either remedy the default or to complete the Contract to accordance vrith its terms and conditions In a timely manner. 15-4594/118138 Whenever the Principal shall be, and declared by the Owner to be in default under the Contract, which shall include without limitation, any breach or default of the Contract, then, after written notice from the Owner to the Surety, as provided for below, the Surety shall either: (a) remedy the default or breach by the Principal: or (b) shall promptly and faithfully take charge of the Work and complete the Work in accordance with the requirements of the Contract with a contractor other than the Principal, at its own expense, and make available as work progresses sufficient funds to pay the cost of completion less the unpaid balance of the Contract Including other costs and damages for which the surety may be liable hereunder, provided, however, that the procedure by which the Surety undertakes to discharge Its obligations under this Bond shall be subject to the advance written approval of the Owner. Within thirty (30) days after Surety's receipt of a written notice from Owner of the failure of performance of the Contract by the Principal, it shall be the duty of the Surely to give to the Owner a notice, in uniting, of the Surety's election to (a) remedy the default(s) of the Principal promptly, or (b) arrange for performance of the Contract promptly by a contractor other than the Principal, time being of esaonce to this Bond, In said Nolite of Election, file Surety shall slate the date of commencement of its cure or remedy of the Principal's default(s) or its performance of the Contract. The Surety's obligations for cure or remedy, Include but are not limited to: correction of defedlive work and completion of the Contract, additional legal, design professional and delay costs arising from Surety's actions or failure to acl; and liquidated damages (or if no liquidated damages are specified In the Contract, actual damages caused by delayed performance or non-performance by the Principal), The Surety shall give prompt written notice to the Owner upon completion of the cure or remedy of the Principal's default(s) of Its performance of the Contract. If the .Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's defaults) of its performance of the Work within thirty (30) days after receipt of a written notice from Owner, Surety shall be deemed to be in default on this bond, and the owner shall be entitled to enforce any remedy available to Owner. No right of action shall accrue on this bond to or for the use of any person of corporation other than the owner named herein or. the successors of Owner, Signed and sealed this 9th day of February 20 16 Principal Raised Corporate Seal [MUST BE AFFIXED] Principal Raised Corporate Seal [MUST BE AFFIXED] Flatiron Electric Group, Inc. (Contractor Name) BY� (Seal) BNP'Ay- 1) t WAair�, pZs t S1 . SE e k-i (Title) Liber Mut al Insurance Company 7SU , .-... _. By: �• _ (Seal) Maria accini, Attorney -In -Fact APPROVED AS,TU+PRM:.- Ivores:, A4fchael E. Gates, City Attorney t Acknowledgments must be completed and relumed as part of the bond. �• �,; � 1/i1 a 2• Raised Corporate Seals are mandatory. 3. Please attach Power of Attorney. 154584A IS t38 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 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 San Bernardino On February 15, 2016 before me, Shawn R. Bradfield, Notary Public Date Here Insert Name and Title of the Officer (e.g., "Jane Doe, Notary Public") personally appeared Mark Dillard Name(s) of Signer(s) SHAWN R. BRADFIELD Commission * 2106710 = = Notary Public - California San Bernardino County My Comm. Expires May 9, 2019 who proved to me on the basis of satisfactory evidence to be the person whose nameW is/"a subscribed to the within instrument and acknowledged to me that he/sh /t P , executed the same in hisfiw4heir authorized capacity(ie, ), and that by his/her4kir 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. Signatur. (11 � � ,(,tl..� QJ L; Signature of Notary Public U OPTIONAL Though the information below is not required by lain, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Maintenance Bond Document Date: February 9, 2016 Number of Pages: Signer(s) Other Than Named Above: Maria L. Spadaccini, Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Mark Dillard ❑ Individual ❑ Corporate Officer — Title(s): Asst. Secretary ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Flatiron Electric Group, Inc. Signer Is Representing: g Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: r; F CORPORATE ACKNOWLEDGMENT Form 152 STATE OF NEW JERSEY COUNTY OF BERGEN On this 9th day of February , 2016 , before me personally came MARIA L. SPADACCINI to me known, who, being by me duly sworn, did depose and say that she/he resides in HAWTHORNE, NEW JERSEY that she/he is the ATTORNEY IN FACT of the LIBERTY MUTUAL INSURANCE COMPANY the corporation described in and which executed the above instrument that she/he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/his name thereto by like order. (SEAL) INotary Pudic for New Jersey My Commission Fxpves February 18, 2018 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7131398 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the.laws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and.by.authority herein set forth, does hereby name, constitute and appoint, Alice McLaughlin; Maria L. Spadaccini; Mary R. McKee; Nicholas F. Walsh; Sherryanne M. bePirro all of the city of Paramus state of NJ . each individually if there be more than one named, its true and lawful attorney-in4act to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any:and all undertakings, bonds,. recognizances and other. surety obligations, in.pursuance of these presents and shall be as binding upon the Companies as if they havebeen duly signed by the president and attested by secretary of the Companies in their own: proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer orofficial of thb Companies and.the corporate seals of the Companies have been affixed thereto this 5th day of October 2015 Pp0 CASG �1V INS& PO 4sup, PN wsuRq American Fire and Casualty Company 13 3�owOkarF q�` eo�okr��2c ����TFti�� �Q��r� �F The Ohio Casualty Insurance Company y z F o Q o Liberty Mutual Insurance Company am ¢ 1906 0 o 1919 n > 3 = 1912 a' W 1991 a West merican Insurance Company W * * By: a� > STATE OF PENNSYLVANIA ss David M. Care , Assistant Secretary C M COUNTY OF MONTGOMERY C On this Sth day of October 2015 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and v Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, �,W execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. d c 1N WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. O C. yP PAST COMMONWEALTH OF PENNSYLVANIA / 4- O Q� �MONWe4 FlNotarial Seal U' \ ' 1 / 44- , 4- M F y �= v Teresa Pastella, Notary Public By;/�� f�Q%O OF Plymouth Twp., Montgomery County Teresa Pastella, Notary Public FP My Commission Expires March 28, 2017 Member, Pennsylvania Association of Notaries Fly This Power of Attorney is made and executed pursuant to an by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance "Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: rod ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, I' O c acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective E ai 'powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so p p executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under " the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. io c . ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, > ` :and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, IZ seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as_ binding as if signed by he.president and attested by the secretary. Certificate of Designation —The Presideht:of. the Company, -acting pursuant to the Bylaws.of the. Company, authorizes David M. Carey, Assistant. Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of.the Company.to make, execute, seal, acknowledge and deliver as surety any. and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company s.Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certlfiedcopy of any power of.attomey issued by the Company in connection with.surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed I, Gregory W. Davenport, the undersigned, Assistant Secretary of American Fire and Casualty.Company, The Ohio Casualty Insurance Company Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. FEB U d 2016 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 20 3 0OCASGq�` eJP1� INS(//Dq � J�0- INSU94INS q_ �q da 1906 0 0 1919 > 1912 3 1991 By: a° o P� D W y a = Gregory W. Davenport, Assistant Secretary �/{gMPS'' � �ryp1AN' Q) C 3� O� ti E n O ro O c .O do rC-4 N V) Oop o v� F—O 323 of 500 LMS_12873_122013 Liberty Mutual SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2014 Assets Cash and Bank Deposits ......................................... $744,221,142 *Bonds —U.S Government ..................................... 1,718,117,704 *Other Bonds............................................................ 11,205,872,087 *Stocks..................................................................... 9,533,437,819 Real Estate.............................................................. 277,742,849 Agents' Balances or Uncollected Premiums........... 4,150,041,316 Accrued Interest and Rents ..................................... 129,261,358 Other Admitted Assets .............................................. 14,896,464.393 Total Admitted Assets ..................................... P42 fi55 15R fifiR Liabilities Unearned Premiums ................................................ $6,288,178,795 Reserve for Claims and Claims Expense ................. 16,879,324,618 Funds Held Under Reinsurance Treaties ................. 211,983,009 Reserve for Dividends to Policyholders .................. 1,246,547 Additional Statutory Reserve .................................. 40,877,587 Reserve for Commissions, Taxes and Other Liabilities ................................................ 2,664,248.124 Total................................................................. $26,085,858,680 Special Surplus Funds ................. $53,954,363 Capital Stock ............................... 10,000,000 Paid in Surplus ............................ 8,829,117,542 Unassigned Surplus ..................... 7,676,228,083 Surplus to Policyholders ............................... 16,569,299,988 Total Liabilities and Surplus ................................ 655.15R.fifiR * Bonds are stated at amortized or investment value; Stocks at Association Market Values. ' 1912 s The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the state of Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2014, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 20th day of March, 2015. Assistant Secretary S-1262LMIC/a 3/15 .�4 Stop Payment Notice s CALIFORNIA CIVIL CODE SECTION 8044 J I/` NOTICE TO CITY OF HUNTINGTON BEACH, 2000 MAIN STREET, HUNTINGTON BEACH, CA 92648 (If Private Job - File with responsible officer or person at office or branch of construction lender administering the construction funds or with the owner - CIVIL CODE SECTIONS 8500 - 8560) (If Public Job - file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract - CIVIL CODE SECTIONS 9350 - 9510) Direct Contractor FLATIRON ELECTRIC GROUP, INC 7911 PINE AVE STE A, CHINO, CA 91708 Sub Contractor (If Any) Owner or Public Body CITY OF HUNTINGTON BEACH 2000 MAIN STREET, HUNTINGTON BEACH, CA 92648 Improvement known as TRAFFIC SIGNAL MODIFICATIONS AT MAGNOLIA STREET AND YORKTOWN AVE AND BUSHARD STREET AND ADAMS AVE, HUNTINGTON BEACH, CA CONTRACT CC-1464 County of ORANGE EBS GENERAL ENGINEERING INC , State of California Claimant, a CORPORATION furnished certain labor, service, equipment or materials used in the above described work of improvement The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is FLATIRON ELECTRIC GROUP INC The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was LABOR. EQUIPMENT. AND PCC MATERIALS FOR STREET IMPROVEMENTS Total value of labor, service, equipment, or materials agreed to be furnished Total value of labor, service, equipment, or materials actually furnished is Credit for materials returned, if any $ 54,686 00 $ 51,366 90 $000 Amount paid on account, if any $ 0 00 Amount due after deducting all Just credits and offsets $ 51,366 90 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 51,366 90 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law A bond (CIVIL CODE SECTION 8532) is not attached (Bond required with Stop Payment Notice served on construction lender on private jobs - bond not required on public jobs or on Stop Payment Notice served on owner on private jobs) Date 01 /26/2016 Name of Claimant EBS GENERAL ENGINEERING INC By _ Z, VERIFICATION I, the undersigned, state 1 am the PRESIDENT of the claimant named in the foregoing Stop Payment Notice, I have read said claim of Stop Payment Notice and know the contents thereof, and I certify that the same is true of my own knowledge I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct Executed on JANUARY 26 2016 at CORONA / State of California L� REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an electron is made not to withhold funds pursuant to this Stop Payment Notice by reason of a payment bond having been recorded in accordance with Sections 8600, 8536 or 8542, please send notice of such electron and a copy of the bond within 30 days of such electron in the enclosed preaddressed stamped envelope to the address of the claimant shown above This information must be provided by you under Civil Code Section 8538 Signed ..* o - t rrl' ca o — M r°1 __ w PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY WHEN RECORDED MAIL TO CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Attn David Verone V) P 0 Box 190 — 2000 ain Street Huntington Beach, CA 92648 M Recorded to Official Records, Orange County Hugh Nguyen, Clerk -Recorder I 1E 111II II 11$ I II 1111 1�1� 111 tl� 1EII NO FEE *$ R 0 0 0 8 0 4 3 4 9 0$ 2015000644712 3:10 pm 12/22/15 65 405 NI 1 0000000.000 000000 00 0000 00 THIS SPACE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore awarded to Flatiron Electrical Group , who was the company thereon for doing the following work to -wit Traffic Signats at Magnolia/Yorktown & Bushard/Adams, Project # CC 1464 That said work was completed 12/17/2015 by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on 12/17/2015, per City Council Resolution No 2003-70 adopted October 6, 2003 That upon said contract Liberty Mutual Insurance Company, was surety for the bond given by the said company as required by law This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge 4/—_ /Z Director of Public Works or City Engineer Date City of Huntington Beach, California STATE OF CALIFORNIA) County of Orange ) ss City of Huntington Beach ) I, the undersigned, say I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION I have read said NOTICE OF COMPLETION and know the contents thereof, the same is true of my knowledge I declare under penalty of perjury that the foregoing is true and correct and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County This document is solely the official business of the City of Huntington Beach, as contemplated under Government code section 6103 and should be recorded free of charge — 1ZZ21 erector of Public Works or City Engineer Dane City of Huntington Beach, California THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY WHEN RECORDED MAIL TO CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Attn David Verone IND P O Box 190 — 2000 am Street Huntington Beach, CA 92648 THIS SPACE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore awarded to Flatiron Electrical Group , who was the company thereon for doing the following work to -wit Traffic Signals at Magnolia/Yorktown & Bushard/Adams, Project # CC 1464 That said work was completed 12/17/2015 by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on 12/17/2015, per City Council Resolution No 2003-70 adopted October 6, 2003 That upon said contract Liberty Mutual Insurance Company, was surety for the bond given by the said company as required by law This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge A��r� —Director of Public Works or City Engineer Date City of Huntington Beach, California STATE OF CALIFORNIA) County of Orange ) ss City of Huntington Beach ) I, the undersigned, say I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION I have read said NOTICE OF COMPLETION and know the contents thereof, the same is true of my knowledge I declare under penalty of perjury that the foregoing is true and correct, and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County This document is solely the official business of the City of Huntington Beach, as contemplated under Government code section 6103 and should be recorded free of charge erector of Public Works or City Engineer Date City of Huntington Beach, California THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) FEDERALLY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FLATIRON ELECTRIC GROUP, INC. FOR TRAFFIC SIGNAL MODIFICATION & INTERCONNECT CONDUIT INSTALLATION TABLE OF CONTENTS Page No. 1. STATE OF WORK; ACCEPTANCE OF RISK 1 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS 2 3. COMPENSATION 4 4. COMMENCEMENT OF PROJECT 4 5. TIME OF THE ESSENCE 4 6. CHANGES 5 7. NOTICE TO PROCEED 5 8. BONDS 6 9. WARRANTIES 6 10. INDEPENDENT CONTRACTOR 6 11. LIQUIDATED DAMAGES/DELAYS 7 12. DIFFERING SITE CONDITIONS 8 13. VARIATIONS IN ESTIMATED QUANTITIES 9 14. PROGRESS PAYMENTS 10 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES 11 16. AFFIDAVITS OF SATISFACTION OF CLAIMS 11 17. WAIVER OF CLAIMS 11 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS 11 19. WORKERS' COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE 12 20. INSURANCE 12 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS 13 22. NOTICE OF THIRD PARTY CLAIM 14 23. DEFAULT & TERMINATION 14 24. TERMINATION FOR CONVENIENCE 15 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS 15 26. NON -ASSIGNABILITY 16 27. CITY EMPLOYEES AND OFFICIALS 16 28. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS 16 29. NOTICES 16 30. SECTION HEADINGS 17 31. IMMIGRATION 17 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED 17 i FEDERALLY FUNDED CONSTRUCTION CONTRACT TABLE OF CONTENTS, continued Page No. 33. ATTORNEY'S FEES 18 34. INTERPRETATION OF THIS AGREEMENT 18 35. GOVERNING LAW 18 36. DUPLICATE ORIGINAL 19 37. CONSENT 19 38. CALIFORNIA FAIR EMPLOYMENT AND HOUSING ACT 19 39. CALIFORNIA PREVAILING WAGE LAW 19 40. CALIFORNIA EIGHT -HOUR LAW 20 41. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE 21 42. EMPLOYMENT OF APPRENTICES 21 43. PAYROLL RECORDS 21 44. FEDERAL PARTICIPATION 21 45. ADDITIONAL FEDERAL REQUIREMENTS 22 46. DAVIS-BACON ACT 22 47. DISCRIMINATION, MINORITIES, ALIENS 23 48. EQUAL EMPLOYMENT OPPORTUNITY 23 49. COPELAND "ANTI -KICKBACK" ACT 24 50. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 24 51. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT 25 52. ENERGY CONSERVATION 26 53. HOUSING AND URBAN DEVELOPMENT 26 54. SIGNATORIES 26 55. ENTIRETY 26 ii FEDERALLY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FLATIRON ELECTRIC GROUP, INC. FOR TRAFFIC SIGNAL MODIFICATION & INTERCONNECT CONDUIT INSTALLATION THIS AGREEMENT ("Agreement") made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and Flatiron Electric Group , a [type of entity and state] a California Corporation, hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as Traffic Signal and Interconnect Conduit Installation at the Intersections of Adams Avenue at Bushard Street and Magnolia Street and Yorktown Avenue in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows: 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the prosecution g/agree/ surfnet/federal const Page I of 27 12/11 of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council, and any revisions, amendments or addenda thereto; g/agree/surfnet/federal const Page 2 of 27 12/11 D. The current edition of Standard Specifications for Public Works Construction, published by Builders' News, Inc., 10801 National Boulevard, Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders, the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference), and the Federal Requirements from FHWA 1273 and additional requirements (which is attached hereto as Exhibit "B"); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Department of Public Works of CITY (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. g/agree/ surfnet/federal const Page 3 of 27 12/11 11 Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Five Hundred Twenty five Thousand Two Hundred Twelve Dollars ($525,212.00), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within Sixty (60) consecutive working days from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions g/agree/ surfnet/federal const 'Page 4 of 27 12/11 of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR, thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the Agreement price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any g/agree/ surfnet/federal const Page 5 of 27 12/11 reason, relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the Agreement price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the Agreement price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final Agreement price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten- (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall g/agree/ surfnet/federal const Page 6 of 27 12/11 secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of Five Hundred Dollars ($500.00) per day for each and every working day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. For projects on the National Highway System (NHS), the local formula for liquidated damages will be provided. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. g/agree/ surfnet/federal const Page % of 27 12/11 CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless DPW shall grant a further period of time), notify DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors, will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DIFFERING SITE CONDITIONS A. Notice: CONTRACTOR shall promptly, and before such conditions are disturbed, notify DPW in writing of. (1) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or g/agree/ surfnet/federal const Page 8 of 27 12/I1 (2) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as a result of such conditions, an equitable adjustment shall be made and the agreement modified in writing accordingly. B. Time Extension: No claim of CONTRACTOR under this Section shall be allowed unless CONTRACTOR has given the notice required hereunder provided, however, the time prescribed therefor may be extended by CITY. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of Agreement items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an g/agree/ surfnet/federal const Page 9 of 27 12111 increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided, however, that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as a acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. g/agree/ surfnet/federal const Page 10 of 27 12/11 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any, to be set forth in CONTRACTOR's affidavit covering disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all, claims, damages, losses, expenses, judgments, demands defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and g/agree/ surfnet/federal const Page I I of 27 12/11 volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 19. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall maintain workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 20. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single g/agree/ surfnet/federal const Page 12 of 27 12/11 limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents, and volunteers as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary. Under no circumstances shall said above -mentioned insurance contain a self -insured retention without the prior written consent of CITY; however an insurance "deductible" of $5,000.00 or less is permitted. 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. provide the name and policy number of each carrier and policy; 2. state that the policy is currently in force; and 3. promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the provisions for indemnification of CITY by CONTRACTOR under the Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the g/agree/ surfnet/federal const Page 13 of 27 12/ 11 policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 22. NOTICE OF THIRD -PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten (10) days of receipt of such claim or claims. 23. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted g/agree/ surfnet/federal const Page 14 of 27 12/11 to a termination for convenience under Section 24 and any damages shall be assessed as set forth in Section 23. 24. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven (7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience, the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 26. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY C-tt and the surety. g/agree/ surfnet/federal const Page 15 of 27 12/11 27. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 28. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100) for every Stop Notice filed in excess of two (2), regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 29. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR, by notice given hereunder, may designate different addresses to which subsequent notices, certificates or other communications will be sent: TO CITY: TO CONTRACTOR: City of Huntington Beach Flatiron Electric Group, Inc ATTN: David Verone ATTN: 2000 Main Street 7911-A Pine Avenue Huntington Beach, CA 92648 Chin, CA 91708 g/agree/ surfnet/federal const Page 16 of 27 12/11 30. SECTION HEADINGS The titles, captions, section, paragraph, and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 31. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the Immigration Reform and Control Act of 1978 (8 USC Section 1324a) regarding employment verification. 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 33. ATTORNEY' S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear g/agree/ surfnet/federal const Page 17 of 27 12/11 its own attorney's fees and the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 34. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 35. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 36. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the g/agree/ surfnet/federal const Page 18 of 27 12/11 date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 37. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 38. CALIFORNIA FAIR EMPLOYMENT AND HOUSING ACT CONTRACTOR agrees to comply with all requirements and utilize fair employment practices in accordance with California Government Code Sections 12900 et seq. 39. CALIFORNIA PREVAILING WAGE LAW. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit g/agree/ surfnet/federal const Page 19 of 27 12/11 twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 40. CALIFORNIA EIGHT -HOUR LAW A. California Labor Code, Sections 1810 et seq, shall apply to the performance of this Agreement; thereunder, not more than eight (8) hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than eight (8) hours of labor per day or forty (40) hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812, keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty- five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one (1) calendar day or forty (40) hours in any one (1) calendar week in violation of California Labor Code Section 1815. g/agree/ surfnet/federal const Page 20 of 27 12/11 41. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code, regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 42. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 43. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general. 44. FEDERAL PARTICIPATION The PROJECT pursuant to which the work covered by this Agreement is being executed is being assisted by the United States of America. Several Agreement provisions embodied herein are included in this Agreement in accordance with the provisions applicable to such federal assistance. As federal funds are financing all or part of this work, all of the statutes, rules and regulations promulgated by the Federal Government and applicable to the work will apply, and CONTRACTOR agrees to comply therewith. Attached is FHWA Form 1273, known as Exhibit "B", which describes required contract provisions for federal -aid construction contracts. g/agree/ surfnet/federal const Page 21 of 27 12/11 Additionally, the CONTRACTOR shall insert in each subcontract all of the stipulations contained in the Required Contract Provisions of Form 1273, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. Certain sections of Form 1273 may not be applicable depending upon the project and will be crossed out. 45. ADDITIONAL FEDERAL REQUIREMENTS CONTRACTOR agrees to abide by the additional requirements necessary for federal aid (see pgs. 12-14 of Exhibit "B"). The CONTRACTOR agrees to buy only steel and iron made in the United States for all federal -aid construction projects ("Buy America"). The CONTRACTOR also agrees to be subject to the legislative and regulatory Disadvantaged Business Enterprise (DBE) requirements (42 USC Section 2000d, et seq. ). If the CONTRACTOR does not specify the goals for this program, then the CONTRACTOR's obligation under these regulations will be determined by the CITY. The CONTRACTOR shall also sign a non -collusion certification. Select projects may also require "Federal Trainee" or "On -the -Job Training" provisions to comply with federal regulations. 46. DAVIS-BACON ACT CONTRACTOR agrees to pay and require all subcontractors to pay all employees on said PROJECT a salary or wage at least equal to the prevailing rate of per diem wage as determined by the Department of Labor (29 CFR part 5) in accordance with the Davis -Bacon Act (40 USC Section 276a to 276a-7) for each craft or type of worker needed to perform this Agreement. g/agree/ surfnet/federal const Page 22 of 27 12/11 CONTRACTOR agrees to comply with all applicable federal labor standards provisions; said provisions are incorporated herein by this reference. 47. DISCRIMINATION, MINORITIES, ALIENS The CONTRACTOR or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONTRACTOR shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of DOT -assisted contracts. Failure by the CONTRACTOR to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as recipient deems appropriate. 48. EQUAL EMPLOYMENT OPPORTUNITY The CONTRACTOR will comply with all provisions of Executive Order 11246, entitled "Equal Employment Opportunity," and amended by Executive Order 11375, and as supplemented in Department of Labor regulations (41 CFR part 60). The CONTRACTOR will also comply with all provisions detailed in FHWA Form 1273 Exhibit "B") CONTRACTOR is required to have an affirmative action plan which declares that it does not discriminate on the basis of race, color, religion, creed, national origin, sex or age to ensure equality of opportunity in all aspects of employment. Section 503 of the Rehabilitation Act of 1973 (29 USC Section 701, et seq.) prohibits job discrimination because of handicap and requires affirmative action to employ and advance in employment qualified handicapped workers. Section 402 of the Vietnam Era Veterans Readjustment Assistance Act of 1974 (38 USC Section 219 et seq.) prohibits job discrimination and requires affirmative action to comply and advance in employment (1) qualified Vietnam veterans during the first four (4) years after their g/agree/ surfnet/federal const Page 23 of 27 12/11 discharge and (2) qualified disabled veterans throughout their working life if they have a thirty percent (30%) or more disability. To ensure compliance with these requirements, the CONTRACTOR shall provide the CITY its written affirmative action plan prior to commencement of work. The CONTRACTOR is required to provide the CITY with a listing of its subcontractors together with a completed affirmative action program from each subcontractor when applicable. 49. COPELAND "ANTI -KICKBACK" ACT CONTRACTOR and its subcontractors shall comply with the provisions of the Copeland "Anti -Kickback" Act (18 USC Section 874), as supplemented in Department of Labor regulations (29 CFR part 3), which Act provides that each shall be prohibited from including, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. 50. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The CONTRACTOR shall comply with the provisions of Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) as supplemented by Department of Labor regulations (29 CFR, part 5). Under Section 103 of the Act each CONTRACTOR shall be required to compute the wages of every mechanic and laborer on the basis of a standard workday of eight (8) hours and standard workweek of forty (40) hours. Work in excess of the standard workday or workweek is permissible provided that the worker is compensated at a rate of not less than 1-1/2 times the basic rate of pay for all hours worked in excess of eight (8) hours in any calendar day or forty (40) hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined g(agreef surfnet/federal const Page 24 of 27 12/11 under construction, safety and health standards promulgated by the Secretary of Labor. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market or contracts for transportation. 51. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT. A. CONTRACTOR stipulates that all facilities to be utilized in the performance of this Agreement were not listed, on the date of Agreement award, on the United States Environmental Protection Agency (EPA) List of Violating Facilities, pursuant to 40 CFR 15.20. B. The CONTRACTOR agrees to comply with all of the requirements of Section 306 of the Clean Air Act and section 508 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. C. The CONTRACTOR shall promptly notify the CITY of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility to be utilized pursuant to this Agreement is under consideration to be listed on the EPA List of Violating Facilities. D. The CONTRACTOR agrees to include or cause to be included the requirements of paragraph (a) thorough (d) of this section in every nonexempt subcontract, and further agrees to take such action as the Government may direct as a means of enforcing such requirements. g/agree/ surfnet/federal const Page 25 of 27 12/11 52. ENERGY CONSERVATION Agreements with federal participation shall recognize mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC Section 6201, et seq.). 53. HOUSING AND URBAN DEVELOPMENT CONTRACTOR agrees to comply with any and all rules, regulations, guidelines, procedures and standards of the United States Department of Housing and Urban Development and complete any and all reports and forms that may be required in accordance therewith. 54. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 55. ENTIRETY The foregoing, and Exhibits "A" and "B" attached hereto, set forth the entire Agreement between the parties. No waiver or modification of this Agreement shall be valid unless in writing duly executed by both parties. The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiations, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, filagree( surfnetlfederal const Page 26 of 27 12111 inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on ► I t% , 20 . CONTRACTOR By: / Richard Tesoriero Vice President print name ITS: (circle one) Chairman/Presiden'(Vice President AND ByL \aZ%M-d print name ITS: (circle one) Secretary/Chief Financial Officer/Asst. Secretary - Treasurer CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California g/agree/ surfnet/federal const Page 27 of 27 12/11 APPROVED: Manager PROPOSAL, for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No. 1464 HSIPL-5181(177) in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL, OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. The undersigned acknowledges that the issuance of the Notice to Proceed will occur approximately two months after the award of the contract to allow procurement time for the city furnished equipment. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find gjjd er's 13o,d Ty( iel o in the amount of which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received'. i nature C_2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) No; E t Quantity I L.S. Mobilization, Per L.S. 'Cso Extended Amount $ 60 Otx) 2 1 L.S. Furnish and Maintain Project Traffic Control, $�pw $ wo Per L.S. 3 1 L.S. Furnish and Install Traffic Striping and Signing, $ $ Per L.S. 4 4 EA. Construct Curb Ramp per Caltrans Standard Plan! No. A88A, Case C. Per EA, $ 6 C) $ 1'� LAqo 5 1 L.S. Construct Custom ADA Ramp and Walkway at the Southwest Comer of Adams Avenue and Bushard Street (Includes Concrete, Asphalt, Barricades, $ Truncated Domes and Curb and Gutter) Per L Sheet 8. Per L.S. 6 1 EA. Construct Curb Ramp Per Caltrans Standard Plan No. A88A, Case A (Includes PCC Sidewalk Behind Ramp to Property $ Line) Per EA. 7 70 ST Construct 4" Thick PCC Sidewalk over 4" Compacted Subgrade Per City Standard Plan 207 (Sheet 8, Construction Note 7). $ tPer S.F. 8 17 L.F. Construct 6" Curb and Gutter per City Standard Plan 202 (Sheet 8, Construction Note 11). $ 4 C C-2.1 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) Item I Estimated Item_ Unit Price Extended Amount No. Quantity 9 10,100 L.F. Furnish and Install 2"Interconnect Conduit with 12 Pair #19 Solid Interconnect Cables and Pull Boxes Spaced Approximately 200' (Also Includes Installation into the Traffic $ ' Signal Cabinets). Per L.F. 10 1 L.S. Modify Traffic Signal at Adams Avenue and Bushard Street. (Excludes Interconnect Conduit, Interconnect Pull Boxes and interconnect Cable) Per L.S. 11 1 L.S. Modify Traffic Signal at Magnolia Street and Yorktown Avenue. (Excludes Interconnect Conduit, Interconnect Pull Boxes and Interconnect Cable) $ 12 1 L.S. Per L.S. Prepare Project Specific Strom Water Pollution Prevention Plan (SWPPP) $ Sock' $ Per L.S C-2.2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC- 1464 14SIPL-518](177) Note: The City will provide the traffic signal equipment, as listed in the pole schedules, (also includes anchor bolts) to the contractor. The contractor is to pick up the materials, with its own labor, at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 536-5530. C-2.3 i LIST O SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Bid ,.. �Item,(s). NaMe and Address of Subcontractor, . " _State License Number Cldss-- Dollar` Amount . Contract U." S C_,00a5-�- By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 1-015 , at Chino , Date City State Richard Tesoriero , being first duly sworn, deposes and says that he or she is Vice President Rlatiron Electric Group, Inc. the parry making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Flatiron Electric Group, Inc. Nan f Bidder Richard Tesoriero Vice President Signature of Bidder 7911-A Pine Avenue Chino, CA 91708 Address of Bidder C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On February 3, 2015 before me, Shawn R. Bradfield, Notary Public Date Here Insert Name and Title of the Officer (e.g., "Jane Doe, Notary Public") personally appeared Richard Tesoriero Name(s) of Signer(s) SHAWN R. BRADFIELD �`� Commission # 1932416 a ==a® :' Notary Public - California D Z ''' Riverside County My Comm. Expires May 9, 2015 who proved to me on the basis of satisfactory evidence to be the person( 'N whose name(X) is/afe subscribed to the within instrument and acknowledged to me that he/sho4h&y executed the same in his/hef4heir authorized capacity es), and that by his/he*4heir signatureN on the instrument the person(, or the entity upon behalf of which the persons 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. SignaturCNRax � Z) (A ^ P 0 Signature of Notary Public 1 OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Non Collusion Affidavit Document Date: January 29, 2015 Number of Pages: Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Richard Tesoriero ❑ Individual ❑ Corporate Officer — Title(s): Vice President ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Flatiron Electric Group, Inc. Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: UTILITY AGREEMENT HONORA13LE MAYOR AND CITY COUNCIL, CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 15 C-5 Flatiron Electric Group, Inc. Contractor Title Vice President DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ® Yes B No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: I- ) q" 15 C-7 Flatiron Electric Group, Inc. Contractor G By Vice President Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Flatiron Electric Group, Inc. Bidder Name 7911-A Pine Avenue Business Address Chino, CA 91708 City, State Zip Telephone Number 862724 A&C10 State Contractor's License No. and Class 08-II-05 Original Date Issued M-31- IS Expiration Date The work site was inspected by jldw Cuellar of our office on 3ahuar4 31 , 2015. The following are persons, firms, and corporations having a principal interest in this proposal: See Xttacld C-S Build the Best. Be the. Best. C� ��'All, 71 RP, a Pfl Ffatiron Electric Group, file. 7911-A Pine Avenue Chino, Ca. 9170a 714223-9631 MAIN e09-597-9151 FAx wv;rw.fiatf ronEorp.com Corp arate Officers: John ici[Arr-i0 Presodmt / CEO Richard Tesoriero V. President / District Manager Lars Leitner Treasurer/ Senior V. President / CFO Javier Sevilla Senior V. President- / COO G. MelodvPickebt Secretary Marla Dillard Assist. Se-cretarV �n�:m9frm7p��� WIPd�1y The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Flatiron Electric Group--inc. Company Name Signature of Bidder Richard Tesoriero Vice President Printed or Typed Signature Subscribed and sworn to before me this Urday of f�dfgLtA. , 2015- a SHAWN R. BRADFIEL Commission # 1932416 iNotary Public - Californiaz Riverside County D My Comm. Expires May 9, 2015 NOTARY PUBLIC 4�, I NOTARY SEAL C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal modifications consisting of, at a minimum the installation of four new traffic signal poles at a single intersection, two of which must include traffic signal mast arms of at least 25 feet in length. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has perfonned similar work within the past five years: i 1. See AtfuAed Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Flatiron Electric Group Project Name: Citywide Traffic Signal Upgrade Project Contract Amount: $5,646,116.00 Date Completed: In Progress Owner's Name: City of Compton Contract Person: John Strickland / City of Compton Telephone Number: 310-605-5505 Job Description: Upgrade traffic signal hardware and install new communication systems at various locations. The proposed improvements for each intersection range from refurbishment of signal heads to major upgrades of the existing traffic signal equipment and performing other items required. Project Name: Atlantic Blvd. Improvement Project #R-6861 Contract Amount: $2,475,971.00 Date Completed: In progress Owner's Name: City of Long Beach Contract Person: Chuck Ramey / City of Long Beach Telephone Number: 562/570-6101 Job Description: Furnish and install communication systems, CCTV Camera Systems, Signal Modifications and ATCS Integration at Atlantic Avenue Improvement Project in the City of Long Beach. Project Name: Caltrans 12-ORA-91(12-OG3304) Contract Amount: $7,279,618 Date Completed: 12/13 Owner's Name: Caltrans Contract Person: Todd Kutin / Sema Construction Telephone Number: 949-254-4543 Job Description: Highway lighting, traffic signal installation, temp lighting and communication, ramp metering, fiber optic duct bank and systems, toll facilities, service and power connections. Project Name: Caltrans 11-SD-905 (11-091834) Contract Amount: $1,364,593 Date Completed: 10/12 Owner's Name: Caltrans Contract Person: Mario Martinez / Flatiron Construction Telephone Number: 760-535-3066 Job Description: Highway lighting, ramp metering, freeway fiber optic duct bank system. Project Name: North San Diego Bay Interconnect Project Contract Amount: $1,381,016 Date Completed: 4/13 Owner's Name: Port of San Diego Contract Person: Armando Mora / Port of San Diego Telephone Number: 619-725-6097 Job Description: Fiber optic system and conduit for interconnect system. 1 Project Name: Antonio Parkway Contract Amount: $1,321,016 Date Completed: 4/13 Owner's Name: OCTA Contract Person: Dave Beador / Beador Construction Telephone Number: 951-674-7352 Job Description: Traffic signal, lighting, SCE duct bank, and interconnect. Project Name: Perris Blvd Improvements Contract Amount: $649,885.00 Date Completed: 6/13 Owner's Name: City of Moreno Valley Contract Person: Darcy Searle / Hillcrest Contractiing Telephone Number: 951-273-9604 Job Description: Traffic Signals, Interconnect and Street Lighting. Project Name: Adams Street Bridge Contract Amount: $386,288 Owner's Name: City of La Quinta Contract Person: Joe Richardson / Granite Construction Job Description: Electrical duct bank and bridge lighting. Project Name: Monroe Street Widening Contract Amount: $392,287.00 Owner's Name: City of Indio Contract Person: Jake Reade / Matich Corporation Job Description: Traffic Signals and Street Lighting. Date Completed: 2/13 Telephone Number: 760-391-6247 Date Completed: 5/13 Telephone Number: 909-228-1658 Project Name: 08-RIV-74-27.4/27.7 (08-OM8704) Contract Amount: $332,747.00 Date Completed: 5/13 Owner's Name: Caltrans Contract Person: Rodney Dunn / Caltrans Telephone Number: 951-232-3917 Job Description: Traffic Signals and Street Lighting, paving, curbs, striping, signs, guardrail, traffic control and construction area signs. Project Name: Main Street Lighting Project Contract Amount: $504,503.00 Date Completed: In Progress Owner's Name: City of Seal Beach Contract Person: Michael Ho Telephone Number: 562-431-2527 Job Description: Street Lighting, paving, curbs, striping, signs, traffic control 2 Project Name: Layton Vista Phase II Contract Amount: $1,186,583.00 Owner's Name: County of Los Angeles Contract Person: James Slonaker Job Description: Street Lighting, paving, traffic control Project Name: Citywide Streetlight LED retrofit Contract Amount: $797,643.00 Owner's Name: City of Huntington Park Contract Person: James Enriquez Job Description: Street Lighting, traffic control Date Completed: In Progress Telephone Number: 626-458-4951 Date Completed: In Progress Telephone Number: 323-584-6253 Project Name: LED Street Light Conversion (Downtown) Contract Amount: $203,507.00 Date Completed: 12/12 Owner's Name: City of Redlands Contract Person: Ross Whitman Telephone Number: 909-798-7587 Job Description: Street Lighting, traffic control Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1 Ava;LctUe 1400A request Name of proposed Projec Manager Telephone No. of proposed Project Manager: Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work 2. 14Vui (4 leWpop re Name of proposed §uperintetdent Telephone No. of proposed Superintendent: Project Name & Contract Amount Type of Work Date Completed Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C-11 HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low -Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager (initial the applicable selections): Will ensure that 10% of all new hires as a result of this project shall meet all requiremnents of Section 3 of CFR Part 135 of the HUD Act of 1968; or X Will hire no new employees in conjunction with this project. Will award 10% of its sub -contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub -contracts related to this project. Contractor: Flatiron Electric Group, Inc. Contact Person: Richard Tesoriero Contact Phone Signed: Date: I- )q-15 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub -contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-12 Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublieWorks/SB854FactSheet 6.30.14,pdf DIR's Contractor Registration Link — Call (844) 522-6734 hops://efiling.dir. ca. gov/PWCR/ActionServlet?action=di splayPW CRegistrationFonn DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid, or no later than contract award date. Flatiron Electric Group, Inc. Contractor By Vice President Title i-ay-Is C-13 Local Assistance Procedures Manual Exhibit 12-H Sample Bid (THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICHARE A PART OF THIS PROPOSAL) EQUAL. EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder , proposed subcontractor hereby certifies that he has /, has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925,11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Page 1 of 8 C-14 June 11, 2014 Local Assistance Procedures Manual Exhibit 12-H Sample Bid PUBLIC CONTRACT CODE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not / been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following space. Page 2 of 8 June 11, 2014 C-15 Local Assistance Procedures Manual Exhibit 12-11 Sample Bid PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the inunediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 3 of 8 June 11, 2014 C-16 Local Assistance Procedures Manual Exhibit 12-H Sample Sid Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY / COUNTY of Nualin1ton Beach % ])tome DEPARTMENT bF PUBLIC WORKS. In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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. Note: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 4 of 8 June 11, 2014 C-17 Local Assistance Procedures Manual Exhibit 12-H Sample Bid DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49,, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Page 5 of 8 June 11, 2014 C-18 Local Assistance Procedures Mannal Exhibit 12-H Sample Bid NONLOBBYING CERTIFICATION FOR FEDERAL-AE D CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Page 6 of 8 June 11, 2014 C-19 Local Assistance Procedures Manual Exhibit 12-R Sample Bid DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYWG ACTIVITIES PURSUANT TO 31 U.S.C.1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract ® a. bid/offer/application ® a. initial b. grant b. initial award b. material change c. cooperative agreement c. post -award d. loan For Material Change Only. loan guarantee year quarter _ f an insurance date of last report 4. Nam and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime ®Subawazdee Tier , ifknown Congressional Dis %-tict, fknown 6. Federal Departmeency: 8. Federal Action Number, if kno'\ WA �A 10. a. Name and Address of Lobby Entity (If individual, last name, first name, I Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known: b. Individuals Performing Services (including address if different from No, IOa) (last name, first name, MI) (attach Continuation eet(s) if necessary) 11. Amount of Payment (check all that apply) 3. Type of Payment (check all that apply) $ ® actual planned a. retainer b. one-time fee 12. Form of Payment (check all that apply): c, commission Ha. cash d. contingent fee b. in -kind; specify: nature deferred value f. ther, specify 14. Brief Description of Services Performed or to be performed and Date ) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicat n Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes ® No M. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying Signature: reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required Print Name: pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for Title: public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone No.: _ Federal Use Only: C-20 09-12-97 Authorized for Local Standard Form - LLL Page 7 of 8 June 11, 2014 Local Assistance Procedures Manual Exhibit 12-H Sample Bid INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change repork Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier- Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example; Department of Transportation, United States Coast Guard 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the applicationtproposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box. Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13. Check the appropriate box. Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF-LLL 1nsMw iow Rev. 06-04 vot(ErmE» Page 8 of S .Tune l 1, 2014 C-21 Local Assistance procedures Manna] FOXMIT 15-G Local Agency Bidder DBE Commitment (Construction Contracts) EXEnrr 15-G LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCALAMCY: City Huntington Beach LOCATION: dar15 Ave / &us : affj St 1 lia�Stlror tpc -o�f r PR07ECTDE CRLPTLON: raRicc SiVA42 /70r/iTllafidn5 '► ��te/connect �dnUoii .�ns7ri//atidns TOTAL CONTRACT AMOUNT: $ BID DATE: ' 3� I S BIDDERS NAME: Flatiron Electric roue, nc. CONTRACT DBE GOAL• 9 .15 % OFWORKANDDF-SCRIPTIO14 NO_ ERVICES TO BE ONTRACTED OR MATERIALS NTRAGTrldderisa))BE) E PROVIDED (or contracted iffhe BECERTNO. EXPIRATION (Must DATE are AMEOFBACHDBE OLL.ARAMOUNT be certified on the date bids BE opened - includcDBE address d phone nnmbra) .10 II F11rji-5k1hcaI a on 't Wife, i 0)es er y 0 ' fca Jerori000 n er,er 0°1° Et 7 1 resno, y o a 3 0- s a• na P10 q,S rn i PC C 10 t S I d Q 00 0- 40 fa5ca Si.661,10 of mart (,y) 0 - O ; - q0q0 For Local Agency to Complete: Total Claimed DBE $� 11 100 -) d� Local Agency Contract Numbcr. CC -14 64 Federal -aid ProjectNnmber. HSIPL 5181- (177) Participation q• Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and rgeature of Bidder information is complete and a=n-dtr. i-aN-Is 014) aa�-g63i Deft (Area Code) Td. No. Richard Tesoriero P&tNEane Signature Date Local Agency Represcntatin Person to Contact (Please Type orpriat) (Area Code) Telephone Number. I=Z Agwq Ndd=DBE.Car mid (Conskacfi°a Confra°Ea) (Rev 6/26/09) Distribution: (1) Copy -Pax or scan a copy t0 the Ca*= District Local Assistance Engineer (DLAE) within 30 days of contract exemdon. Fail — to send a copy to the DLAB within 30 days of contract execution may result in d"bligation of fiords for this project (2) Copy- include in award package to Caltrans Distdct local Assistance (3) Original -Local agency fles OD 12-04 C-22 Page 15-1 June 29, 2012 n EXHIBIT 15-G Local Assistance Procedures Manual Local Agency Bidder DBE Commitment (Construction Contracts) INSTRUCTIONS - LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACT'S) FAK PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs. Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier. Names of the First -Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100% of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award, Federal -aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing. Page 15-2 June 29, 2012 OB 12-04 C-23 Local Assistance Procedures Manual Exhibit 15-H DBE Information - Good Faith Effort Ex wu 15-II IDBE INFORMATION —GOOD FAITH EFFORTS DBE INFORMATION - GOOD FAITH EFFORTS Federal -aid Project No. 5181(177) Bid Opening Date a - 3- 1 5 The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 9.15 % for this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of initial Follow Up Methods and Dates Solicitation Page 15-1 OB 12--04 June 29, 2012 C-24 Exhibit 15-H Local Assistance Procedures Manual DBE Information -Good Faith Effort C. The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items M Of (Y/N) Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons. for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: Page 2 June 24, 2012 OB 12-04 C-25 Local Assistance Procedures Manual Exhibit 15-D DBE Information - Good Faith Effort F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. OB 12-04 C-26 Page 3 June 29, 2012 Local As nee Procedures Manual zhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) ExHIBTT 12-B BIDDER'S LIST OF SUBCONTRACTORS (DBE AND NON -DBE) PART The bidder shall list all subcontractors (both DBE and non -DBE) in accordance with Section 2-1,054 of the Standard Specifications and per Title 49, Section 26.11 of the Code of Federal Regulations. This listing is required in addition to listing DBE Subcontractors elsewhere in the proposal. Photocopy this form for additional firms. -.1rm Name/ A,nnual:Gxoss � ��fi �iT;nc�l Ag"ehcV'�'1•'� ,:, Address/ F x ar . "llescri` tion of P,orthon of Workto be Performed:: - .1 �,: °�-q, a, Receipts .�. :..:. i� Name Phon j9 ❑ <$1 million _._..,,...,,.._.,, __........._...... ............ .. _ ..... _... _-.... --._ i;rX!i,'';I S of 69 ❑ < $5 million < $10 million n ..w.�........-......,.._._............................._.,,....,..._............,..,,..........,..,_....._..�.............,.^,_,,,,..,.,.,..,.....,�,,,��-:i,::iillj,l'lli�tlai ;('di s"(s�.n",,s;.<<_€; Address 3a % Fax c� < ❑ $IS million > $15 million City State ZIP �.� 9 t�.. __._._..__... _ Name hone Qr) 1 million II. t aai 1 ❑ <$5 million < $10 millionyS _.._...-......_.._.u..r._.....5..�T_..._..,,......,__................-._........._.........__.............,.........._.__..__.__..:,u;,,:,;:,,,rrj;rkirrnrrrrcrtliiii&��:'�l�j; ..,. Address It�O 1L Fax ❑ < 1 $ S II111110n > $15 million _... __..__.._.._......._._..._.._._._._... __.._.._.._.._...................... . ................_.. ............ T :'ti!§nf.'uiinu�d'.ii»„�alliF'll,dl(k1{lilll{��.�;. City S to Z11P t 0 6 a; _.� _..__.__._.._..._.. ...... d Name r- 5 cti Phov %01 ❑ <$1 million _ _.-...._.'S4 r_._.._..._.._...,.N LJ < $5 milliont < $10 million Address S�LA 1 n �� <$15 million ..,...-.........................................._...-..._...__..._-._-.._....-_.-._____...--__._.._.._._....._.._._.._._._ CityState ZIP 15 million 9ti�, i �i�;� i-limr,',i;s'h dirr ; t : 7 duPh:'i„i^ Name CAN T'l hone ,� _ $1"million < $5 million < $ 10 million ..............._._,......._..._._............... ........ _..........................t,..........<,.......,......,.,............,........._......_................._...........-...._............_-_....;a q-- A ��;;,i;�`Ua:�.�a; ;�fi!. fj' "` `'{j Address Fax ❑<$15million .:...!s,atl':ni:ialifidjn 0� ors;' C St to IP ty Z ❑ > $IS million 4= r ri: `i,;;ifuii' iii51 i w l.'I . .:.. ., �,;h s. 1,h ,,"'M }`:�. kTiyk.'yP"? .l��.�4i .q;'. i=111i411;1;,4!M�ii?II!Illll;lj �!C`t1 7 41�., �, Distribution: 1) Original - Local Agency File Page 1 of 2 DLA-OB 13-06 August 12, 2013 Local Asst . ce Procedures Manual xhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) EXHIBIT 12-B BIDDER's LIST OF SUBCONTRACTORS (DBE AND NON -DBE) PART 11 The bidder shall list all subcontractors who provided a quote or bid but were not selected to participate as a subcontractor on this project. This is required for compliance with Title 49, Section 26 of the Code of Federal Regulations. Photocopy this form for additional firms. -3, --k,ax -Annual M Gtoss Ris CC.el Des 0 49.,J. e W E7: R Name nSA % rA 1% t, La.,-14 Pho e 4 SSc� F-1 < $1 million Up "Oil i, t, R�,,1MTMKYR;" $5 million El < $ 10 million Address '- I Fax F-1 < $15 million ... ............ . ..... .. . ... . . ............ . .. . ... . ...... .. . ............ .... ... . ........ . ohl! City State ZIP => $15 million .......... Name A hone L6 F-1 < $1 million H < illi $5 mon < $ 10 million -- ----------------------- - __.._.._................_....____._........_.____.__. Address ri E] < $15 million > $15 million ---------- F City State ZIP CD h at Zk% Name Phone Fax- F-1 ❑ H L] F -1 < $1 million < $5 million < $ 10 million < $15 million > $15 million . . .. . ...... . . . . ................... . gITIN hr ..0 IRE, 11i'mif . d M., I fill 11 Address City State ZIP .......... .. . ....... .. ........... ........ . .. - ,p Nance Phone ❑ < $1 million . . ... ... . ... L1 < $5 million ..... . ........... ... . . ... ........... . ..... ...... .................. . ........ ....... ... . :III Address El < $ 10 millionr . . . . . .. . ........................................ Fax F-1 L1 < $15 million > $15 million 11`-� . . . . . . . . ............ .. . .................................. ... . .......... ... . . .. . ................. ... .... . .............. . ....... . .. . .... . . ... ...... . ... ........... . ....... .... City State ZIP WINES! Distribution: 1) Original — Local Agency File Page 2 of 2 DLA-OB 13-06 August 12, 2013 Bid Bond No.: F011505 Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: ('Nance, legal slams and euldm m) (*R'ame, leged slalus and principal place a f husirtess)r Flatiron Electric Group, Inc. Liberty Mutual Insurance Company 7911-A Pine Ave. 175 Berkeley Street This document has important Chino, CA 91708 Boston, MA 02116 legal consequences. Consultation Mailing Address for Notices with an attorney is encouraged 2815 Forbs Avenue, Suite 102 with respect to its completion or OWNER: Hoffman Estates, IL 60192 modification. (Name, legal status and address) Any singular reference to City of Huntington Beach Contractor, Surety, Owner or 2000 Main Street other party shall be considered plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: $ 10% Ten Percent of the Total Amount Bid PROJECT: ('b'anw, location oraddress andl'rojeclnrunber. ifagnj Traffic Signal Modifications and Interconnect Conduit Installation at the Intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue; CC No. 1464 HSIPL-518](177) in the City of Huntington Beach The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their licirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for tlne prompt payment of labor and material furnished in the prosecution thereof. or (2) pays to the Owner the ditTerence, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlbmi the work covered by said bid, then this obligation shall be null and void, otherwise to remain in lull lime and etl'ect. The Surer hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid document-,, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the tern Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location ol'the Project, any provision in this Bond conflicting with said Statutory or legal requirement shalt be deemed deleted herefronn and provisions conlitmling to such statutory or other legal requirement shall be deemed incorporated herein. When so liimished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 30th day of January, 2015. 11 "14 = ME] tQ X�� - (I]'lrtres) M ry R. McKee Flatiron Electric Group, Inc. (Principal) (Sent By: (Tille) Richard Tesoriero, Vice President Liberty Mutual Insurance Com (Suret)] (Seal)By (Tilley Maria daccim, ttorney-In-Fact 1NSUR� ,� `�GoaQoggroynct+ �- 1912 0 S-0054/AS 8110 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On February 3, 2015 before me, Shawn R. Bradfield, Notary Public Date Here Insert Name and Title of the Officer (e.g., "Jane Doe, Notary Public") personally appeared Richard Tesoriero Name(s) of Signer(s) 4'66 ISHAWN R.BRADFEL Commission # 19324Z Notary Public - California z z Riverside County My Comm. Expires May 9, 2015 who proved to me on the basis of satisfactory evidence to be the personN whose name} is/are subscribed to the within instrument and acknowledged to me that he/she4hey executed the same in his/ltekheir authorized capacity(, and that by his/her -#their signature'N on the instrument the personN, or the entity upon behalf of which the personN 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. Signature o l Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: January 30, 2015 Number of Pages: Signer(s) Other Than Named Above: Maria Spadaccini Travelers Casualty and Surety Company Capacity(ies) Claimed by Signer(s) Signer's Name: Richard Tesoriero ❑ Individual ❑ Corporate Officer — Title(s): Vice President ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Flatiron Electric Group, Inc. Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: CORPORATE ACKNOWLEDGMENT Form 152 STATE OF NEW JERSEY COUNTY OF BERGEN On this day of January , 2015 , before me personally came MARIA L. SPADACCINI to me known, who, being by me duly sworn, did depose and say that she/he resides in HAWTHORNE, NEW JERSEY that she/he is the ATTORNEY IN FACT of the LIBERTY MUTUAL INSURANCE COMPANY the corporation described in and which executed the above instrument that she/he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/his name thereto by like order. (SEAL) Mary Public for New Jere My Commission Expires February Is, 2019 10� Liberty mut_ua_ _l, SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2013 Assets Cash and Bank Deposits ......................................... $1,118,180,550 *Bonds — U.S Government ..................................... 1,888,225,943 *Other Bonds............................................................ 12,039,490,815 *Stocks..................................................................... 9,030,962,112 Real Estate.............................................................. 251,301,907 Agents' Balances or Uncollected Premiums........... 4,781,042,931 Accrued Interest and Rents ..................................... 149,855,386 Other Admitted Assets .............................................. 15,216,749,451 Total Admitted Assets ..................................... $44.475.R09.095 Liabilities Unearned Premiums ................................................ $5,940,431,054 Reserve for Claims and Claims Expense ................. 17,305,063,560 Funds Held Under Reinsurance Treaties ................. 212,659,311 Reserve for Dividends to Policyholders .................. 1,226,236 Additional Statutory Reserve .................................. 63,348,980 Reserve for Commissions, Taxes and Other Liabilities ................................................ 5,826,683,629 Total............................................................. $29,349,412,770 Special Surplus Funds ................. $55,686,852 Capital Stock ............................... 11,250,000 Paid in Surplus ............................ 7,898,288,167 Unassigned Surplus ..................... 7,161,171,306 Surplus to Policyholders ............................... 15,126,396,325 Total Liabilities and Surplus................................�44 475 R09.095 JP� 4N S4U,' �avog4 Bonds are stated at amortized or investment value; Stocks at Association Market Values. ' ieiz ° The foregoing financial information is taken from Liberty Mutual Insurance Company's financial m "sACH y � statement filed with the state of Massachusetts Department of Insurance. a I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2013, to the best of my knowledge and belief. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 20th day of March, 2014. Assistant Secretary S-1262LMIC/a 4/13 THIS POWER OF ATTORNEY IS NOT -VALID UNLESS IT IS PRINTED ON RED BACKGROUND '•This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except inahe"manner and to the extent herein stated. - Certificate-NOi 6794462 ' American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF AT_TORNEV .. KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire-& Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized underthe.laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized.under the laws of the State.otMassachusetts,and WestAmerican Insurance :Company: - is a corporation duly organized under the laws of the State of Indiana (herein collectively -called the "Companies°), pursuant to and 6 authority herein set forth; does:hereby name; constitute and appoint, Alice McLaughlin Maria L Scadaccini Mary-FI- McKee Nicholas F Walsh• SherrVanr a M.=DePirro all of the city of Paramus state of NJ each individually if there be more than one named, its -true -arid lawful attorney -in -fact to -make; execute;.seal, acknowledge d . and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations; in pursuance.6f these presents and shall - be as bindingupon the Companies as if they, been duly signed b the resident and attested b the secrets of the Companies in theirown roper ersons. P P, Y Y 9 Y P Y secretary ., P IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an.authorized officer or official of the -Companiesarid -the corporate -'seals of the-Companies-he_ve;been-sffixetl- thereto this 22nd day of October 2014 w , American Fire and Casualty Company The Ohio Casualtylnsurance Company, y Liberty, Mutual. Insurance -Company, d -West merican Insurance Company - FA FA STATE OF PENNSYLVANIA ss David M:-Care ; Assistant Secretary. C COUNTY OF MONTGOMERY - : On this 22nd day of October 2014 before me personally appeared David M. Carey, who acknowledged.himself"to'be-the Assistant Secretary,-of,American:;Fire�and-vim Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and -that he;_as:such; being authorized so fo do;- =* W execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. _ . C IN WITNESS WHEREOF, I have hereunto subsciJbed mynarnp,and affixed my notarial seal at Plymouth Meeting, Pennsylvania, onthe dayand year first above written_: O Q. „^ Teresa Pastella Notary Public 3 This Powerof Attorney is made and executed`pur,StA4nf1da0ct v au or of the following By-laws and Authorizations ofAmerican Fire and Casualty Company; -The Ohio Casualtydpsurance :N o Company, Liberty Mutual Insurance Company, an tstA� i�an Insurance Company which resolutions are now in full force and effect reading as follows: - t o - �, .. w o ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing-by-theChairman or the President and "subject-- O, r- to such limitation as the Chairman or the President may prescribe; shall appoint such attorneys -in -fact, as may be necessary to.act in-behalf:of.the,Corporation to _ sAe; ezecute,:seal, �- acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective .:a 3- powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach -thereto;the-seal of the Corporation.: When"so- 7R a executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority, granted to any representative or.attorney=in-factuhder- > '� the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer orofficers granting such power or authority60 - �04. ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by-the"chairman or, a president, . ' , 1 P Y P appoint Y Y rY P Y E:_ and subject to such limitations as the chairman or the resident may prescribe, shall a oint such attorneys- in -fact, as may be necessa to act in behalf of the Com an to make, execute,- .-.M- seal, acknowledge and deliver as surety any and all undertakings,, bonds, recognizances and other surety obligations. Such.attorneyS-in-fact subjectto.the-limitations setforth inaheir C-go_ respective powers of attorney, shall have full power to bind the Company by their. signature and execution of any such instruments and -to attach,thereto the seal-of-the.Company..When so o: executed such instruments shall be as binding as if signed by the president and attested bythe secretary. Certificate of Designation - The President of the Company, acting pursuant.to the Bylaws of the:Company, authorizes David M. Carey, Assistant Secretary,to appoint such attorneys in fact as may be necessary to act.on behalf of the Company to make, execute, "seal, acknowledge and deliver as suretyany.and all undertakings,.bonds, 'recognizances•and other surety - obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile.or mechanically -reproduced signature of.anyassistant;secretary:of the - Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with -surety bonds; shall be.valid;and binding upon -the Company -with - the same force and effect as though manually affixed. - I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty.Insurance'Company, Liberty Mutual Insurance Company=and - West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correcticbpy of the Power: of Att_ omey executed. -: bysaid . Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of wig" By: Gregory W. Davenport, Assistant"Secretary. . V, LMS 12873 122013 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Traffic Signal Modifications and Interconnect Conduit Installation CC-1464 HSIPL-5181(177) January 23, 2015 Notice to All Bidders: Please note the following clarification to the Project Plans, Specifications, and Technical Provisions: 1. The Federal Labor Rates contained in Appendix H — Part 2 of the Project Specifications for the Traffic Signal Modifications and Interconnect Installation - CC1464 HSIPL-5181(177) shall be replaced with the attached FEDERAL LABOR RATES dated January 23, 2015. The federal labor rates dated January 23, 2015 shall be the federal labor rates in effect for the above named project. This is to acknowledge receipt and review of Addendum Number One d January 23, 2015. Flatiron Electric Group, Inc. ichard Tesoriero Vice President Company Name By 0-aq-15 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call William F. Janusz at (714) 536-5431. Build the Best. Be the S es�- February 16, 2015 Bill Janusz City of Huntington Beach M1 This letter is in response to your phone conversation from Friday. There are two items that you requested additional information on. Please note the following. 1. It is common practice to have a State License holder who is not a board member. This should not be a concern as this is not a requirement to hold a license in California. James Honaker is an employee and is our Field Superintendant. It is a satisfactory arrangement for all parties and has no bearing on our ability to function as Corporation. 2. Paul Roberts who is listed as a Board Member on the License is no longer working for this Company. He took a personal leave of absence and has since retired. We have notified the State and have no control over their ability to update the database. The separate document sent to you today shows the new corporate officers established in May of 2014. Please contact our office if additional information is needed. Flatiron Electrical Group, Inc. Mark Dillard Assistant Secretary A HOCHHTIE( Company Janusz, Bill From: Cuellar, Mike [MCuellar@flatironcorp.com] Sent: Monday, February 16, 2015 4:10 PM To: Janusz, Bill Cc: Tesoriero, Richard; Dillard, Mark Subject: FW: CC No. 1464 HSIPL-5181 (177) DBE Commitment Exhibit 15-G Attachments: HUNTINGTON BEACH ADDITIONAL INFORMATION.pdf Hi Bill, Attached is the additional information you requested. 1. Power of Attorney for Richard Tesoriero. 2. Resume for Mark Dillard (Project Manager) & Jim Honaker (Superintendent) (pg. C-11 of the proposal). 3. Equal Employment Opportunity Certification stamped (pg. C-14 of the proposal). 4. Clarification regarding Paul Roberts not being listed as a current officer of Flatiron Electric Group, Inc. 5. Letter explaining why Jim Honaker is not an officer of Flatiron Electric Group, Inc. as the C-10 license holder. Items 4 & 5 will follow in another email later today. Let me know if you have any further questions. Thank you, Mike Cuellar Estimator Flatiron Electric Group, Inc. 7911 Pine Ave. #A Chino, Ca. 91708 714/228-9631 PHONE 909/597-9151 FAX 714/231-4316 CELL www.flatironcoro.com Build the Best. Be the Best. From: Cuellar, Mike Sent: Monday, February 09, 2015 2:16 PM To: 'wjanusz@surfcity-hb.org' Cc: Dillard, Mark Subject: CC No. 1464 HSIPL-5181 (177) DBE Commitment Exhibit 15-G Hi Bill, Per our phone conversation, attached is a copy of Exhibit 15-G DBE Commitment form for the Traffic Signal modification & Interconnect Conduit Installation project CC No. 1464 that bid on 02/03/15. The original will be delivered today by 4:00 P.M. Let me know if you have any further questions. Thank you, Mike Cuellar Estimator Flatiron Electric Group, Inc. 7911 Pine Ave. #A Chino, Ca. 91708 714/228-9631 PHONE 909/597-9151 FAX 714/231-4316 CELL www.flatironcorp.com Build the Best. Be the Best. NRII �i Q tr#.34�i Janusz, Bill From: Cuellar, Mike [MCuellar@flatironcorp.com] Sent: Monday, February 16, 2015 4:10 PM To: Janusz, Bill Cc: Tesoriero, Richard; Dillard, Mark Subject: FW: CC No. 1464 HSIPL-5181 (177) DBE Commitment Exhibit 15-G Attachments: HUNTINGTON BEACH ADDITIONAL INFORMATION.pdf Hi Bill, Attached is the additional information you requested. 1. Power of Attorney for Richard Tesoriero. 2. Resume for Mark Dillard (Project Manager) & Jim Honaker (Superintendent) (pg. C-11 of the proposal). 3. Equal Employment Opportunity Certification stamped (pg. C-14 of the proposal). 4. Clarification regarding Paul Roberts not being listed as a current officer of Flatiron Electric Group, Inc. 5. Letter explaining why Jim Honaker is not an officer of Flatiron Electric Group, Inc. as the C-10 license holder. Items 4 & 5 will follow in another email later today. Let me know if you have any further questions. Thank you, Mike Cuellar Estimator Flatiron Electric Group, Inc. 7911 Pine Ave. #A Chino, Ca. 91708 714/228-9631 PHONE 909/597-9151 FAX 714/231-4316 CELL www.flatironcorp.com Build the Best. Be the Best. 1*WfRCdftnft From. Cuellar, Mike Sent: Monday, February 09, 2015 2:16 PM To: 'wjanusz@surfcity-hb.org' Cc: Dillard, Mark Subject: CC No. 1464 HSIPL-5181 (177) DBE Commitment Exhibit 15-G Hi Bill, Per our phone conversation, attached is a copy of Exhibit 15-G DBE Commitment form for the Traffic Signal modification & Interconnect Conduit Installation project CC No. 1464 that bid on 02/03/15. The original will be delivered today by 4:00 P. M. Let me know if you have any further questions. Thank you, Mike Cuellar Estimator Flatiron Electric Group, Inc. 7911 Pine Ave. #A Chino, Ca. 91708 714/228-9631 PHONE 909/597-9151 FAX 714/231-4316 CELL www.flatironcorp.com Build the Best. Be the Best. ENRCalfbnft t" yao RATIROW Escutia, Jim From: Janusz, Bill Sent: Monday, February 09, 2015 2:21 PM To: Escutia, Jim Subject: FW: CC No. 1464 HSIPL-5181 (177) DBE Commitment Exhibit 15-G Attachments: HUNTINGTON BEACH DBE INFO.pdf From: Cuellar, Mike[mailto:MCuellar@flatironcorp.com] Sent: Monday, February 09, 2015 2:17 PM To: Janusz, Bill Cc: Dillard, Mark Subject: CC No. 1464 HSIPL-5181 (177) DBE Commitment Exhibit 15-G Hi Bill, Per our phone conversation, attached is a copy of Exhibit 15-G DBE Commitment form for the Traffic Signal modification & Interconnect Conduit Installation project CC No. 1464 that bid on 02/03/15. The original will be delivered today by 4:00 P.M. Let me know if you have any further questions. Thank you, Mike Cuellar Estimator Flatiron Electric Group, Inc. 7911 Pine Ave. #A Chino, Ca. 91708 714,228-9631 PHONE 909/597-9151 FAX 714/231-4316 CELL www.flatironcorp.com Build the Best. Be the Best. Local Assistance Procedures Mannat LXiiD3TF 15-G Local Agency Bidder DBE Commitment (Construction Contracts) i+xm1T I5-G LOCALAGENcyBmDERDBE COnMMIENT (CONSTRUCTION CONTRACTS) NOTE: rLDASERRM TO INSTRUCTIONS ON THE 5`1Dit; oB1TEM FORM (REVERS]& LOCALAGHt M- City cf (CH`runtingtonl Beach t LOCATIOM.>luuns Ave/ Ihaul St 7 Aa� gnlik Stitoe PROYECi'D4kSCRIP 01,T.TPQ77iC Sr4nuf /7rxfifCuildtl5 �fPTCOnnecl i6 �r.;r �ns%ll� t T0TALCORTRACTAUWNT3 BID DAM— • 3-15 BM3DBRf8NAM8: Flatiron Ele Inc. CONfRACTDBHGOAL; rrmxo. NmcrF�-MBe.�r 0MORK AM DESCRIMON RYiCES 1Y1 BB ONIItACMDORMATER1AiS PROWN) (orconfiwAA ifov is aDB13) 1By M*r N0, BX P AMW DATE RAM 01; RAM M1 (Must be ocr0ed on tin date bids aroopmcd-iaoludoDBBsddrm d phoannumbrr) U7-AaAMOUW BB j 0 (Flit 15hli ?ttia I e ' tr !ru i 000 n i Wi t o is o e nu er A 0e14 ;r I csno 0 a n s •Ila P10 1, S 1, 9, Fumi5AUCC t S Co M D 00o - 10 90fast« Si.1 °/ aftror Ls CA qjjjj 5 D od C3 3 oq0 For Local Agency to Completc: LocalAgwgConlractNumhu: CC-1464 TOW Aa3medDBE- Participator Fedetat-aid P,,jztNumber. HSIPL 5181- (177) Z;ederal Skara Cantcatt AFvard Daic: Local Agency ccit8es that all DB$ m 0tations hale bem4ailied mad Aga ae ofBidder infoma4onis camplote cudao=" I-j9-ts C1M) d�& Yri31 Date (A=Cnda)TeLNo. Printl�ama g;gu�ro Date LocdAgtncyPtpmsmbdhn Richard Tesoriero PetaontoODataet (Pk 7s p Wpa--0 (Area Coda)TeiephoreXmbcr routAgucyBiddrspB o �(CoasbnaioQamtracu) Distribution: (1)Copy-Fwc01,s+ma copy tothoCA-ansD*iaLotdAsslstamwBa&ccr(DI.AE)Vebhh3QdaysofmatraaamvAon.Itg1me to smdacopy totbaDLABai6&30days ofeaahactexeaatoamayrC*WHnde-abligatioaoffimdsforlhisprojxt {Z Copy-Tacladain awardpackagetaCaltramDislriotLacelAsslstaote . (3 Original -I ocal agency fBes OB M04 C-22 Page 18-1 hne 29, 2012 EXIMIT 15-G Local Assistance Procedures Manual Local Agency Bidder DBE Commitment (Construetlon Contracts) INSTRUCTIONS - LOCAL AGENCY BIDDER DBE CONNUTMENT (CONSTRUCTION CONTRACTS) ALLBIDDERS: PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Pailure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs. Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names ofDBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier. Names of the First -Tier DBE ._ Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items ofwork in the "List of Subcontractors" submitted with your bid. There is a column for the DBE participation dollar amount Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100% of item is not to be performed or furnished by the DBE, describe exact portion oftime to be performed or furnished by the DBE) See Section `Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 1 S-G must be signed and dated by the person bidding. Also list a phone number in the space provided and Print the name of the poison to contact. Local agencies should complete the Local Agency Contract Award; Federal -aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing. Page 15-2 June 29, 2012 OB 12-04 C-23 Dotal Assistance Procedures Manual Exhibit 15-H t DBE Information - Good Faith Effort EXi MIT 15-H DBE]ENFORMAT1ox_GOOD FATTHl'�;FRORT5 DBE INFORMATION - GOOD FAITH ]EFFORTS Federal -aid Project No. 5181(177) Bid Opening Date. The. City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of • 2. L5 % for this project. The information provided herein shows that a good faith effort was made. Lowest, second Iowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE f' Commitment" form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment" forth may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. i The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The -names and dates of written notices sent to certified DBEs soliciting bids for this proj ect and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.). - Names of DBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation OR IZ-04 Page I5-1. ,Lune 29, 2012 C-24 Exhibit 15-H DBE Information -Good Faith Effort Local .Assistance Procedures Manual C. The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items {$) Of (YIN) Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons. for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the, work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of creditor insurance,. and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: Page 2 June 29, 2012 OB 12-04 C-25 I Local Assistance Procedures Manual Exhibit 1541 DBE Information - Good Faith Effort F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results k k H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): i NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. OB 12-04 Unified Certification Program Page 1 of 1 Back To Query Form Search Returned 1 Records Query Criteria Firm/DBA Name: logistical City: fresno Firm Type: DBE Firm ID Firm/DBA Name Address Linel Address Line2 City State Zip Codel Zip Code2 Mailing Address Linel Mailing Address Line2 Mailing City Mailing State Mailing Zip Codel Mailing Zip Code2 Certification Type EMail Contact Name Area Code Phone Number Fax Area Code Fax Phone Number Agency Name Counties Districts DBE NAICS ACDBE NAICS Work Codes 39438 DBA LOGISTICAL ENTERPRISES 4658 E. WEATHERMAKER FRESNO CA 93703 4658 E. WEATHERMAKER FRESNO CA 93703 DBE dennise@logisticalenterprises.com DENNISE RIVERA ( 559 ) 392-1124 (559) 347-0500 CITY OF FRESNO 00; 00; 423610; 541219; 561110; Mon Feb 09 15:37:08 PST 2015 C0686 ELECTRICAL & SIGNALS SUPPLIER; C0698 BUILDING MATERIAL SUPPLIER; C8701 BUSINESS ADMINISTRATION; F5060 ELECTRICAL GOODS; F5090 MISC DURABLE GOODS; F5190 MISC NONDURABLE GOODS; 18720 ACCOUNTING, AUDITING, & BOOKKEEPING; Licenses Trucks Gender F Ethnicity HISPANIC Firm Type DBE Back To Query Form http://www.dot.ca.gov/ucp/QuerySubmit.do 2/9/2015 Unified Certification Program Page 1 of 1 Back To Query Form Search Returned 1 Records Query Criteria Firm/DBA Name: ayus Firm ID 42425 Firm/DBA Name AYUS & CO Address Line1 20908 ITASCA STREET Address Line2 City CHATSWORTH State CA Zip COde1 91311 Zip Code2 Mailing Address Line1 Mailing Address Line2 Mailing City Mailing State Mailing Zip Code1 Mailing Zip Code2 Certification Type DBE Entail ayusandco@gmail.com Contact Name BABA A. OSINAME Area Code ( 323 ) Phone Number 474-4040 Fax Area Code ( 323 ) Fax Phone Number 879-4848 Agency Name DEPARTMENT OF TRANSPORTATION Counties 19; 30; 33; 36; 37; 42; 56; Districts 05; 07; 08; 11; 12; DBE NAICS 423310; 423320; 423330; 423390; 423610; 444190; ACDBE NAICS Mon Feb 09 15:38:34 PST 2015 Work Codes G1000 NON -STORE WHOLESALE MERCHANT; G1004 CONSTRUCTION MATERIAL WHOLESALER & DISTRIBUTOR; Licenses Trucks Gender M Ethnicity BLACK Firm Type DBE Back To Query Form http://www.dot.ca.gov/ucp/QuerySubmit.do 2/9/2015 'heck A License - License Detail - Contractors State License Board Page 1 of Contractor's License Detail for License # 862724 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. Business Information FLATIRON ELECTRIC GROUP INC 10188 E I-25 FRONTAGE RD FIRESTONE, CO 80504 Business Phone Number:(303) 485-4050 Entity Corporation Issue Date 08/11/2005 Expire Date 08/31/2015 License Status This license is current and active. I II information below should be reviewed. Classifications C10 - ELECTRICAL A - GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond This license filed a Contractor's Bond with TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. Bond Number: 105043173 Bond Amount: $12,500 s Effective Date: 07/19/2014 Contractor's Bond History Bond of Qualifying Individual This license filed Bond of Qualifying Individual number 015037718 for GRABINSKI RICHARD M in the amount of $12,500 with LIBERTY MUTUAL INSURANCE COMPANY. Effective Date: 10/22/2014 BQI's Bond History This license filed Bond of Qualifying Individual number 015037665 for HONAKER JAMES HUNT in the amount of $12,500 with LIBERTY MUTUAL INSURANCE COMPANY. Effective Date: 08/08/2014 BQI's Bond History Workers' Compensation ttps://www2.cslb.ca.gov/OnlineSer-vices/CheckLicenseII/LicenseDetail.aspx?LicNum=862724 2/9/201 'heck A License - License Detail - Contractors State License Board Page 2 of Policy Number:WC0913889908 Effective Date: 06/01 /2014 ?Expire Date: 06/01/2015 Workers' Compensation History Other Personnel listed on this license (current or disassociated) are listed on other licenses. ttps://www2.cslb.ca. gov/Online Services/CheckLicenseII/LicenseDetail.aspx?LicNum=862724 2/9/201 Personnel List - Contractors State License Board Page 1 of 2 Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License # 862724 Contractor Name FLATIRON ELECTRIC GROUP INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name PAUL CHARLES ROBERTS Title OFFICER Association Date 08/11/2005 Name RICHARD M GRABINSKI Title RMO Association Date 03/01 /2013 Classification A Name JAMES HUNT HONAKER Title RME Association Date 08/10/2012 Classification C10 Personnel No Longer Associated with License Name CURTIS EVAN WELTZ Title RMO / CEO / PRES Association Date 08/09/2010 Disassociation Date 01 /22/2013 Classification A https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/PersonnelList.aspx?LicNum=862... 2/9/2015 Personnel List - Contractors State License Board Page 2 of 2 Name TIMITHY JAMES ERNO Title RMO / CEO / PRES Association Date 08/11 /2005 Disassociation Date 05/07/2010 Classification C10 Additional There are additional classifications that can be viewed by selecting this link. Classification Name STEVEN EVERET KUJAWA Title RME Association Date 08/11/2010 Disassociation Date 08/10/2012 Classification C10 https://www2. cslb. ca. gov/OnlineS ervices/CheckLicenseIl/PersonnelList. aspx?L icNum=862... 2/9/2015 FLATIRON ELECTRIC GROUP, INC. 791 1-A PINE AVE. CHINO, CA 91708 rrt �';s Y A xt�Fr,, �t 7,� `" 'f 3e tr' !' y'r,•a r#*r a; r'�aa Rtl f',', V- ZN 'ate = m r S w dz - kt -a� -.,�. � wY �a %,Fra"�' • d - "ztt r .� ! �. ,�h 1. .EALE . BI . 0 ATIR ,N LECTR,C YR ,U CITY OF HUNTINGTON BEACH 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 ATTN: CITY CLERK g�t�?f�,t�'�fi „3Gi u 6 r � �, �, ;� �„ "b°""�y�' S s M Y �± C S"' ,�' #fir, , ' •� yam" A� R y.. fi`fs ik� 1 ry s `''• Tyri' " t '•' ' e�' Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language FHWA-1273 — Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 1. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention Vill, False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Govemmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1, Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625- 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title Vi of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are Incorporated.by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "it is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on- the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so Page 8 of 22 DLA-OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G 3, Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. Required Federal -aid Contract Language b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c, The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each Investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on- the-job training programs for the geographical area of contract performance. In the event a,special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. T. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b, The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency Page 9 of 22 August 12; 2013 Local Assistance Procedures Manual Exhibit 12-G and shall set forth what efforts have been made to obtain such information. d. In the -event the union is unable to provide the contractor with reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualiflable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. in the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b) a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and DLA-OB 13-06 Required Federal -aid Contract Language (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the -duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Fora, FFIWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect,and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities"' includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND.RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within thesight-of-way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from'the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Page 10 of 22 August 12, 2013 Local Assistance Procedures Manual Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1 A. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage.and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the-30- day period that additional time is necessary. 111XWO114951T1 Required Federal -aid Contract Language (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the, benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any.costs reasonably anticipated in providing bona fide fringe benefits undera plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis - Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. in the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may; after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such Violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. Page 11 of 22 August 12, 2013 Local Assistance Procedures Manual .Exhibit 12-G b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http:11www.dol.govlesa/whdlforms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(4) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this, section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the Required federal -aid Contract. Language contracting agency,or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her First 90 days of probationary employment as an apprentice in such an apprenticeship program, who Is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen, on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the jobsite in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shali,be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe.benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. Page 12 of 22 DLA-OB 13-06 August 12, 2013 Local Assistance Procedures Manual The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor withr all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. DLA-OB 13-06 Exhibit 12-G Required Federal -aid Contract Language 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the. Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1.Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless•such laborer or mechanic receives compensation ata rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such Workweek. 2. Violation; liability for unpaid wages; liquidated damages. in the event of any violation of the clause set forth in paragraph (1:) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be.computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contractwith the same Page 13 of 22 August 12, 2013 Local Assistance Procedures Manual prime contractor, or any otherfederally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the. clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own he (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees: (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract DLA-OB 13-06 Exhibit 12-G Required Federal -aid Contract Language requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed.to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. it is a condition of this contract, and shall be made condition of each subcontract, which the contractor enters into pursuent to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). Vill. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places Page 14 of 22 August 12, 2013 Local Assistance Procedures Manual where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 18C and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. Exhibit 12-G Required Federal -aid Contract Language b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide"the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://vvww.epls.yov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and Page 15 of 22 DLA-GB 13-06 August 12, 2013 Local Assistance Procedures Manual information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (0 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 Exhibit 12-G Required Federal -aid Contract Language and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has•entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered Into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (17ttps //wNvw.e)ls.govn, which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. L Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. Page 16 of 22 DLA-OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, 'Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails -to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. Page 17 of 22 DLA-013 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12=G Required Federal -aid Contract Language 12. FEMALE AND MIONORITY GOALS To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal -Aid Construction Contracts," the following are goals for female and minority utilization goals for Federal -aid construction contracts and subcontracts that exceed $10,000: The nationwide goal for female utilization is.6.9 percent. The goals for minority utilization [45 Fed Reg 65984 (10/3/1980)] are as follows: MINORITY UTILIZATION GOALS Goal Economic Area (Percent Redding CA: 174 Non-SMSA (Standard Metropolitan Statistical Area) Counties: 6.8 CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama Eureka, CA 175 Non-SMSA Counties: 6.6 CA Del Norte; CA Humboldt; CA Trinity San Francisco -Oakland -San Jose, CA: SMSA Counties: 7120 Salinas -Seaside -Monterey, CA 28.9 CA Monterey 7360 San Francisco -Oakland 25.6 CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 7400 San Jose, CA 176 CA Santa Clara, CA 19.6 7485 Santa Cruz, CA CA Santa Cruz 14.9 7500 Santa Rosa CA Sonoma 9.1 8720 Vallejo -Fairfield -Napa, CA CA Napa; CA Solano 17.1 Non-SMSA Counties: CA Lake; CA Mendocino; CA San Benito 23.2 Sacramento, CA: SMSA Counties: 6920 Sacramento, CA 16.1 177 CA Placer; CA Sacramento; CA Yolo Non-SMSA Counties 14.3 CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA Yuba Stockton -Modesto, CA: SMSA Counties: 5170 Modesto, CA 12.3 178 CA Stanislaus 8120 Stockton, CA 24.3 CA San Joaquin Non-SMSA Counties 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne Page 18 of 22 DLA-OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 179 Fresno -Bakersfield, CA SMSA Counties: 0680 Bakersfield, CA CA Kern 2840 Fresno, CA CA Fresno Non-SMSA Counties: CA Kings; CA Madera; CA Tulare 19.1 26,1 23.6 Los Angeles, CA: SMSA Counties: 0360 Anaheim -Santa Ana -Garden Grove, CA 11.9 CA Orange 4480 Los Angeles -Long Beach, CA 28.3 CA Los Angeles 6000 Oxnard -Simi Valley -Ventura, CA 21.5 180 CA Ventura 6780 Riverside -San Bernardino -Ontario, CA 19.0 CA Riverside; CA San Bernardino 7480 Santa Barbara -Santa Maria -Lompoc, CA 19.7 CA Santa Barbara Non-SMSA Counties 24.6 CA In o; CA Mono; CA San Luis Obispo San Diego, CA: SMSA Counties 7320 San Diego, CA 16.9 181 CA San Diego Non-SMSA Counties 18.2 CA Imperial For each July during which work is performed under the contract, you and each non material -supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms byAugust 15. 13. FEDERAL TRAINEE PROGRAM For the Federal training program, the number of trainees or apprentices is This section applies if a number of trainees or apprentices is specified in the special provisions. As part of your equal opportunity affirmative action program, provide on-the-job training to develop full journeymen in the types of trades or job classifications involved. You have primary responsibility for meeting this training requirement. If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in your subcontract. Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1 st year of apprenticeship or training. Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability of journeymen in the various classifications within a reasonable recruitment area. Before starting work, submit to the City/County of Page 19 of 22 DLA-OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 1. Number of apprentices or trainees to be trained for each classification 2. Training program to be used 3. Training starting date for each classification Obtain the City/County's of approval for this submitted information before you start work. The City/County of credits you for each apprentice or trainee you employ on the work who is currently enrolled or becomes enrolled in an approved program. The primary objective of this section is to train and upgrade minorities and women toward journeymen status. Make every effort to enroll minority and women apprentices or trainees, such as conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the extent they are available within a reasonable recruitment area. Show that you have made the efforts. In making these efforts, do not discriminate against any applicant for training. Do not employ as an apprentice or trainee an employee: 1. In any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman 2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training Ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. Your records must show the employee's answers to the questions. In your training program, establish the minimum length and training type for each classification. The City/County of and FHWA approves a program if one of the following is met: 1. It is calculated to: ® Meet the your equal employment opportunity responsibilities ® Qualify the average apprentice or trainee for journeyman status in the classification involved by the end of the training period 2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it is administered in a way consistent with the equal employment responsibilities of Federal -aid highway construction contracts Obtain the State's approval for your training program before you start work involving the classification covered by the program. Provide training in the construction crafts, not in clerk -typist or secretarial -type positions. Training is allowed in lower level management positions such as office engineers, estimators, and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the division office. Off -site training is allowed if the training is an integral part of an approved training program and does not make up a significant part of the overall training. The City/County of reimburses you 80 cents per hour of training given an employee on this contract under an approved training program: 1. For on -site training 2. For off -site training if the apprentice or trainee is currently employed on a Federal -aid project and you do at least one of the following: ® Contribute to the cost of the training ® Provide the instruction to the apprentice or trainee ® Pay the apprentice's or trainee's wages during the off -site training period 3. If you comply this section. Page 20 of 22 DLA-OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required, Federal -aid Contract Language Each apprentice or trainee must: 1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or trainee's skill 2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work classification or until the apprentice or trainee has completed the training program Furnish the apprentice or trainee: 1. Copy of the program you will comply with in providing the training 2. Certification showing the type and length of training satisfactorily completed 14. TITLE ICI ASSURANCES During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows: (1) Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement. (2) Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub -applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations. (3) Solicitations for Sub -agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub -agreement, including procurements of materials or leases of equipment, each potential sub -applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR'S obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. (4) Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the California Department of Transportation or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CONTRACTOR is in, the exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to the California Department of Transportation or the FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information. (5) Sanctions for Noncompliance: In the event of CONTRACTOR's noncompliance with the nondiscrimination provisions of this agreement, the California Department of Transportation shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: (a) withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or (b) cancellation, termination or suspension of the Agreement, in wholeor in part. (6) Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub -agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. Page 21 of 22 DLA-OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language CONTRACTOR shall take such action with respect to any sub -agreement or procurement as the California Department of Transportation or FHWA may direct as a means of enforcing such provisions including sanctions, for noncompliance, provided, however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub -applicant or supplier as a result of such direction, CONTRACTOR may request the California Department of Transportation enter into such litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States,to enter into such litigation to protect the interests of the United States. MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS SECTION Page.22 of 22 DLA-OB 13-06 August 12, 2013 Client#: 240 FLATELECTR ACORD- CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDNYYY) 5/01/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Turner Surety & Ins. Brokerage, Inc. 650 From Road Suite 295 CONTACT Marsha Vernon PHONE (AA ATC C, No201 �Exth -267-7500 j plc No). 201-267-7532 A DRESS: mvernon@tsibinc.com -- — Paramus, NJ 07652 INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Zurich American Insurance Compa 16535 INSURED i INSURER B :Allied World Assurance CO 16624 Flatiron Electric Group, Inc. 7911-A Pine Avenue INSURER C : Chino, CA 91708 INSURER D : INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR TYPE OF INSURANCE NSRL WV RI POLICY NUMBER MWDDmYY M /M DIDY EXP LIMITS A GENERAL LIABILITY Y Y IGLO593970706 6/01/2014 06/01/2015 EACH OCCURRENCE s2,000,000 X COMMERCIAL GENERAL LIABILITY _ CLAIMS -MADE I Xi OCCUR i I PREMISESOERaEoNcouEnence $500000 MED EXP (Any one person) $1 O 000 PERSONAL RADVINJURY s2,000,000 X Al: IJGL 1175 I GENERAL AGGREGATE $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $4,000,000 POLICY X jRa LOC $ A AUTOMOBILE LIABILITY Y Y BAP593970806 D610112014 06101/2015 COMBINED SINGLE LIMIT Ea acciden $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO X ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS X AUTOS i BODILY INJURY (Per accident) $ PROPERTY DAMAGE IPer accident) - $ B X UMBRELLA LIAS X occu� Y Y 03084113 6/01/201406/01/2015EACHoccuRRENcE $5000,000 EXCESS LU18 !CLAIMS -MADE !AGGREGATE S5 000 000 DED RETENTION$ S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER EXECUTIVE Y / N OFFICERIMEMBER EXCLUDED? 7 (Mandatory In NH) i NIA Y I WC0913889908 i 6/01/2014 06I01/201 X WC STATU- OTH- E.L. EACH ACCIDENT $1 000 000 E.L. DISEASE - EA EMPLOYEE $1 000 000 If yes, describe under DESCRIPTION OF OPERATIONS below III I E.L. DISEASE - POLICY LIMIT $1,000,000 I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Project Description: Traffic Signal and Interconnect Conduit Installation at thPistler NI&FORM Avenue at Bushard Street and Magnolia Street and Yorktown Avenue A !'li Owner/Location: City of Huntington Beach, Huntington Beach, California Project Number: CC 1464 FEG Job Number: 5425 r (See Attached Descriptions) By: City of Huntington Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: David Verone ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach, CA 92648 I AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S43188/M34838 MV DESCRIPTIONS Contract Value: $525,212.00 The following are included as Additional Insureds as respects to Commercial General Liability as required by written contract and/or written agreement and coverage applies only as respects work to be performed by the Named Insureds. The following is an Additional Insured on the Automobile Liability Policy but only to the extent they meet the definition of an insured in the policy, which provides in pertinent part that an insured includes anyone liable for the conduct of an insured but only to the extent of that liability. Additional Insureds: City of Huntington Beach as Owner and their appointed and/or elected officials, directors, officers, employees, agents and volunteers while acting within their scope of their duties and as required by written contract and/or written agreement. All coverages, terms, conditions and exclusions of the policies apply. The General Liability coverage applies on a Primary and Non -Contributory basis per the policy terms and conditions but only if required by written contract and/or written agreement. This Certificate of Insurance represents coverage currently in effect and may or may not be in compliance with any written contract and/or written agreement. The General Liability, Automobile Liability and Workers Compensation Policies include a Waiver of Subrogation in favor of the Additional insured by only if required by written contract and/or written agreement. Policies currently in effect will be renewed on the applicable Expiration Dates as required with the current terms and conditions unless cancelled. * The following cancellation conditions always apply: - Ten (10) Days for Non -Payment of Premium. If Policy shown, Ten (10) days for Workers' Compensation for fraud; material misrepresentation; Non -Payment of Premium; other reasons approved by the Commissioner of Insurance. All other Notices of Cancellations Thirty (30) Days apply. SAGITTA 25.3 (2010/05) 2 of 2 #S43188/M34838 POLICY NUMBER: GLos93970706 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. llf: ,4 t.,� 1 t' i , r- ram This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations City of Huntington Beach as Owner and their appointed Project Description: Traffic Signal and Interconnect and/or elected officials, directors, officers, employees, Conduit Installation at the Intersections of Adams agents and volunteers while acting within their scope Avenue at Bushard Street and Magnolia Street of their duties and as required by written contract and Yorktown Avenue and/or written agreement Owner/Location: City of Huntington Beach, Huntington Beach, California Proiect Number: CC 1461 j Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily Injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1, The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury' or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 @ Insurance Services Office, Inc., 2012 Page 1 of 2 Wolters Kluwer Financial Services I Uniform Forms7l" C. With respect to the insurance afforded to these additional insureds, the following is added to Section lift — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 2010 0413 POLICY NUMBER: GLO593970706 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. �� 'i �, • I�`` �ii; i }; t �• i ,t'` i se 4 4_ �, I,j # .,§ = di : ,�=t { ,•i "� d•3 �i 1 ids g. f q `if *[ A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Flame Of Additional Insured Person(s) Or Organizations I Location And Description Of Completed Operations City of Huntington Beach as Owner and their appointed and/or elected officials, directors, officers, employees, agents and volunteers while acting within their scope of their duties and as required by written contract and/or written agreement. Project Description: Traffic Signal and Interconnect Conduit Installation at the Intersections of Adams Avenue at Bushard Street and Magnolia Street and Yorktown Avenue Owner/Location: City of Huntington Beach, Huntington Beach, California Project Number. CC 1464 I information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11— Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However. 1; The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. if coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. S. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 Wolters Kluwer Financial services I Uniform FormsTM POLICY NUMBER: BAPS93970806 7 This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM COMMERCIAL AUTO CA 20 48 10 13 With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Blamed Insured: Flatiron Electric Group, Inc. Endorsement Effective Bate: 06/01 /2014 SCHEDULE Blame Of Person(s) Or Organization(s): Any Person or Organization with whom you have agreed, through Written Contract, Agreement or Permit, executed prior to the Loss, to provide Additional Insured Coverage. Information required to complete this Schedule, if not shown above will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Wolters Kluwer Financial Services I Uniform Forms'"" Other Insurance Amendment ® Fury And Non - Contributory Policy No. J Eff. Date of Poi. I ExP. Date of Poi. Eff; Date of End. I Producer No. AM. Preen Retum Prem. GLO593970706 06/01 /2014 06/01 /2015 06/01 /2014 NIA NIA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named insured: Flatiron Electric Group, Inc. Address (including ZIP Code): 7911-A Pine Avenue, Chino, CA 91708 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph Is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional Insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV o Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, In which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-B CW (04113) Includes eowriehted material of Inruirancm Rprviewn of np tnr. -Aria, Ife n&rmieeb... Page 1 of 1 Waiver ®f Subrogation (Blanket) Endorsement Policy No. Ell Date of PoL Eap. Date of Pot. EM Date of End. h*&. Add'i. Preen Return Preen GL05939701706 06/01 /2014 1 06/01 /2015 1 06/01 /2014 N/A s N/A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreanent, which is executed before a loss, to waive your rights of recovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-8 Cw (12101) Page I of t Waiver Of Transfer Of Rights Of Recovery Against Others To Us IPolicy No. E ff. Date of Pal. Exp. Date of Pol. E ff. Date of End. Agency No. Add]. Prem. Retum Prem. BAP5939708061 06/01 /2014 06/01 /2015 1 06/01 /2014 N/A N/A This endorsement is issued by the company named in the Declarations. It changes the policy on the effective date listed above at the hour stated in the Declarations. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Flatiron Electric Group, Inc. Address (including 2IP code): 7911-A Pine Avenue, Chino, CA 91708 This endorsement modifies insurance provided under the: Business Auto Coverage Form Truckers Coverage Form Garage Coverage Forth ]Motor Carrier Coverage Form Name of Person or Organization: ALL PERSONS CONTRACT OR ACCIDENT OR POLICY SCHEDULE AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE LOSS, TO PROVIDE WAIVER OF SUBROGATION UNDER THIS We waive any right of recovery we may have against the designated person or organization shown in the schedule because of payments we make for injury or damage caused by an "acciilenf or "loss" resulting from the ownership, maintenance, or use of a covered "auto" for which a Waiver of Subrogation is required in conjunction with work performed by you for the designated person or organization. The waiver applies only to the designated person or organization shown to the schedule. U-CA-320-B CW (4/94) Page I of 1 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause' need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 06/01/2014 at 12:01 A.M. standard time, forms a part of (DATE) Policy No. WC0913889908 Issured to: Flatiron Electric Group, Inc. Insurance Company: Zurich American Insurance Co. Premium (if any) $ Ind We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 0% of the California workers' compensation pre- mium otherwise due on such remuneration. Schedule Person or Organization ALL PERSONS AND/OR ORGANIZATIONS THAT REQUIRE A WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION WC 252 (4-84) WC 04 03 06 (Ed. 4-84) Job Description Page 1 of 1 RECEIVED BY: (Name) (Date) TO: FROM: DATE: SUBJECT: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON REACH INTERDEPARTMENTAL COMMUNICATION City Treasurer City Clerk Bond Acceptance I have received the bonds for CAPITAL PROJECTS (includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. MSC No. Other No. g:/forms/bond transmittal to treasurer (Company Name) Approved Agenda Item No City Clerk Vault No Ar— (coug& Appr vai Date) SIRE System ID No. � EXECUTED IN DUPLICATE PREMIUM AMOUNT INCLUDED P"MENT BOND IN THE PERFORMANCE BOND Bond No. 015048028 (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS, the City of Huntington Beach (hereinafter referred to as "City") has awarded to Flatiron Electric Group, Inc.; 7911-A Pine Avenue, Chino, CA 91708 (name and address of Contractor) (hereinafter referred to as "Principal"), a contract ("Contract") for the work described as follows: Traffic Signal Modification & Interconnect Conduit Installation at the Intersections of Adams Avenue; at Bushard Street and Magnolia Street at Yorktown Avenue; Contract # 1464; Flatiron Project # 5425 (project title) -- --------.----WHEREAS;-Principal-is-required-under-the--terms-of-the-Contract-and--the California Civil-Code-#o secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW THEREFORE, we, the undersigned Principal, and Liberty Mutual Insurance CoM2pyi 175 Berkeley Street, Boston, MA 02116 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety'), as Surety, are held and firmly bound unto City in the penal sum of Five Hundred Twenty Five Thousand Two Hundred Twelve and 00/100 dollars----------------------------------------------- ------------------------------------ dollars, ($ 525,212.00 ), this amount being not less than one hundred percent (100%) of the total price set forth in the Contract, in lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, and each of our heirs, executors, administrators, successors, and assigns, jointly and severalty, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his, her, or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code ("Claimants") for all labor, materials or services used or reasonably required for use in performance of the work described In the Contract, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract, Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract, or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release .......the-. obligations..of..Surety .under this ..bond..... Surety hereby. waives. notice of. any .such .change, 2,nswi PAYMENT BOND Page 1 of 2 CALIFORNIA ALL-PU"OSE ACKNOWLEDGMENT 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 San Bernardino On April 30, 2015 before me, Shawn R. Bradfield, Notary Public Date Here Insert Name and Title of the Officer (e.g., "Jane Doe, Notary Public") personally appeared Richard Tesoriero Name(s) of Signer(s) SHAWN R. BRADFIELD Commission # 109416 Z:t Z :A_. Notary Public - California z Z D Riverside County My Comm. Expires May 9, 2015 who proved to me on the basis of satisfactory evidence to be the person(§) whose nameN War.-, subscribed to the within instrument and acknowledged to me that he/she hey executed the same in his/herAheir authorized capacit)0w), and that by his/herftheir signatureW on the instrument the person(, or the entity upon behalf of which the person 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. Signature � � �� ; �, - � Rv,�� tic Signature of Notary Public OPTIONAL 1 Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Payment Bond Document Date: April 20, 2015 Number of Pages: Signer(s) Other Than Named Above: Maria L. Spadaccini, Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Richard Tesoriero ❑ Individual ❑ Corporate Officer — Title(s): Vice President ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing:Flatiron Electric Group, Inc. Signer Is Representing: CORPORATE ACKNOWLEDGMENT Form 152 STATE OF NEW JERSEY COUNTY OF BERGEN On this 20TH day of APRIL , 2015 , before me personally came MARIA L. SPADACCINI to me known, who, being by me duly sworn, did depose and say that she/he resides in HAWTHORNE, NEW JERSEY that she/he is the ATTORNEY IN FACT of the LIBERTY MUTUAL INSURANCE COMPANY the corporation described in and which executed the above instrument that she/he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/his name thereto by like order. (SEAL) Mary Public for New Jersey My Commission Expires Februmy 18, 2019 10� LibePt , Alutual, SURETY Assets LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2014 Cash and Bank Deposits........................................1 $744,221,142 *Bonds—U.S Government ..................................... 1,718,117,704 *Other Bonds............................................................ 11,205,872,087 *Stocks..................................................................... 9,533,437,819 Real Estate.............................................................. 277,742,849 Agents' Balances or Uncollected Premiums........... 4,150,041,316 Accrued Interest and Rents ..................................... 129,261,358 Other Admitted Assets .............................................. 14,896,464,393 Total Admitted Assets ..................................... 655 15R 66R Liabilities Unearned Premiums ................................................ $6,288,178,795 Reserve for Claims and Claims Expense ................. 16,879,324,618 Funds Held Under Reinsurance Treaties ................. 211,983,009 Reserve for Dividends to Policyholders .................. 1,246,547 Additional Statutory Reserve .................................. 40,877,587 Reserve for Commissions, Taxes and Other Liabilities ................................................ 2,664,248.124 Total................................................................. $26,085,8589680 Special Surplus Funds ................. $53,954,363 Capital Stock ............................... 10,000,000 Paid in Surplus ............................ 8,829,117,542 Unassigned Surplus ..................... 7,676,228,083 Surplus to Policyholders ............................... 16,569,299,988 Total Liabilities and Surplus................................�42.655.15R 66R `JP 0 3 R1T 2C - Fo * Bonds are stated at amortized or investment value; Stocks at Association Market Values. 1912 The foregoing financial information is taken from Liberty Mutual Insurance Company's financial 9SSqC,T� statement filed with the state of Massachusetts Department of Insurance. i I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2014, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 20th day of March, 2015. Assistant Secretary S-1262LMIC/a 3/15 THIS POWER OF ATTORNEY IS NOT I 1D UNLESS IT IS PRINTED ON RED BACKC UND. This,Power of Attorney limits the acts of those name, _rein, and they have no authority to bind the Company excel. , the manner and to the extent herein stated. Certificate No. 6754598 d i N d w E ai American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Alice McLaughlin; Maria L. Soadaccini; Mary R. McKee; Nicholas F. Walsh; Sherryanne M. DePirro all of the city of Paramus , state of NJ each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 22nd day of October , 2014 A'4`— ,, yy",NY 'f:SL•s, ^:S i;p„ f try t . 91 j > t,s 7903 yfc ? , xt. rw �rc.4 1 91 STATE OFPENNSYLVANIA COUNTY OF MONTGOMERY American Fire and Casualty Company -a The Ohio Casualty Insurance Company w Liberty Mutual Insurance Company West merican Insurance Company N By: > David M. Care ,-Assistant Secretary I E On this 22nd day of October 2014 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscrbecP a and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. cOMrvo ,� t Yt.vr��iA I %�/,�V4 `erg .r.. ' sit= � G �¢`'„By; y- r'ip' McrnlgnT,,"r3 `-" "ty Teresa Pastella Notary Public C- W M.crn=n:;st.tnEx:r.; ,7f<23 21C'17 �'h ..i'"� $ ;.^U^"DP:.c'P:'ii•"iy vd"3 i3=.. _. c... ..,. ."\:J::i:€PC• O >> N 'W d OE Q 0 Q M O'T 3� O 0E This Power of Attorney is made and execute �` ti o. hd ` f ority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance rn p .. M;r Company, Liberty Mutual Insurance Company, end WestAme can Insurance Company which resolutions are now in full force and effect reading as follows: 5 ARTICLE IV- OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject O E to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, >% y acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective 3 powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so a> executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under > c the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, w N E and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, L. M seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so o 0 r executed such instruments shall be as binding as if signed by the president and attested by the secretary. O to Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in- F- r fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. O ,�015 2 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of APR , 20 ?¢v Ck:� MY fI1'5(s,9 al ::,Si7° a44\SUi7,;F 1991 u w`• Gregory W. Davenport, Assistant Secretary LMS_12873_122013 425 of 500 EXECUTED IN DUPLICATE Bond No. 015048028 PREMIUM AMOUNT: $3,939.00 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereinafter referred to as "City") has, by written agreement dated April 16 , 2015 , entered into a contract with Flatiron Electric Group, Tnc-- 791 ]-A Pine -Avenue, C binn CA 91709 (name and address of Contractor) (hereinafter referred to as "Principal"), for performance of the work described as follows: Traffic Signal Modification & Interconnect Conduit Installation at the Intersections of Adams Avenue; at Bushard Street and Magnolia Street at Yorktown Avenue; Contract # 1464; Flatiron Project # 5425 ............................ .............. - -- --- - - - -. -- - ---- - - --.......-....._...................-..-.._...... (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full. WHEREAS, said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract. NOW THEREFORE, we, the undersigned, as Principal, and Liberty Mutual Insurance Company 175 Berkeley Street, Boston, MA 02116 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as 'Surety"), as Surety, are held and firmly bound unto City in the penal sum of Five Hundred Twenty Five Thousand Two Hundred Twelve and 00/100 dollars ---------------------------------- Dollars ($ 525,212.00 ), this amount being not less than one hundred percent of the price set forth in the Contract, in lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly, fully and faithfully perform each and all of the covenants, obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered, amended or modified from time to time; and, if the Principal shall indemnify and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred to as "Obligees") from any and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal In the performance of any or all of the terms or the obligations of the Contract, including all alterations, amendments and modifications thereto, and any warranties or guarantees required thereunder; then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees, for value received, that no adjustment of the time or price in the Contract or any alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, shall in any way affect, limit, restrict, impair or release the obligations of the Surety under this. Bond..Sur .. y.waives notice of any adjustment of contract time, or contract price, and, 277591.1 Page 1 of 2 PERFORMANCE BOND Bond No. 015048028 any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations, changes, deletions, additions or other modifications. Surety agrees to provide written confirmation of such adjustments -in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code §§ 2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: April 20, 2015 ATTEST (Corporate Seal) AC WITNESS: Ma . McKee (Attach Attorney -in -Fact Certificate) Flatiron Electric Group, Inc. (Principal Name) By: J Name: Richard Tesoriero Vice President (Surety By: r V c= Name: Maria( L-fpadaccini. Atornev-In-Fact (Signature of Attorney -In -Fact for Surety) ( 212) 719-7750 (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY 0 UNTINGTON BEACH � YT By. ennlfe�Mth %j$��� ity Attorney Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as atforney-in-fact most be attached. 277591.1 PERFORMANCE BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 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 San Bernardino On April 30, 2015 before me, Shawn R. Bradfield, Notary Public Date Here Insert Name and Title of the Officer (e.g., "Jane Doe, Notary Public' personally appeared Richard Tesoriero Name(s) of Signer(s) SHAWN R. BRADFIELD Commission # 1932416 Notary Public - California z Z •� D .o Riverside County My Comm. Expires May 9, 2015 who proved to me on the basis of satisfactory evidence to be the persons whose name(54 is/are, subscribed to the within instrument and ill acknowledged to me that he/�ey executed the same in his/leF44+eir authorized capacity(ieQ, and that by his/hep4heir signatureN on the instrument the person,N), or the entity upon behalf of which the personN 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. Signature, �,�a- -� E.. Signature of Notary Public 1 OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance Bond Document Date: April 20, 2015 Number of Pages: Signer(s) Other Than Named Above: Maria L. Spadaccini, Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Richard Tesoriero Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Title(s): Vice President El Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Attorney -in -Fact ❑ Trustee ❑ Trustee 0 Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing:Flatiron Electric Group, Inc Signer Is Representing: CORPORATE ACKNOWLEDGMENT Form 152 STATE OF NEW JERSEY COUNTY OF BERGEN On this 20Tx day of APFJL MARIA L. SPADACCINI 2015 , before me personally came to me known, who, being by me duly sworn, did depose and say that she/he resides in HAWTHORNE, NEW JERSEY that she/he is the ATTORNEY IN FACT of the LIBERTY MUTUAL INSURANCE COMPANY the corporation described in and which executed the above instrument that she/he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/his name thereto by like order. (SEAL) 1! 1 O �l� Staler _ban W Notary Public for New Jersey My Commission Expires February 16, 2019 LibertA, SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2014 Assets Cash and Bank Deposits ......................................... $744,221,142 *Bonds —U.S Government ..................................... 1,718,117,704 *Other Bonds............................................................ 11,205,872,087 *Stocks..................................................................... 9,533,437,819 Real Estate.............................................................. 277,742,849 Agents' Balances or Uncollected Premiums........... 4,150,041,316 Accrued Interest and Rents ..................................... 129,261,358 Other Admitted Assets .............................................. 14.896,464,393 Total Admitted Assets ..................................... 542,b55,]�R,66R Liabilities Unearned Premiums ................................................ $6,288,178,795 Reserve for Claims and Claims Expense ................. 16,879,324,618 Funds Held Under Reinsurance Treaties ................. 211,983,009 Reserve for Dividends to Policyholders .................. 1,246,547 Additional Statutory Reserve .................................. 40,877,587 Reserve for Commissions, Taxes and Other Liabilities ................................................ 2.664,248,124 Total................................................................. $26,085,8589680 Special Surplus Funds ................. $53,954,363 Capital Stock ............................... 10,000,000 Paid in Surplus ............................ 8,829,117,542 Unassigned Surplus ..................... 7,676,228,083 Surplus to Policyholders ............................... 16,569,299,988 Total Liabilities and Surplus................................$42 05 15R.66R �JP ON OR4T y(` 1 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. 1912 i The foregoing financial information is taken from Liberty Mutual Insurance Company's financial S.ICH = statement filed with the state of Massachusetts Department of Insurance. a 1, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2014, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 20th day of March, 2015. Assistant Secretary S-1262LMIC/a 3/15 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 6754596 N d d c L v d O L O i L OO 0 c� L E� L .y 02 �v 10 C L Z t) American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Alice McLaughlin; Maria L. Soadaccini; MarvR. McKee: Nicholas F. Walsh: Sherrvanne M. DePirro all of the city of Paramus state of NJ each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 22nd day of October 2014 American Fire and Casualty Company �� 1� ``�`�c�° �•- �r�, � `-.;.;,•:, ': �`< The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican Insurance Company •'_M STATE OF PENNSYLVANIA ss David M. Care , -Assistant Secretary COUNTY OFMONTGOMERY On this 22nd day of October , 2014 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscrjbed-mywname and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. lob Teresa Pastella , Notary Public �;. ,^..�': ...i»�" � ;.">,.,��-r,�c`"flSY•.��+z:; ;i c.J.S.?^•^.,^t ';,',.Tlti .•. This Power of Attorney is made and executers1RdG t and, adttiority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, andesiA%rtcan Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of APR 2 0 2015 20 By: Gregory W. Davenport, Assistant Secretary O Ci Cn AW d C E 0 Q Q M O O E N O � O i+ Oc d d 3 �o w00 N M 0 vo m F� e= LMS_12873_122013 423 of 500 Certification of Compliance with prevailing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach; C4 92648 Re: Certification of Compliance with Prevailing Wage La�Ts Contract: Project: The undersigned contractor on the above -referenced project ("Project") hereby certifies that all laborers. mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification of work, as set forth in the wage -rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of _ 20 at , California. (Contractor Name) By: Michael Gates City Attorney i Certification of Compliance with Title VE of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title ti lI of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: Proj ect: The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246. and has not discriminated against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, color, religion; sex, sexual orientation, gender identity, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of , 20 , at , California. (Contractor Name) By: Michael Gates City Attorney 1 I, i. (Name of Declarant) CONTRACTOR'S CERTITICATE state and certify that: is the general contractor to the City, of Huntington Beach ("City"" on Contract No. for the construction of the public work of improvement entitled: (the "Contract") (the `'Project''}. 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). Except for the claims listed below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project including all claims against the contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at on this day of , 20 (Signature of Declarant) APPROVED AS TO FORM Michael Gates City Attorney 1 - - Z7 8 r.: City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. )Flynn, City Clerk May 26, 2015 Flatiron Electric Group, Inc. 7911-A Pine Avenue Chino, CA 91708 Re: Traffic Signal Modification & Interconnect Conduit Installation — CC-1464 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 536-5517. JF:pe Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Contractor's Certificate Certificate of Compliances Bid Bond (original) Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand RECEIVED, BY: CITY CLERK RECEIPT COPY / Return DUPLICATE to Clerk'sCity Office (Name) after s gning/dating 1 . (Date) J , CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk �f t/ DATE: �77/ /�pj- SUBJECT: Bond Acceptance I have received the bonds for CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No.(� MSC No. Other No. g:/forms/bond transmittal to treasurer (Company Name) 0 Approved 3 4"//S-- (Council Approval Date) Agenda Item No. City Clerk Vault No. 0, SIRE System ID No. A� a CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND All American Asphalt FOR City Beach Parking Lot Pavement Rehabilitation THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and All American Asphalt, a California corporation, hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as City Beach Parking Lot Pavement Rehabilitation Project in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows: 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in 1 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK: PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Department of Public Works of CITY, and any revisions, amendments or addenda thereto; 2 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab D. The current edition of Standard Specifications for Public Works Construction, published by Builders' News, Inc., 10801 National Boulevard, Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein 3 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed four hundred fifty one thousand six hundred sixty one Dollars ($451,661.00), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within Twenty (20) consecutive Working days from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion 4 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change there from is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to 5 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 6 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of Five hundred dollars 500.00) per day for each and every working days delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless DPW shall grant a further period of time), notify DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefore is presented in writing to CITY within fifteen (15) days of the commencement of such delay. 8 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. CHANGES IN WORK A. Definitions. (1) "Change Order" means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3, or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR or CITY for changes in the work as stipulated in the contract documents. B. No Change Order may be granted except where the CONTRACTOR has submitted a Demand to the DPW (or his or her written designee). All Demands shall be submitted promptly, but in no event later than fifteen (15) days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen (15) days after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested, whichever is greater. 9 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab C. Notwithstanding the fifteen (15) days to submit a Demand under Subparagraph C, in the case of changed conditions or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions immediately, so that the CITY may promptly investigate the conditions. D. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the DPW, in writing, either within fifteen (15) days of receipt of the DPW's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively, and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request, the DPW shall schedule a meet and confer conference within thirty (30) days to seek to resolve. E. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the DPW shall issue a written decision on the claim within a reasonable time. F. Following the meet and confer conference, if the Demand remains in dispute, the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 10 City Funded Contract— CC-1484 Beach Parking Lot Paving Rehab 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. 11 City Funded Contract— CC-1484 Beach Parking Lot Paving Rehab When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided, however, that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 12 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any, to be set forth in CONTRACTOR's affidavit covering disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all, claims, damages, losses, expenses, judgments, demands defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or 13 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 19. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 20. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability 14 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents, and volunteers (the "Additionally Insured Parties") as Additional Insured, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above -mentioned insurance contain a self - insured retention without the express written consent of CITY; however an insurance policy "deductible" of $5,000.00 is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 15 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insured's, to the City Attorney for approval prior to any payment hereunder. 22. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent 16 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab jurisdiction which arises out of performance of this agreement within ten (10) days of receipt of such claim or claims. 23. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 24 and any damages shall be assessed as set forth in Section 24. 24. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven (7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for 17 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab convenience, the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 25. DISPOSITION OF PLANS ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 26. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 27. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 28. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any 18 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100) for every Stop Notice filed in excess of two (2), regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 29. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, reputable overnight carrier or U. S. certified mail -return receipt requested: TO CITY: TO CONTRACTOR: City of Huntington Beach All American Asphalt ATTN: David Verone, Public Works P.O. Box 2229 2000 Main Street Corona, CA 92878-2229 Huntington Beach, CA 92648 30. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions, and do not 19 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 31. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 33. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non -prevailing party. 34. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate 20 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 35. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 36. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 37. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 21 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab 38. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 39. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 40. SIGNATORIES Each undersigned represents and warrants that its signature herein below has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 41. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this 22 City Funded Contract— CC-1484 Beach Parking Lot Paving Rehab Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 42. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 43. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further 23 City Funded Contract — CC-1484 Beach Parking Lot Paving Rehab agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on 4!qM. a , 2015. CONTRACTOR: CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California (print Name) Chairman / President / ice -President INITIATED AND APPR V . AND41 _ By: / / � Director of Public orlcs / !g c4d,.1 Foul (print name) IE E AND PPROVED: ITS: ecreta / Chief Financial Officer Asst. Secretary / Treasurer lee- aj (circle one) City anager APPROVED AS TO FORM: rr> City Att rney 24 City Funded Contract CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: 411 &4n C M kxd' 1� PROJECT; (Contractor Nam) � o E S'A EA'&d (Street Address) 70 (City, State and Zip) TO: CITY OF HUNTINGTON BEACH DECLARATION Attached hereto is a true and correct copy of the current Certificate of Insurance and Additional Insured Endorsement CG 2010 1185, which Certificate complies with the insurance requirements of the Contract by and between the City of Huntington Beach ("City") and the above -named Contractor ("Contractor) for the above -described project ("Project). I declare under penalty of perjury under the laws of the State of California that the above statement is true and correct. Signed on 2QL�at (Date) (City, State) WARRANTY Contractor hereby warrants and agrees to maintain Products and Completed Operations Insurance in compliance with the insurance requirements of the Contract for the Project. Said insurance shall be maintained through and until the expiration of all Warranties provided by Contractor. Said insurance shall contain Additional Insured Endorsement CG 2010 1185, naming City as an additional insured. Contractor shall supply to City, on at feast an annual basis, a Certificate of Insurance and the aforementioned Endorsement evidencing continued coverage which meets the Contract requirements. n Signed on 201 (Date) (Utty, State) By Z77621.2 SECTION C PROPOSAL for the construction of CITY BEACH PARKING LOT PAVEMENT REHABILITATION from Huntington Street to Hyatt Regency Resort Bridge CC No. 1484 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 20 working days, starting from the date of the Notice to Proceed, to commence on or about April 13, 2015, and to complete work by May 21, 2015. For convenience of the Hyatt Regency Huntington Beach Resort and Spa guests and Hilton Waterfront Beach Resort guests, the contractor work hours shall be 9 AM to 5PM. For convenience of the Hyatt Regency Huntington Beach Resort and Spa guests, the walkway between the Pedestrian Bridge and the beach will remain open at all times. For convenience of the Hilton Waterfront Beach Resort guests, a pedestrian walkway from the intersection of Pacific Coast Highway and Huntington Street to the beach, will remain open at all times. The contractor shall install a minimum 6-foot construction screen fence to block views into the work area during construction. The work will NOT incorporate Substitutive Alternate #1 construction items listed on the Plans, Specifications, and contract documents. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily '... ' completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE C-1 CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanvinp- this proposal of bid. find 'IcldW4 'gon.` in the amount Of /b7® which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addendri No. Date`Received Bidder's Signature, C-z SECTION C PROJECT BID SCHEDULE CITY BEACH PARKING LOT PAVEMENT REHABILITATION from Huntington Street to Hyatt Regency Resort Bridge CC No.1484 PROJECT BASE BID: Basis of Award CITY BEACH PARKING LOT PAVEMENT REHABILITATION PROJECT FROM HUNTINGTON ST TO HYATT REGENCY RESORT BRIDGE ......... C-2.3 to C-2.4 PROJECT BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: 0 BASIS OF AWARD C-2.1 SECTION C PROJECT BID SCHEDULE CITY BEACH PARKING LOT PAVEMENT REHABILITATION from Huntington Street to Hyatt Regency Resort Bridge CC No. 1484 BEACHCITY PARKING R LOT PAVEMENT REHABILITATION A FROM HUNTINGTON STREET TO HYATT REGENCY RESORT BRIDGE CC NO. 1484 C-2.2 BID SCHEDULE BEACH PARKING LOT, CC-1484 Bid Const. Contract Unit Extended No. Note Descri tion Quantity. Unit Price Amount 1 2 COLDMILL 1.5" OF A.C. BELOW 12190 SY $� $ i,y FINISHED SURFACE. CONSTRUCT 1.5" FIBER REINFORCED A.C. OVERLAY. if L/ 2 3 (FIBER REINFORCEMENT BY 1029 TN $ FORTA-FI OR AGENCY APPROVED EQUAL) REMOVE EXISTING STRUCTURAL SECTION TO A DEPTH OF 4.0"� 3 4 BELOW FINISHED SURFACE. 1534 CY $� $ SUBGRADE SHALL BE RE- GRADED AND COMPACTED TO "2�'7,) O� 95% PRIOR TO A.C. PLACEMENT. CONSTRUCT 1.5" FIBER REINFORCED A.C. OVERLAY. c/ _ 4 5 (FIBER REINFORCEMENT BY 1165 TN $ FORTA-FI OR AGENCY APPROVED EQUAL) CONSTRUCT 2.5" FIBER REINFORCED A.C. LEVELING C/ 5 5 COURSE. (FIBER 1941 TN REINFORCEMENT BY FORTA-FI OR AGENCY APPROVED EQUAL) ADJUST OCSD MANHOLE PER 6 8 OCSD STD. PLANS S-053, S-054, 5 EA AND S-055. CONTACT MIKE BOLSTER AT 714-593-7645, ADJUST WATER METER BOX AND 7 9 COVER TO MATCH NEW FINISHED 2 EA SURFACE. REPLACE WATER VALVE BOX 8 10 ASSEMBLY AND ADJUST TO 3 EA $ I Q_ $ C1G— MATCH NEW FINISHED SURFACE PER CITY STD PLAN 612. 9 11 ADJUST SEWER CLEAN OUT TO 2 EA $ G�— $ 00 — MATCH NEW FINISHED SURFACE. 10 12 ADJUST ELECTRIC PULL BOX TO 29 EA $' �— $ l �0— MATCH NEW FINISHED SURFACE. REMOVE AND STORE EXISTING 11 13 WHEEL STOPS DURING 11 EA $ $ CONSTRUCTION THEN REINSTALL PER DETAIL 1 ON SHEET 7. C-2.3 BID SCHEDULE BEACH PARKING LOT, CC-1484 Bid Const. Contract Unit Extended No. Note Descri tion Quantity Unit Price Amount REMOVE AND STORE EXISTING 12 14 BIKE RACKS DURING 4 EA } $ I 0 $ �; 2-00 CONSTRUCTION, THEN REINSTALL IN SAME LOCATION. FURNISH INSTALL BARCO BLUE 13 19 PLASTIC WHEEL STOP OR 5 EA $�— AGENCY APPROVED EQUAL PER DETAIL 1 ON SHEET 7. REMOVE AND STORE EXISTING 14 22 WHEEL STOPS DURING CONSTRUCTION, THEN 35 EA $ REINSTALL PER DETAIL 2 ON INSTALL 6-FOOT MIN. CONSTRUCTION SCREEN FENCE AROUND CONSTRUCTION AREA 1s AND LEAVE PEDESTRIAN ACCESS OPEN AT ALL TIMES FROM 1 LS $� </ I� _ $ 00 RESORT BRIDGE TO BEACH AND FROM THE INTERSECTION OF PCH AND HUNTINGTON STREET TO BEACH. 16 - - TRAFFIC STRIPING 1 LS $ 17 MOBILIZATION 1 LS $ �i�V $ 1AA 0 FURNISH LABOR, EQUIPMENT, AND GEOGRID FOR SOFT SOIL EXCAVATION WHEN IDENTIFIED BY CONTRACTOR AND VERIFIED 18 23 BY AGENCY. (INCLUDES CMB AND 2500 SF $ ALL ITEMS TO COMPLETE THE WORK IN PLACE EXCEPT SEPARATE BASE COURSE AC AND AND SOIL REMOVALS BID PAY ITEMS. C-2.4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of Subcontractor State Class Dollar % of . Items) License Amount : Contract.. Number By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AiFFIDAVIT TO BE .EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the ate of California that the foregoing is true and correct and that this declaration is executed on 7 IS , at 6ron.a. , CA ate City State mickaj 010-S , being first duly sworn, deposes and says that he or-sim is of iilt I6l!'/MA kglrg-� the party making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. A L'1AAA1 &-W/ Name of Bidder Signature of Bidder 14J,��gyr�CtS�,s'Quitr� e2o29t &4 Address of Bidder C-:t CALIFORNIA JURAT GOV CODE § 8202 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 Riverside Subscribed and sworn to (or affirmed) before me on this 9th day of March , 2015, Date Month By (1) Michael Farkas Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) DONNA THORNE Commission # 2067768 (a-Rdz Notary Public - California D z Riverside County My Comm. Expires Jun 7, 2018 Name of Signer PFyed to rAa-OR the e"" he the peFSOR who appealed before me \ Signature A-(JYI���-�/Yt o - Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document Non -Collusion Affidavit Document Date: 3/9/15 Number of Pages: 1 Signer(s) Other Than Named Above: None UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the City Beach Parking Lot Pavement Rehabilitation from Huntington Street to Hyatt Regency Resort Bridge, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: q [fg�- C-5 A I &WtaAkdW4 Contractor By Im,e J Title DISQUALI>F'ICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes W'No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. Date: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. C-7 By -- BIDDER'S IN)F'ORMAT'ION BIDDER certifies that the following information is true and correct: Ei - - n I . . Bidder Name P6 go)( C240? R B9;a s Address City, State Zip (Qsl) 73( -7(a0a Telephone Number o?&7075 A State Contractor's Licen No. and Class TV-771 OriginIssued Expiration Date The work site was inspected by Si 41 Wd of our office on /D , 201 The following are persons, firms, and corporations having a principal interest in this proposal: <_ n MAry Lug. PrIsI dAo1.T = r �yl was. �'�crcnrr� The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name/ Si afore of Bidder Printed or Typed Sign tore Subscribed and sworn to before me this day of , 201_ . NOTARY PUBLIC NOTARY SEAL C-S CALIFORNIA JURAT GOV CODE § 8202 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 Riverside Subscribed and sworn to (or affirmed) before me on this 9th day of March , 2015, Date Month By (1) Michael Farkas Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) DONNA THORNE Commission # 2067768 z ;.v Notary Public - California D Mama of &gnel: z Riverside County My Comm. Expires Jun 7, 2018 P eved to mean the bass of safisfaGteFy eyedeRroee he the neFsen who appeared hefere me \ Signature Aft %�AIVKl Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document Bidder's Information Document Date: none Number of Pages: 1 Signer(s) Other Than Named Above: None Bidder's Project History For the purposes of this project, the Bidder shall provide project history of similar work, { specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."}. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 2. 3. and Address of Public Agency Name and Telephone No. of Project Manager: 710 IA7- 50 Amount Type of Work Da e Completed Provide additional project descriptiop to show similar work: Namb and Address' of Public Agency Name and Telephone No. of Project Manager: MaAt- (X) Ar> — $S7 U97460A 101,261f Contract Amount Type of Work Date Completed itional project description to show similar work: and Address of Public Agency Name and Telephone No. of Project Manager: In &&. Of 7R-065- Amount Type of Work DatJ Completed ide.additional project descript pn to show similar work: Bidder's Critical Staff tit Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Senn MC- 6U, Name of proposed Project Manager Telephone No. of proposed Project Manager: 151- 73 � - 700 Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed 0�. Name of propos d Superintendent Telephone No. of proposed Superintendent: IS-1- 73L - 7600 ,( Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work C-t o Date Completed Date Completed "2014" PAST WORK REFERENCES City of Fullerton 303 W. Commonwealth Ave Fullerton, CA 92832 Contract: Kevin Kwak, (714) 738-6865 Port of Long Beach 4801 Airport Plaza Drive Long Beach, CA 90815 Contact: Lincoln Lo, (562) 283-7000 City of Beverly Hills 455 N. Rexford Drive Beverly Hills, CA 90210 Contact: Mark Cueno, (310) 285-2557 City of Jurupa Valley 12363 Limonite Ave Riverside, CA 92507 Contact: Michael Myers, (951) 332-6464 City of Santa Ana 20 Civic Center Santa Ana, CA 92701 Contact: Kurt Weimann, (714) 647-5639 Yorba Linda Blvd Reconstruction Contract Amount: $1,346,000.00 Start: 7/2014 Completed: 11 /2014 2013 Roadway Maintenance and Slurry Contract Amount: $992,000.00 Start: 6/2014 Completed: 10/2014 2012-2013 Street Resurfacing Contract Amount: $2,970,000 Start: 7/2013 Completed: 5/2014 2012-13 Pavement Rehabilitation Contract Amount: $970,000 Start: 5/2013 Completed: 12/2013 Bristol Street Rehabilitation Contract Amount: $6,951,475 Start: 3/2013 Completed: 12/2014 PA sr, WORK,,REFERENCES Department of'Transportaticm 35ZI 'W.University i)r, Irvine CA 92612 Contract,. 9 Dav;pham,,(94 )279-8586 1 City of Santa (`)prit#, I . , 3020 1 Valencia ':,Blvd Santa, Clarita CA 91,355 Contact: gill Whitlatcb.:(661) 259-2489 LA(DPW 900, S Fremont: Ave, Alharnbr4,jA2A 0 1903 Contact: Hector Hernandez; (626).4,5,8=2,19I Department of Transportation 2023,Chic49uI.Ave.,,,IB-6 Rivcrside;,CA-92,501 Contact: N,4ichdlelChen, ('951,),830-60t;,71' Route 74, Contract No. 12-0L6404 Cont I ractAmounu..: $1'j 34.057 Start: 7/2012 C'prapleted: 5/2013, 1 20 1 ) I - I I .2 Overlay & Slurry 'Seal Prograrn tontrnItArhbunt'; $5995.000 Start: 8/20,12 Completed: 5/2011, SiOdrith.Ave'nlue Contract Amount: $20.77,000 Start, 9/ . 2012 Completed: 1212013 Route 74, Contract No,, 08-OP9504 Contract Amount: 1,0450,622' StArt* 6/29-12.. Completed: *2013 ,C,`ity.of I Hill" Citywide .aguna, - ''i s IyWi e Pavement Rehabilitation ,24035EIT ro,Rd Coiltradt Amo'unt': ,$1,7,78,16.9 Laguna Hills; CA, 921653 ) Start: 8/201,2, Contact: Kenneth Rosenfield, (949)'707'265.0 C,Qmpleted: 9/20,11. 3 -C ounty'Of Riverside' Transportation 2 51: 1 Si. 'Riverside, 'CA 92501 'Contact: Tra i Nguyen; (9, t ) 961 - 513'&3 ity;of Azusa: 2,13 E Fo6thilt BIV.d, Azusa,, CA 9,110- Christina C. I uriel, 1 2-5254 (jil.mqri,-Springs Road ContractAmounUItt6`95, 168, Start: 7/2 , 013, ()jnipJ6'-tcd-;: 9/20,1 3) 'Pavement.ManagerrienU I Improvements: Contraci.Amount:,,$980,000` Start: 5/117/1,2 Completed: 1Jf9,/l3 '2012" PAST WORK REFERENCES ,City of Beverly Hills 2010-2011 Street Resurfacing pro eet 145 Foothill, Road 'Contract Amount: $2,800,0 0 0.00 Beverly.Hids, CA. 90210` Start: 6/1/201 'Contact: Juan Martinez, (3110) 285-'2521 Complete& 4/30/2012 City of Costa Mesa 77 Fair Drive Costa Mesa, CA 92628 Contact: Thomas Banks, (714) 754-5222 City of Perris l70Wilkerson Avenue,,Ste: D Perris, CA" 92570 Contact., Chris Slun.de,, (951) 943-5604 'City af Dana Point 33282 Golden1antem Dana Point, CA 92.629 Contact: Matt 8inacori, (949),248"3574 City'of Long Beach 333 W. Ocean Blvd., 10" Floor Long Beach, CA 90802 Contact: : Chuck Ramey, (562),570.-6634 City,of Santa Ana, 200vic Center Plaza Santa Ana' CA A 9270,1 Contact: Edward Torres, (714)647-5018', City ot-Fountain Valley 10200,S later Avenue Fountain Valley, CA ;927,08 Contact- Alex, Sal azar, (714),593-45 [61 2010-201 l,Citywide ,Street Rehabilitation Contract Amount: $2,778,000;00 Start: 111/2011 Completed: 2/29/2012 Foss Field Parking Expan sii on ContractAmount., $190 '000,00, Start: 1/1/2012 Completed: 2/29/2012 Pacific Coasuffloway & Niguel Shores 'Contract Amount- $616,676.00 Start: 12/112011 Comp Ileted: 5/30/2012 Wi i low Street Improvements Contract Amount: 56161,661,00 1 Start. 12,11/2011 Completed: 6/30/2012 Bristol Street reet Widening "Contract Amount: U,,j 15,754.00 Start: 5/1/2009 Completed:- 3/1.6/2012 Edinger Ayenue Imp rdvernents�. Contract, Amount: $422,422.( 1 )0 Start: .,art:, 511,2012 I C'opi , te : 8/1/20121 pie I d PASTWORK REFERENCES CountyW,San Bernardino '825:'E. Thitd,&reet, San....BerhardiOd, CA 92+15 Contact: 'Franklin Luna -{009) 187 926 ,(ountylofklverside 2950 Washington Street. Riverside, 1 , C. 925,94 Contact:.. David,Hylkema",(05,t)-8'50�-607'5- City of Stantoa 7300,K4;ella Avenuc Stanton, CA :90680,731621 ,Cotitacti Quangte,," (714) 8904234 City: oflong Beach 333 W,0sIfOce4d:,Blvd -, tO l(b Floor Lon,g-.Beach,.,CA 90802: Contact,: Chuc . k Ramey, (562 5, 1 7046634: City,qf Paramount, 464001 C011drIdd ' .Bdidd Paramount,, CA 90723-501Z Co'ntacvJen Gorecki (5612),210-2111 Cit y, of Huntington Reach 2, 000 Ma ' in Street Huntington Beach, 'CA 92648 Contact DaveVerone,. (714) 375-84,71 Department of Transportation 464 W. Fourth Street. San`� Bernardino, , CA 9241.0-1400 Contact: Imad Abug , hobidh,:(95,1)277-8,579 Cajon Blvd. Contract.., Start: J Is,t: I /",101011 Coin.*tdd: 448/2011 L'Ye Luz'Road,:Rehabilitation Con 1-1 Amount: tract , $740,000m00 Start: 4/25/2011 Cbmpleted: 5/123/1011 21010/21014 Citywide Reconstruction Contract AmdWit $322., ' 322.0,0 Start- t201I CoMpletOd-, 411012.01 L Arittual Co., tract: Street - Reconstruction Contract Amount: '$1,433,415.00 Start 511/2010, Completed: 'Still, Oh -Going �Neighbqrhood.,,Streelt Resurfacing, ContractAmouht: $,8991- 11, 1909-90 Start:,, 11/1/2040. Coi#plet6d: 3/30/20,f1 'Slattil Avenue Improvements Contract Amount: $1;926,34100 Start- $/2/2010 Cdmbkted2/30/20.11 Route,91 Project �Contract Amount': $5.732 812. , 00 'Start: YI/Mto Completed; 30612011 11201 IYI PAST WORK, REFERENCES City of Santa Ana 20 Civic Center Plaza Santa Ana, CA 92701 Contact: Edward Torres, (714),647.5018 City of Chino 13220 Centrial, Ayenue- Chino', CA 91700 I Contact., Emam"N-aghrneh,,(909),.464-8367 City of Costamesa 77 Fair Drive-, Costa Mesa, CA 92628-1200 Contact:. Thomas Banks, (714) 754-5222, Segerstrom Avenue Rehabilitation Contract Amount: $2,094,618.00 Start: 11/2009 Completed.- 3130/20'1'0 Street Rehabilitation 'Project Fat 08/09 Contract Amount. V,127" , 5O 1.00 Start: 11/2009 Completed: 5/31/2010, ' Rehabilitation of Vanguard Way Contract Amount-, $517,646.00 Start: 1212009, Completed: , 2/30/2010 city'Di Westminster er; City-wide Overlay 09=10,StAmprovement Project, 8200 Westminster 'Boulevard Contract Amount: $1,11-1,416.00 Start: . 211/20 10 Westminster,, CA 9,2683 Contact,. Tuan.Pham, (714) 898-3311 ext. 209 Completed: 5/3.0/2010 City, of Paramount 16400 Colorado Avenue Paramount, CA 90723-5012 Contact: Ed C ox, (562) 908-62,05 City of Cerritos 18125 Bloomfield; eld Avenue Cerritos, CA 90703-3130 Contact-.' Rash Syedi (562)_ 916-1221 City of Anaheim. 200 South Anaheim Boulevard Anaheim, CA 92805 Contact,, Sean Ramsey, (714) 765-5059 City, ofGarden Grove 11,222 Acacia Parkway Garden Grove, CA 92842 Contact: '(714) 741-51310, Resurfacing : in Rosecrans Avenue Contract Amount: $572,209-00 Start- 10/1/2009 Completed: 5130/2010 Bloomfield Avenue Improvements Contract Amount:. $1,10,000-00 Start: 3111200 Completed. 6Y20/2010 Magnolia Avenue Street Improvements Contract Amount: $868,000-00 Start: 44/2010 Completed: 7/2012010 Harbor. Boulevard Street Rehabilitation Contract Amount: $9,190000-00 Start: 3/1.1/201,0 Coinpletdd- 6/30/2010 "2009" PAST WORK REFERENCES: City ofCosta Mesa 77 Fair Drive: P.O. Box:1200 Costa Mesa, CA 92628-1200 Contact: Tdni Blanks, :(1714),53,6-5431 ,City of Dan,a?oint 33282.Golden Lantern Dana, Poin't, CA 92629, Contact: Archie Re'l,bohet,.J949) 248-3500' City ofBeverly Hills ills 345 Foothill Road Beverly Hills, CA 90210 Contact: Jualn,Martin'ez, (310),2815-2152,1 County of San Bernardino 825 East Third, Street San Bernardino,, CA, 92415-0835 Conta&,, Sri Srirajan, (909)3.87-7935 City o HRedondo, Beach 4151 Diamond Street Redondo, Beach, CA 90277 Contact: Javier Unsta, (11'0), 318.066 C , ity,of Westlake Village 31200 1200,Oak Crest Drive Westlake Village, CA 913 )61 Contact:: Roxanne Hughes, (805) 653m6597 Department oTransportation .12975 Culver Blvd,., Los Angeles, CA.. 900.6'6 tontact-I Sirto kamin, (213) 216-4406' City of Rialto 150'South, Palm Avcnuc� Rialto', CA 92376 Contact- EddieChan,"(909) 820-2651 Prop I B, Stfee ' t ' Maintenance ' enabice Contract Amount- $01,993.00 Start,; 7/2009 On-goi jig,— notcompleted yet Annual Roadway Resurfacing Project Contract Amount: $3,982,982.00 Start: 4/2009 On=going — not completed yet" 20087'09,&reet Resurfacing Contract Amount, $4,085,0,00.00 Start- 1/2009 Completed: 8/2009 Arrow Route Contract Amount: $1,9801000.00 Start: 2/2009 Completed: 7/2009 Public Improvement Package Contract Amount: $1..678,000.00 Start:. '1 /2'009 Completed: 9/2009 .Joint Cities Pavement Rehab. PrOject t'pwractAmount: $1,242,241'.11 Start- 6/20.9 ,0 Completed: 9/2009 Route 27.;Contract No. .Contract Amount: $915,541.00 Start: 6/2009 Completed- 9/2009 Route 2,11 0 Detour Contract. Amount:, V,983,548.00 Start: 6/2009 Completed: 9/2009 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPART.M..'NT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublieWorks/SB 854FactSheet_6.30.14.pdf DIR's Contractor Registration Link — Call (844) 522-6734 https://efiling. dir. ca. gov/P WCR/ActionServlet?action=di splayP WCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid, or no later than contract award date. tAAjA Contractor By I_ M I t-L oj� Title Date: ® ® Fidelity and Deposit Company of Maryland g Horne Office: P.O. Box 1227. Baltimore. MD 21203-1227 DID BOND KNOW ALL MEN BY THESE PRESENTS: That we, ALL AMERICAN ASPHALT BOND NO.085 97 423 , as Principal, (hereinafter called the "Principal"), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND P.O. Box 1227, Baltimore, Maryland 21203, a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and frnnly bound unto City of Huntington Beach as Obligee, (hereinafter called the "Obligee"), in the sum of TEN PERCENT OF THE TOTAL BID PRICE IN -------- Dollars ($ 10% OF TOTAL BID PRICE ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for City Beach Parking Lot Pavement Rehabilitation Huntington Street to Hyatt Regency Resort Bridge Bid Date: March 17, 2015 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 4th day of March A.D., 2015 ALL AMERICAN ASPHALT (SEAL) u P L G PO AlIV,+ -[*0k)U F Witness I ":—, r7�__ Mt &A J Fr<rk-041 rt e GIfLi�-y FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety By� (SEAL) Rebecca Haas -Bates 4ttorney-in-Fact Printed in cooperation with the American Institute of Architects (AIA) by Fidelity and Deposit Company of Maryland . Fidelity and Deposit Company of Maryland vouches that the language in the document conforms exactly to the language used in AIA Document A-310, February 1970 Edition. BID70000ZZ0701f CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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. accuracv. or validitv of that document. State of California County of Riverside On 3/9/2015 before me, Donna Thorne, Notary Public Date Here Insert name and Title of the Officer personally appeared Michael Farkas Name(s) of Signer(s) DONNA THORNE Commission # 2067768 a °-.� s Notary Public - California z Z Riverside County My Comm. Expires Jun 7, 2018 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/sbeAhey executed the same in his,"h,.e„#P_* authorized capacity(ies), and that by his/berme* 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 forgoing paragraph is true and correct. WITNESS my hand and official seal. Signature Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 3/04/2015 Number of Pages: One (1) Signer(a) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(ies) Claimed by Signer(s) Signer's Name: Michael Farkas ❑ Individual X Corporate Officer — Title(s): Secretary ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fad ❑ Trustee ❑ Other: Signer is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: 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 Orange ) On 03/04/2015 before me, R. Paramo, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates NameKof Signer(* who proved to me on the basis of satisfactory evidence to be the persons} whose name(5) is/are subscribed to the within instrument and acknowledged to me that Wshe/tNw executed the same in hialher/their authorized capacity, and that by h+a4her/ihsir signature4on the instrument the person(* or the entity upon behalf of which the person('s), acted, executed the instrument. R. PARAMO Commission # 2035890 Notary Public - California D Orange County My Comm. Expires Auj 5, 2017 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true annd W,INESS'my hand a o icia ea Sign Signature of Notary Public 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: Bid Bond Document Date: 03/04/2015 Number of Pages: One 1 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Ciaimed by Signer(s) Signer's Name: Rebecca Haas -Bates O Corporate Officer — Title(s): O Partner — M Limited ❑ General [] Individual 2Attorney in Fact O Trustee ❑ Guardian or Conservator M Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: O Corporate Officer — Title(s): ❑ Partner — ❑ Limited O General ❑ Individual O Attorney in Fact M Trustee O Guardian or Conservator M Other: Signer Is Representing: i<�.4'✓h:.L✓✓.��.:L.L�.`.�✓c�L\..:��L\✓..'✓..�._/it16vL�.LPL'e+L�LV<vL�.IL'.`�L��A'�L�.L\�'✓L'.`/4�%6�r/4vL�:.:'riL�L�..�. '✓i.�✓4�✓.4�✓<�✓L�✓•.✓ , EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONYVy,HEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of '17 20Z wa ocrof d.00'""INS&,SAL �y �► 10, Geoffrey Delisio, Vice President ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint William SYRKIN, Rebecca HAAS-BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of January, A.D. 2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND r.Gµ. .NSV a BCAL '141' . ............ I Secretary Vice President Eric D. Barnes Thomas 0. McClellan State of Maryland County of Baltimore On this 15th day of January, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA-F 012-0033D 1/S-E-4LED 8 /D " Cqy gg-c 4 Ph-e-JI-1 N 6 LOT ID4vEMEN T kEP9JU 7P71Pd cc -lVq In 4-L bWbFllu A, 7-,NbTbIV BEACH— �o 146T MEV OI-I# RC6uL-6`9101L ��, V� � V� nFFr cc a F -RE W Cl.�t�K, �DoD l�fl�(1� S TQ�F7, S�o� ���� ALL AMERICAN ASPHALT P.O. BOX 2229 CORONA, CA 92878-2229 L Ct-(-q 0� �6� qCm Kd Fleet0-� a off' 1& �`�( i Abo Main S g Atm inq RE I UHN KLC,2ULJ I to HCEIVED 2015 MAR 13 AH 1: 45 CITY CLERK CITY OF Certification of Compliance with Title VU of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: Project: The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with Title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, creed, color, sex, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, creed, color, sex, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of 120 at , California. (Type Contractor Name) By: Name: [Type Name] cGRA Title: [Type Title] E 1 IF R b h p A 7RNEY -IL.) 3-_1�6-UP 245911 1 CONTRACTOR'S CERTIFICATE I, , state and certify that: (Name of Declarant) l . is the general contractor to the City of Huntington Beach (" City' on Contract No. (the "Contract") for the construction of the public work of improvement entitled: (the "Project") 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed.below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"): I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at on this APPROVED AS TO FORM By: s/ 1 -/a �lJ 3 Zo OCR Name: [Type Name] Title: [Type Title] day of , 20; (Signature of Declarant) 245914 1 Certification of Compliance with Prevaifing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: Project: The undersigned contractor on the above -referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification of work, as set forth in the wage -rate determinations of the State of California, Department of industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of 20 , at California. (Type Contractor Name) By: Name: [Type Name] Title: [Type Title] AS TO GTI'Y ATPQRNEY TLS o3• ab � �v 247542-1 1 RECEIVED BY: (Name) CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating (Date) 0J. CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Cler DATE: SUBJECT: Bond Acceptance I have received the bonds for CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. MSC No. (Company Name) Approved Agenda Item No. City Clerk Vault No. Other No. SIRE System ID No. g:/forms/bond transmittal to treasurer Bond No. 7644317 Premium is included in performance bond PAYMEN T BOND Executed in: 2 Counterparts (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS, the City of Huntington Beach (hereinafter referred to as "City") has awarded to All American Asphalt 400 East Sixth Street, Corona, CA 92879 (name and address of Contractor) (hereinafter referred to as "Principal"), a contract ("Contract") for the work described as follows: City Beach Parking Lot Pavement Rehabilitation, Project # 1484 (project title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW THEREFORE, we, the undersigned Principal, and Fidelity and Deposit Company of Maryland 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety"), as Surety, are held and firmly bound unto City in the penal sum of Four Hundred Fifty One Thousand Six Hundred Sixty One and 00/100 dollars, ($ 451,661.00 ), this amount being not less than one hundred percent (100%) of the total price set forth in the Contract, in lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his, her, or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code ("Claimants") for all labor, materials or services used or reasonably required for use in performance of the work described in the Contract, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract, Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond, otherwise, this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract, or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, 27589.1 - PAYMENT BOND Page 1 of 2 Bond No. 7644317 extension of time, alteration, addition, or modification to the terms of the Contract, the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEROF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: April 1, 2015 ATTEST All American Asphalt (Corporate Seal) (Principal Name) By: �- Na its: ATTEST Fidelity and Deposit Company of Maryland (Corporate Seal) (Surety Name) By��C_.0 60L= �bQ hYs _ Name: Rebecca Haas -Bates, Attorney-ih-Fact. (Signature of Attomey-in-Fact for Surety) CQ3J 270-0600 (Attach Attorney -in -Fact Certificate) (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY OF HUNTINGTON BEACH By, .c Pityennifer M rath Attorney S�1 S�bb Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any parson signing as attorney -in -fact must be attached 777599.1 PAYMENT BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT COVIL 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. accuracv. or validitv of that document. State of California County of Riverside On 4/3/2015 before me, Donna Thorne, Notary Public Date Here Insert name and Title of the Officer personally appeared Robert Bradley 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/#per-/their authorized capacity(ies), and that by histhpr4hp-ir signature(s) on the instrument the person(s), or the entity upon behalf GONNA THORNE of which the person(s) acted, executed the instrument. Commission # 2067768 z Notary Public - California zI certify under PENALTY OF PERJURY under the laws of the State of z "' Riverside County r My Comm. Expires Jun 7, 2018 California that the forgoing paragraph is true and correct. WITNESS my hand and official seal. Signature Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Payment Bond 47644317 Document Date: 4/1/15 Number of Pages: Two (2) Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(ies) Claimed by Signer(s) Signer's Name: Robert Bradley Signer's Name: ❑ Individual ❑ Individual X Corporate Officer — Title(s): Vice -President ❑ Corporate Officer — Title(s): ❑ Partner ❑ ❑ Limited ❑ General . _ ❑ Partner ❑ ❑ Limited ❑ General _ ❑ Attorney in Fact 45IFT91GIVER ❑ Attorney in Fact ° ❑ Trustee Top of thumb here ❑ Trustee Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: CALIFORNIA _'l t • ter; ACKNOWLEDGMENT • • 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 Califomia } County of Orange ) On 04/01 /2015 Date before me, R. Paramo, Notary Public Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name(Sj1.of Signer who proved to me on the basis of satisfactory evidence to be the persons} whose names} is/aye subscribed to the within instrument and acknowledged to me that Wshe/they executed the same in hislher/tliar authorized capacity('L*, and that by his(her/ihatr signatures on the instrument the person(s), or the entity upon behalf of which the person(, acted, executed the instrument. R. PARAMO Commission #t 2035890 z Notary Public - California D Orange County M Comm. E ires Au 5, 2017 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is e�PTr7 c WITIIIESS my han and o ic'al�eal. SI ture 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: Payment Bond No. 7644317 Document Date: 04/01/2015 Number of Pages: Two 2 Signer(s) Other Than Named Above: All American Asphalt Capac"rty(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual 2Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General O Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: <�.4v �4�:.1�:�:.Vt�t\✓.t�.i�_�t\..4��4�.'+�✓i.�.4v 4�:�✓.4�.41:t�^�.4�s'Lit'a.K=.4\�t\!t`.4'a!4�✓.t�.c�.4�✓�'/�-!t�.4�'✓.S�.4it�r4'ar4F'✓4\ 4\d4\_,tom '✓ © 1 • • • • .i• • •• :11 • :11 • •: •1 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a - meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 1st day of April 2015 . �o ocrof�. MOPOLM Thomas O. McClellan, Vice President Bond No. 7644317 Premium: $ 1,784.00 Premium is for contract term and is subject PERFORMANCE BOND to adjustment based on final contract price Executed in: 2 Counterparts KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereinafter referred to as "City") has, by written agreement dated 20entered into a contract with All American Asphalt 400_East Sixth Street, Corona, CA 92879 (name and address of Contractor) (hereinafter referred to as "Principal"), for performance of the work described as follows: City Beach .Parking Lot Pavement Rehabilitation, Project 41484 (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full. WHEREAS, said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract. NOW THEREFORE, we, the undersigned, as Principal, and Fidelity and Deposit Company of Maryland 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety"), as Surety, are held and firmly bound unto City in the penal sum of Four Hundred Fifty One Thousand Six Hundred Sixty One and 00/100 Dollars ($ 451,661.00 ), this amount being not less than one hundred percentof the price set forth in the Contract, in lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly, fully and faithfully perform each and all of the covenants, obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered, amended or modified from time to time; and if the Principal shall indemnify and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred to as "Obligees") from any and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract, including all alterations, amendments and modifications thereto, and any warranties or guarantees required thereunder; then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees, for value received, that no adjustment of the time or price in the Contract or any alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, shall in any way affect, limit, restrict, impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract time or contract price, and :775si.1 PERFORMANCE BOND Page I of 2 Bond No. 7644317 any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations, changes, deletions, additions or other modifications. Surety agrees to provide written confirmation of such adjustments -in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code §§ 2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which -survive completion of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: April 1, 2015 ATTEST (Corporate Seal) ATTEST (Corporate Seal) (Attach Attomey-in-Fact Certificate) All American Asphalt Principal Name) Fidelity and Deposit Company of Maryland (Surety Name) B _ Name: Rebecca Haas -Bates, Attorney -in -Fact (Signature of Attorney -in -Fact for Surety) 213 270-0600 (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY 0 UNTINGTON BEACH s � By ennifer Mc ath ity Attorney Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney -in -fact must be attached. 277591.1 PERFORMANCE BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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. accuracv. or validitv of that document. State of California County of Riverside On 4/3/2015 before me, Donna Thorne, Notary Public , Date Here Insert name and Title of the Officer personally appeared Robert Bradley Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/she/t#tey executed the same in his/#teNth& authorized capacity(ies), and that by his/hegih& DONNA THORNE signature(s) on the instrument the person(s), or the entity upon behalf Commission # 2067768 z of which the person(s) acted, executed the instrument. < =—ai Notary Public - California z z -' - Riverside County n I certify under PENALTY OF PERJURY under the laws of the State of My Comm. Expires Jun 7, 2018 California that the forgoing paragraph is true and correct. WITNESS my hand and official seal. Signature Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance Bond #7644317 Document Date: 411115 Number of Pages: Two (2) Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(ies) Claimed by Signer(s) Signer's Name: Robert Bradley ❑ Individual X Corporate Officer — Title(s): Vice -President ❑ Partner 0 ❑ Limited ❑ General ❑ Attorney in Fact o ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner 0 ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: CALIFORNIAP;..•, :, ACKNOWLEDGMENT CIVIL CODE § 1189 __ a C. _ate �aN.1N:��c�L!c��L.� <c.a'/c�C.at% ::�E/a C.aC/a .riC.At�C.c t/. < 1C.n 1<!'.��✓at E .��.a T.:�N�N.:��:iC. 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 Orange ) On 04/01/2015 before me, R. Paramo, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name(*of Signer(* who proved to me on the basis of satisfactory evidence to be the persons} whose name(6* is/age subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hlslher/th►eir authorized capacity((*, and that by hi&4herMwjr signatures on the instrument the person*., or the entity upon behalf of which the person(s), acted, executed the instrument. R. PARANIO Commission # 2035890 a Notary Public - California z z Orange County M1 Comm. E ires Aul 5, 2017 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is �L�ESS(�my V�ltand an al. Signature of Notary Public 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: Performance Bond No. 7644317 Document Date: 04/01/2015 Number of Pages: Two 2 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual 5?Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: :�.G�.'"�:\�!c�.:�.a�:a�a��'!.c\�;:�La"e.ate?'coati:.4�.a�at.:`,c�.a\!a'✓c�•"Gi✓at.A�4\•'�c�=, :�'+'/a\yc��a�c'✓�tiv,'r�4�c�G�.a"tea\�a'aa\ :� :\tea'•✓aV EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 1st day of April 2015 s Thomas 0. McClellan, Vice President ��. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYYI 03/31/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CA LIC #OB29370 1-925-244-7700 Edgewood Partners Insurance Centers (EPIC) [Inland Empire/Ontario Branch] CONTACT Certificate Department PHONE FAX N X (925) 244-7700 AIC No: (925) 901-0671 E-MAADDRESS: EPICCerts@Edgewoodlns.com P.O. Box 5003 INSURERS AFFORDING COVERAGE NAIC # San Ramon, CA 94583 INSURERA: ARCH SPECIALTY INS CO 21199 INSURED - INSURERB: ZURICH AMER INS CO 16535 INSURERC: NATIONAL UNION FIRE INS CO OF PITTS 19445 All American Asphalt INSURER D: P.O. Box 2229 INSURERE: Corona, CA 92878-2229 INSURER F : - COVERAGES CERTIFICATE NUMBER: 43446845 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD. INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADD SUBR POLICY NUMBER POLICY EFF MM/DD1YYYY MM/DD/YYYY LIMITS A GENERAL LIABILITY GPP002265806 08/01/1 08/01/15 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence)$100,000 - MED EXP (Any one person) $ CLAIMS -MADE III OCCUR PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 $ POLICY X PRO- LOC B AUTOMOBILE LIABILITY BAPS57108802 08/01/1 08/01/15 COMBINED SIN GLELIMIT Ea accident 2,000,000 •,i',i BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ - - ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED X HIRED AUTOS X AUTOS PROPERTY DAMAGE Per accident $ C UMBRELLA LIAB X OCCUR BE11665589 08/01/1 08/01/15 EACH OCCURRENCE $ 10,000,000 X AGGREGATE $ 10, 000, 000 EXCESS LIAB CLAIMS -MADE DED X RETENTION$10,000 Following -Form $ B WORKERS COMPENSATION EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? FN] (Mandatory in NH) N / A WC593205701 08/O1/1 08/01/15 X WCSTATU- OH- EJ - E.L. EACH ACCIDENT - $ 1,000,000 E.L. DISEASE- EA EMPLOYE $ 1, 000, 000 E.L. DISEASE - POLICY LIMIT $ 1, 0 0 0, 0 0 0 If yes, describe under DESCRIPTION OF OPERATIONS below - Ll DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project #1481 / RE: City of Huntington Beach - City Beach Parking Lot Pavement Rehpt� ®A�"�°;:; PP1i �! ►►v a a' Certificate Holder is Additional Insured if Required by Written Contract ExcludEi#q. Wnrka 4 r=nAn-"J ^ r2]-•-- ,-- - - - CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street AUTHORIZED REPRESENTATIVE PO Box 190 Huntington Beach, CA 92648 USA ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD sleles-ont 43446845 To: Whom it may concern From: Edgewood Partners Insurance Centers (EPIC) Named Insured: All American Asphalt et al Policy Number(s): GPP0022658-06, BAP5571088-02, WC5932057-01, BE11665589 RE: Notice of Cancellation Should the above described policy be cancelled before the expiration date thereof, we will mail 30 days written notice to the Certificate Holder; except, 10 days notice for non-payment of premium. Sincerely, '111120111111l 00 It Lim] ZY-11 -III This endorsement modifies Insurance provided under the following COMMERCIAL GENERAL LIABIL[W COVERAGE FORM COMMERCIAL GENERAL LIABILITY SELF-INSUnED 8EIt-NTION COVERAGE FORM SECTION 11 - WHO IS AN INSURED is amended to include as an additional insured those persons or organizations Whoare required under a written contract with you to be named as an additional Insured, but ordy with respect to liability for "bodily injury, 'property damage', or 'personal and advertising InJLW caused, in whole or In part, by your acts or omissions or the acts or omissions of your subcontractors: A. In the performance of your ongoing operations or "your work"; including 'your work" that has been completed; or S. In connection with your promises owned by or ranted to you. As used in this endorsement, the words'you" and 'your' refer to the Named Insured, All other Terms and conditiorts of this Policy remain unchanged, Schedule Project City of Huntington Beach, its agents, officers, and employees Project #1481 / RE: City of Huntington Beach - City Beach Parking Lot Pavement Rehabilitation Endorsement Numbeir; This endorsement is effective on the inoepitlon date of this policy unless otherwise stated herein. (The information oelaw is required only when this endorsement Is Issued subsecluent to preparation of the policy.) Policy Number GPP0022658-06 Named insured, Alt American Asphalt et al Endorsement Effective [)ate: ALigu8t 1, 2014 3847 00 CGIL0006 00 05 07 Page I of I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This "orsernent rrodifies insurance provided under the following-, COMMERCIAL GENERAL LIA811TY COVERAGE, FORM Under SECTION IV — COMMERCIAL GENERAL LIA5IL1TY CONDITIONS, the following paragraph is added to Condition 4. Other Insurance; Where the N.9med insured is required by a written contract to provide Insurance that is primary and non-contributory, and the written mr4ract so requiring is executed by the Named Insured belbre any 'occufferice' or offense, this insui-ance will be primary, but only if and to the extent required by that written contract. All other terms and oanditions of this Policy remain unchanged, Schedule Project City of Huntington Beach, its agents, officers, and employees Project #1481 / RE: City of Huntington Beach - City Beach Parking Lot Pavement Rehabilitation Enftrserrient Number This endorsement is eftedve on the inception date of this policy unless otherwise stated herein. (The information Wow is required only when this endorsement Is Issued subsequent to preparation of the policy.) Policy Number* GPP0022658-06 Narned insured: All American Asphalt &t al Endotserrient Effective Date Aucgust 1, 2014 00 CGLO 130 00 09 013 Page I of 1 3847 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement rnedifies insurance provided under the following" COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL GENERAL LIABILITY SELF -INSURED RETENTION COVERAGE FORM SCHEDULE Name of Parson or Organlizationt Where required by written Contract. We waive any right of recovery we may have against the person or organization shown in the SCHEDULE above because of payments we make for injury or damage arising out of your operations or 'your work" done under a written contract with that person or organization. .Altother terms and conditions of this Policy remain unchanged - Schedule City of Huntington Beach, its agents, officers, and employees Project Project #1481 / RE: City of Huntington Beach - City Beach Parking Lot Pavement Rehabilitation Endorsernent Number; This endorsement is effective on the inception date of this poflcy unless otherwise stated herein. (The information below is required only wben this endorsement Is Issued subsequent to preparaftnof the policy.) Policy Number,, CIPP0022658-06 Named insured: All, erican Asphalt et al Endorsement Effective Date" August 1, 2014 00 CGLO 121 00 09 06 Includes copyrighted material of Insutance Services Office., Inc,, Page 1 of 1 with Its permission. 3847 POLICYNUMBER BAP5571088-02 COMMERCIAL AUTO CA 2D 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following, BUSINESS AUTO COVERAGE FORM GARAC31E GO'vE RAGE FORIA MOTOR CARRIER COVERAGE FORNI TRUCKERS COVERAGE FOPA,1 With respect to coverage proAded by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organizction(s) who are 'Insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the it date of the policy unless another date Is indicated below, Endorsement Effective: 8/1/14 Countersigned By: Named Insured". All American Asphalt (Authorized Representative) Name of Per or Organizalloin(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL TIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH C014TRACT OR AGREEMENT IS PROHIBITED BY LAW. Schedule Project City of Huntington Beach, its agents, officers, and employees Project #1481 / RE: City of Huntington Beach - City Beach Parking Lot Pavement Rehabilitation (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an 'Insured" for Liability Coverage, but only to the extent that person or organization qualifies as an 'Insured" under the )iWo Is An Insured Provision contained in Section 11 of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 page I Of 1 0 3847 POLICY NUMBER, BAP5571088-02 COMMERCIAL AUTO CA 04 44 0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAJVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAP44AGE CONjERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Mh respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modV fled by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is hdicated below, Naffed Insured: All American Asphalt EndlorsernentEfIlecdveDate: 8/1/14 SCHEDULE Naffe(s) Of Person(s) Or Organtmtion( s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER, THIS POLICY I I information required to complete this Schedule, if not shown above, will be shown In the Declarations. The Transfer Of Rights Of Recovery AGainst Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that. subrogetion is waived' prior to the "oc- Project cident" Or the "loss" under a contract with that person or organization, Schedule Project #1481 / RE: City of Huntington Beach - City City of Huntington Beach, its agents, officers, and employees Beach Parking Lot Pavement Rehabilitation 3847 CA 0444 0310 � Insurarr-e Services Office, Inc., 2009 Pagel of 1 0 WORKERS' COMPENSATION AND EMPLOYERSLIABILITY INSURANCE POLICY VVC 04 03 OG (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. M will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 0. 00 % of the California workers' compensation pre- mium otherwise due on such remuneration. Sclwdule Job Desallption ALL CA OPERATION City of Huntington Beach, its agents, officers, and employees All American Asphalt Policy #WC5932057-01 8/1/14 Project #1481 / RE: City of Huntington Beach - City Beach Parking Lot Pavement Rehabilitation Zurich American Ins. Co. 3847 WC 252 (4-84) WC 04 43 06 (Ed. 4-84) Page 1 of 1 City Of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan F. Flynn, City Clerk April 8, 2015 All American Asphalt P. O. Box 2229 Corona, CA 92878-2229 Re: City Beach Parking Lot Pavement Rehabilitation — CC-1484 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the proiect is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 536-5517. JF:pe Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Contractor's Certificate Certificate of Compliances Bid Bond (original) Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand RECEIVED BY: (Date) f • J, CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: �/—/ V / � SUBJECT: Bond Acceptance I have received the bonds for CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. .Payment Bond (Labor and Materials) Bond No. 'Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. ALAZ ' r / MSC No. (Company Name) Approved Agenda Item No. City Clerk Vault No. Other No. SIRE System ID No. g:/formstbond transmittal to treasurer L. �t�� -08P 41, Dept. ID PW 15 0 age 1of2 Meeting Date: 3/16/2015 7ql4d" -� — D CITY OF HUNTINGTON BEACH REQUEST FOR. CITY COUNCIL ACTION MEETING DATE: 3/16/2015 SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Fred A. Wilson, City Manager PREPARED BY: Travis K. Hopkins, PE, Director of Public Works SUBJECT: Accept bid and authorize the execution of a construction contract with Flatiron Electric Group, Inc., in the amount of $525,212 for the traffic signal modifications at the intersections of Magnolia Street and Yorktown Avenue and at Bushard Street and Adams Avenue, CC-1464 Statement of Issue: On February 3, 2015, bids were opened for the traffic signal modifications at the intersections of Magnolia Street and Yorktown Avenue, and at Bushard Street and Adams Avenue. City Council action is requested to award the contract to Flatiron Electric Group, Inc., the lowest responsive and responsible bidder. Financial Impact: Funds in the amount of $762,300 are available from a Federal Highway Safety Improvement Program (HSIP) grant, Account No. 99585001.82700, and Proposition 42 funds in the amount of $84,700, Account No. 21990422.82700. Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Flatiron Electric Group, Inc., in the amount of $525,212; and, B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney; and, C) Authorize the Director of Public Works to execute change orders not to exceed a total of 15 percent of the contract construction costs or $78,782. Alternative Action(s): Reject all bids and provide staff with alternative direction. Analysis: In May 2012, the City of Huntington Beach applied for Federal Highway Safety Improvement Program (HSIP) grants to install left turn phasing improvements at the intersections of Magnolia Street and Yorktown Avenue and at Bushard Street and Adams Avenue. Included with these grants is the installation of traffic signal interconnect cable and conduit along Magnolia Street from the Home Depot driveway to Adams Avenue and along Adams Avenue from Magnolia Street to the traffic signal at the Target Driveway. The primary rating factor for these grant applications is the potential for these improvements to improve safety at these intersections based on the past collision history. xB -35- Item 3. - 1 Dept. ID PW 15-008 Page 2 of 2 Meeting Date: 3/16/2015 The intersection of Magnolia Street and Yorktown Avenue was identified in the Citywide Left Turn Phasing Study as being a candidate for left turn phasing in all directions. Subsequent to the completion of the Citywide Left Turn Phasing Study in 2011, collision activity at Bushard Street and Adams Avenue has also indicated that the left turn movements on Adams Avenue are candidates for exclusive left turn arrows. The projects were included in the Fiscal Year 2014/2015 Capital Improvement Program. A complete set of plans and specifications are available for review during normal business hours at the Public Works counter. Bids were opened publically on February 3, 2015, and are listed in ascending order: Bidder Submitted Bid Corrected Bid 1 Flatiron Electric Group, Inc. $525,212.00 2 Elecnor Belco Electric, Inc. $548,825.00 3 PTM General Engineering Services, Inc. $557,057.20 4 California Professional Engineering, Inc. $564,771.00 5 Pro Tech Engineering Corporation $589,626.00 6 DBX, Inc. $600,482.00 7 D nalectric $681,612.00 $684,438.00 The engineer's estimate for the bid items was $630,000. The total estimated cost for this project,is $775,000, which includes the City's direct purchase of all major equipment. This practice ensures consistency of equipment among the traffic signals and street lighting maintained by the City. Direct purchase also provides the added benefit of reduced costs to the City due to elimination of contractor mark-ups, typically in excess of 20 percent on this type of equipment. Staff is requesting that the Director of Public Works be given authorization to approve change orders on this project up to 15 percent of the construction cost rather than the standard 10 percent. The request equates to a 10 percent contingency based on the total of the construction contract and the materials purchased by the City. This authorization will provide the added flexibility needed to complete a typical construction project, yet still be consistent with the intent of the 10 percent limit. Public Works Commission Action: The Public Works Commission recommended this project on October 15, 2014, by a vote of 6-0-1. (Berge absent) Environmental Status: This project is categorically exempt pursuant to the California Environmental Quality Act, Section 15303 (c). Strategic Plan Goal: Enhance and Maintain Infrastructure Attachment(s): 1. Project Location Map Item 3. - 2 HB -36- o-11 G o> AVE. CITY OF HUNTINGTON BEACH * PUBLIC WORKS* TRAFFIC ENGINEERING m�J LOCATION MAP ATTACHMENT ADAMS AVENUE AT BUSHARD STREET 1 MAGNOLIA STREET AT YORKTOWN AVENUE HB -37- Item 3. - 3 Project Name: Date: X f Select Electric PTM General Contractors Pro -Tech ?9 6 a� G Elecnor Dynalelectric California Professional Eng. l / 6_6 � %� O DBX Minco Flat Iron Group 0 VT Electric Yakar 00 a% LLJ LLA =Ucn 0� Lij m >-O inLiu Ix L �' Z no, Onl thtr ° 7Alto AJ13 Va l 03 A 1.30_3 ZC> .ti SECTION A NOTICE INVITING SEALED BIDS for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No. 1464 RSIPL-5181(177) in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:00 PM on February 3, 2015. Bids will be publicly open in the Council Chambers unless otherwise posted. Copies of the Plans, Specifications, and contract documents are available from the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648, upon payment of a 25.00 nonrefundable fee if picked up, or payment of a 35.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). This is a Davis -Bacon project and the Federal Regulations will be enforced. Any contract entered into pursuant to this notice will incorporate the provisions of the Federal Labor Standards, which are on file at the office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code, Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A at the time of contract award. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension, the unit price will govern. Project Description: The project consists primarily of modifying two traffic signals, installing traffic signal interconnect conduit and installing ADA compliant ramps. ® The contract shall allow the Contractor 60 working days to complete the contract. o The engineer's estimate of probable construction cost for the work included in the basis of award is $650,000. ® The Project Disadvantage Business Enterprises (DBE) goal is 9.15% The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 2nd day of September 2014, by Resolution No. 2014-69. Attest: Joan L. Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH Esparza, Patty From: David Ward [DWard@ocregister.com] Sent: Tuesday, December 23, 2014 2:01 PM To: Esparza, Patty Subject: CC 1464 Proof Good afternoon again Patty. Here is the proof below Ad#10003335 Run Dates 1/8, 1/15, 1/22 Cost $504.90 PROOF K*T= S11ff 1'lllm St RI#CIS Traff gr at 5fodiliralians and Irnlrrrconnect Conduk Irstall'afhon At the L terseaborts tf Adams Aveirwe arid Bustard Street and Mimaywillia Titres aw1d Yorktown Avers be CC So. i��HSISI�FIL--618y(1771, CITY OF IIRlilli'RRC'aTON P#RUC RQT110E M HERESY SItM that one t::rs'Y OF DRUMNSTt' N BrAC^ as ACENV. invites sealed bids fur the abom stated pro e m and YAI rece'we such bids In the office of the City Clark. Second Floor, VOW 'Win lm Huraington Beach, Cardornia 92648, tUP to the h-ciV of ZOO PM on February 3. 205. 84ds will be publicly Clan in the CouMl Chwg.+rn unles oth se posted. Cajaia5 of the Plans,. Stp ifr�ions, and contract documents are ,avatilable kontil, the Otfice of the Cireclor of Public ft;ks, 2000 i,Ilain Street. Huntington t% CA 926Q, Upon ppaay- m t of a .3D rionre'ha€c+labt fee 4 picked up, or paYintent of a $$.to nonre1 wdab sae a See ty UPS ground deltrary (budder shall pay additbonal cc -,Is for WeCfpl €,telb iro, T is is a CQvis•Bacran psaject and the Federal Alagulalons wilt be +Iced_. Any contract erterw into p',tr ant to this,rwrtice will fr porgte ttp€r r vision of the Feder Latwr 'Standards, w ch €eft Ciro its at the oYx a of tl4.e Director of Public Works, 2000 Main Street. Hurntingtan Beach, CA a2648. Mbe AGENCY will deduct 5% rewntitDn from ,all program pwpnimrrts. The Contractor may SIA"Stime an ascrcwur holder sumo ref oral vatua to the retentioncc In aordance wi th the provisions Of the Publicnt t��Section =M. The Contrs ytcr st.11I 1:6 beneficial owner of the surrM and shall receive any interest thereon. The AGF-NCY hereby affirrinatively, cnsuras that minority businma erVeTrisies On be aftrd- ed hall opportunity to slrbrri bids in raspome, to this notice and Will not be disoritninated agait stl Or. the basis of race, color, national origin. ancestry, sax, of radigiar I'n am con'asid- e tsch le*&V to the award of cor-tract, No 44 shatl be considered unless. it Is prepared on the approwed Proposa loans in ctm- fannance with the Instrue —ni; to &driers as deterrnined t:W the Ar +ICY'. The bid mnoi be aa=rnpanied by a cegjbw cN3c r. cashiers check, or bidder's bond reach to to the AGIENCY roe an ate unt no less Than 10% of the arraournt 0a. The ssssfU idrd'er shall I� licensed in a+coordance with provisrn of ftaa tBusiness an4l Professions Coda zenrJ shall assess a Sfax Contractor's Licerrse Class A at the toms of contract aAwd- The v=ftss- Con r or a this suticontractors will be requited to possess business license$ frc►n the AG« CY. Al extenslen of unit prices *4 be subject to vat'ilcanon by ffca AGENCY. In Gas of a variation belww fife uhiM Cuioe and the eiderguon, to unit c will govern. Pro It Cr an: ThS PMj0d tWG�'a pfkgarity of foodtfVinQ tuna Ira:610 :iWala, in- stalfrrtgl tragic slgrral interconnect condukand Installing RDAcormpda nt rampm, The COntrttct shall at!*w the Contr=o—r eD worlring days to cr nviele the contract_ The err irneee' es rate of probable construction cost for the vimck lnoiuded pt pta basal award is 5 t7.000i # The Prat Olmdvant Bus€nesrs Emtomrisas (08EI goal is SJ5% ThG AGENCY ream tho right to reject any a as WCL% to waive any drregularO and to take all bids uncJer adv'iseriwt lot a otmdri in period of fit? days. BY ORDER of'the CITY CCY JNCIL, of the CITY OF HlJNTJNGTON BEM, CALIFORNIA. the 2r.d day of SerMernber 2014. by'Resc5r rtion No, 2014-f. Attu.: Joan L. FWnn CITY CLEAK OF TrL CITY OF HUNTE4iCi'lON BEACH Fuolist : T'ie Huntington Bauch Wave ,tanueyr & 15, 22,20t51OM3335 JAVIRKWAR11 From: Esparza, Patty [mailto:PEsparza(�-bsurfcity-hb.orci] Sent: Monday, December 22, 2014 2:16 PM To: David Ward Subject: Legal ad for the HB Wave Importance: High Hi David: Attached is another legal ad that needs to be published 3 weeks in a row in the HB Wave. Please publish on: 1/8/2015 1/15/2015 1/22/2015 Thanks & please confirm asap. Patty Esyarza, C-MC Senior Deputy City Clerk City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 (714) 536-5260 2 CITE' OF HUNTINGTON 2000 Main Street P.O. Box 190 Huntington Beach, CA LETTER OF TRANSMITTAL Attention: Joan L. Flynn To: City Clerk's Office 2000 Main Street Huntington Beach, CA 92648 92 64 8 Fax (714) 374-1573 Date: December 22, 2014 ProjectlC.C. No.: C.C. No. 1464 Regarding: Traffic Signal Modifications and Interconnect ❑ We are sending you: ❑ By Mail ❑ By Fax Mail(Number of pages including this sheet:) ® We are hand delivering: ❑ Attached ❑ Under a separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change Order ® Other: Notice Inviting Sealed Bids Item # '' Copies Pages'- Description,. 1 1 1 Notice Inviting Sealed Bids for CC- 1464, Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue. 2 3 These are transmitted as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval ® For your use ❑ Approved as noted ❑ Submit copies for distribution ® For your action ❑ Returned for corrections ❑ Return corrected prints ❑ For review/comment ❑ Other: Remarks: Per Resolution 2014-69 (adopted on September 2nd, 2014), the City Council authorized the advertisement of the above Traffic Signal Modifications and Interconnect Conduit Installation, Project CC-1464. Please find attached the Notice Inviting Sealed Bids for advertisement on 1/8/15, 1115115 & 1/22/15. The bid opening is scheduled for 2/3/15. Please contact me at 374-1628 with any questions you may have. cc: fileCC-1464 By: William F. Janusz, Pd al Civil Engineer UNSUCCESSFUL BIDS CC-1464 Traffic Signal Modifications & Interconnect Conduit Installation City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk June 12, 2015 California Professional Engineering, Inc 929 Otterbein Ave , Unit E La Puente, CA 91748 RE Traffic Signal Modifications and Interconnect Conduit Installation — CC-1464 Enclosed please find your original bid bond for CC-1464 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe enclosure Sister Cities Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No. 1464 HSIPL-5181(177) in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. The undersigned acknowledges that the issuance of the Notice to Proceed will occur approximately two months after the award of the contract to allow procurement time for the city furnished equipment BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the umt and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the mariner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, umt prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find Bidder's Bond for 10% in the amount of ------ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable, Bidder shall signify receipt of all Addenda here, if any Addenda No. Date Received , Signature C-2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) -,stiffiae4t, I L S A Mobilization Zq $ Oooc) Per L S 2 1 L S Furnish and Maintain Project Traffic Control $ SXC $'9000— Per L.S 3 1 L S Furnish and Install Traffic Striping and Signing Per L S 4 4 EA Construct Curb Ramp per Caltrans Standard Plan No A88A, Case C $ F)DW $ goom- Per EA 5 1 L S Construct Custom ADA Ramp and Walkway at the Southwest Comer of Adams Avenue and Bushard Street (Includes Concrete, Asphalt, Barricades, $ 1410as- $ 1410-G- Truncated Domes and Curb and Gutter) Per Sheet 8 Per L S. 6 1 EA. Construct Curb Ramp Per Caltrans Standard Plan No A88A, Case A (Includes PCC Sidewalk Behind Ramp to Property $ $ 5DW- Line) Per EA 7 70 S F Construct 4" Thick PCC Sidewalk over 4" Compacted Subgrade Per City Standard Plan 207 (Sheet 8, Construction Note 7) $ $ Per S F. 8 17 L F Construct 6" Curb and Gutter per City Standard Plan 202 (Sheet 8, Construction Note 11) $ $ LE2rLF � 11 C-2 1 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) Item Estimated Item ' ' , tUnit Price Extended Amounf No Quantity 9 10,100 L F Furnish and Install 2"Interconnect Conduit with 12 Pair #19 Solid Interconnect Cables and Pull Boxes Spaced Approximately 200' (Also Includes Installation into the Traffic $ $ c2ga goo Signal Cabinets) Per LF 10 1 L S Modify Traffic Signal at Adams Avenue and Bushard Street (Excludes Interconnect Conduit, Interconnect Pull Boxes and interconnect Cable) $ GC " $ Per LS 11 1 L S Modify Traffic Signal at Magnolia Street and Yorktown Avenue (Excludes Interconnect Conduit, Interconnect Pull Boxes and Interconnect Cable) $ 11+3? ]S- $ 1439-7s- Per L S 12 1 L S Prepare Project Specific Strom Water Pollution Prevention Plan (SWPPP) Per L S C-2 2 Project Bid Schedule Traffic Signal Modifications and Interconnect Condwt Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) 21 = v Total Amount Bich' Total Amount Bid in Figures $ v )(Oq 1 I C 00 Total Amount Bid in Words $ -�iIY-,hWdra 'A Note: The City will provide the traffic signal equipment, as listed in the pole schedules, (also includes anchor bolts) to the contractor The contractor is to pick up the materials, with its own labor, at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 536-5530. C-2 3 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor Bid ;Item(s) K Name and Address of Subcontractor %' State, License Number Class Dollar, Amount ' % of Contract 415,U, `11$ PD 1801A, 9d_'_1q mr& CA Cl.'Yo-79 tg0,S707 ° 3 5�,��►� awmrylarie '53ia C,t, (eJ5 5_k_ r� $s CA �i��31� ,���° 0,571 °l ° By submission of this proposal, the Bidder certifies: 1 That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the Stale of California that the foregoing is true and correct and that this declaration is executed on 2q , at La Puente CA Date City State Van Nguyen , being first duly sworn, deposes and says that he or she is President of California Professional Engineering the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnerslup, 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, or 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 lus 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid California Professional Engineering, Inc N" of rid e ' ,; Signature of Bidder Van Nguyen, President 929 Otterbein Ave Unit E La Puente, CA 91748 Address of Bidder ;" JUG C-4 CALIFORNIA JURAT 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 Los Angeles ALYSSA SOHL Commission #t 2072413 Notary Public_- California z = Riverside County M Comm ESiresJun23,2018t Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this 29th day of January, 2015, Date Month By (1) Van Nguyen Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me ( ) (,) (2) (and) Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me ) Signature _ (AlhI1,11 &�(/ Sign ure of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document Further Description of Any Attached Document Title or Type of Document Non -Collusion Affidavit Document Date 1/29/15 Number of Pages 1 Signer(s) Other Than Named Above None Top of thumb here Top of thumb here UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue, (I)(we)(1t) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein Date 1-19 1b C-5 California Professional Engmeenng, Inc By Van Nguyen, President Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? 0 Yes 15(No If the answer is yes, explain the circumstances in the space provided Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract DJ")o ate , , `S C-7 California Profes onal Engineering, Inc Contract o 1 Van Nguyen, President Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct California Professional Engineering, Inc Bidder Name 929 Otterbein Ave, Unit E Business Address La Puente CA 91748 City, State Zip 626 1 810-1338 Telephone Number 793907 A, C-10, C-20 State Contractor's License No. and Class 4/16/01 Original Date Issued 4/30/15 Expiration Date The work site was inspected by Van Nguyen of our office on January 23 , 2015 The following are persons, firms, and corporations having a principal interest in this proposal Van Nguyen, President C-S The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work /d improvements in accordance with the plans and specifications set forth California Prof$ssbtts ingineerinq, Inc Company N Signature of Bi Van Nguyen, President Printed or Typed Signature Subscribed and sworn to before me this a day rw , 201L NOTARY PUBLIC C-VQ-� NOTARY SEAL C-9 CALIFORNIA JURAT 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 Los Angeles 5- ALYSSA SOHL Commission #t 2072413 i Notary Public - California z z Riverside County M Comm E fires Jun 23, 2018 Subscribed and sworn to (or affirmed) before me on this 29th day of January , 2015, Date Month By (1) Van Nguyen Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me ( ) (,) (2) (and) Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me ) Signature 9M& j9a Place Notary Seal Above 4&grKture of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document Further Description of Any Attached Document Title or Type of Document Bidder's Information Document Date 1/29/15 Number of Pages 2 Signer(s) Other Than Named Above None Top of thumb here Top of thumb here Bidder's Project History For the purposes of this project, the bidder shall provide pioject history of similar work, specifically referencing the construction of traffic signal modifications consisting of, at a minimum the installation of four new traffic signal poles at a single intersection, two of which must include traffic signal mast arms of at least 25 feet in length Bidders ale encouraged to submit supplemental relevant project history in addition to the projects listed herem Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years *see attached* 1 Name and Address of Public Agency Naive and Telephone No of Project Manager Contract Amount Type of Work Date Completed Provide additional project description to show similar work 2 Name and Address of Public Agency Name and Telephone No of Project Manager Contract Amount Type of Work Date Completed Provide additional project description to show similar work 3 Name and Address of Public Agency Name and Telephone No of Project Manager Contract Amount Type of Work Date Completed Provide additional project dcscription to show similar work C-10 929 Otterbein Ave , Unit E La Puente, CA 91748 Ph (626) 810-1338 Fax (626) 810-1322 www cpengineeringinc corn 1'<'�'^T""4.�' s^cj � � ��i+;� „+=3,�{,' 1 y, •4,L�.e, � � _ ' ',�, �,� ;�' —`r�' ,; t �q�rq'u„,�,�, " V �4' " : ; ; s tvJ` >;2jarvz >� ias�i-MiTorn1A l-Pr-ofessional Engneer-in=lnc. Traffic Signal -Job References PROEM: San Gabriel Blvd, et. al TSM0010049 Amount: $1,463,453 23 Owner: County of Los Angeles Department of Public Works Project Manager: Abcgacl Flores Contact Phone #: (626) 458-3157 Status: Completed u' l Approximate Start/End Dates: Jan 2013 — March 2014 I','Descrription of Supplies, Equipment, or Services Provided: Installatcon of Conduct, P,ullboxes, Traffic Scgnal, Interconnect Cable, Communccatcon Equcpment, Loop Detectors and Bccycle Loops, Fcber Optcc, Curb Ramps and Preemptcon System. Tustin Street & Palm Avenue Left Turn Signal Modification Amount: $179,527 00 Owner: City of Orange Project Manager: Medel Vanes Contact Phone #: (714) 744-5535 Fax # (714) 744-5573 Status: Completed Approximate Start/End Dates: Nov 2013-Jan 2014 Description of Supplies, Equipment, or Services Provided: Modify Traffic Scgnal at One Intersectcon along with Traffic Control, Install New Cabcnet, Safety Lcghtcng, Loops, Vehccle Pre-emptcon System, Scdewalk Access Ramps & Traffic Scgnal Heads. Woodruff/Washburn Traffic Signal Amount: $156,697.58 Owner: City of Downey Project Manager: Kecth Hoey Contact Phone #: (562) 622-5898 Fax # (562) 904-7296 Page l of 3 Document Last Updated 71212014 Status: Completed Approximate Start/End Dates: Apr 2013-Aug 2013 Description of Supplies, Equipment, or Services Provided: Upgrading Traffic Signal at Intersection, Trenching, Conduit Runs, and Installation of LED Safety Lighting Traffic Signal Modification at Brookhurst Amount: $237,213 67 Owner: City of Huntington Beach Project Manager: John Griffin Contact Phone #: (714)375-5011 Fax #- (714) 374-1648 Status: Completed Approximate Start/End Dates: March 2011-Sept 2011 Description of Supplies, Equipment, or Services Provided: Modify Traffic Signal at Multiple Intersections along with Traffic Control, Installation of Curb Ramps & Traffic Signal Heads, and Monument Preservations. Traffic Signal System Upgrade Phase V-VIII Amount: $292,175 99 Owner: City of Santa Ana Project Manager: William Albright Contact Phone #: (714) 647-5029 Fax #- (714) 647-5622 Status: Completed Approximate Start/End Dates: Jan 2011-Aug 2011 Description of Supplies, Equipment, or Services Provided: Installation of Conduit, Pullboxes, Traffic Signal, Interconnect Cable, Communication Equipment, Loop Detectors and Bicycle Loops, Fiber Optic, Cable, Signal Heads, CCTV System, and Preemption System Traffic Signal at Various Locations HSIPL 5331 (017) & HSIPL 5331 (010) Amount: $507,840 79 Owner: City of La Puente Project Manager: Jason Brown, Willdan Contact Phone #: (562) 908-6222 Status: Completed Approximate Start/End Dates: June 2012 — March 2013 Description of Supplies, Equipment, or Services Provided: Installation of Conduit, Pullboxes, Traffic Signal,, Loop Detectors and Bicycle Loops, Curb Ramps and Preemption System Page 2 of 3 Document Last Updated 71212014 201h Street & Cherry Ave Traffic Signal Amount: $247,540.60 Owner: City of Signal Hill Project Manager: Natalie Avila, RKA Group Contact Phone #: (909) 594-9702 Fax # (909) 594-2658 Status: Completed Approximate Start/End Dates: Feb 2013 — Sept 2013 Description of Supplies, Equipment, or Services Provided: Installation of Conduit, Pullboxes, Traffic Signal, Interconnect Cable, Communication Equipment, Loop Detectors and Bicycle Loops, Fiber Optic, Curb Ramps and Preemption System. Page 3 of 3 Document Last Updated 71212014 k Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project, Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Van Nguyen Name of proposed Project Manager Telephone No of proposed Project Manager, 626-810-1338 *see attached* Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work 2. Ryan Slocum Name of proposed Superintendent Telephone No of proposed Superintendent. 626-810-1338 *see attached* Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work C-11 Date Completed Date Completed Date Completed Date Completed Date Completed Date Completed 929 Otterbein Ave , Unit E • La Puente, CA 91748 Ph (626) 810-1338 Fax (626)810-1322 www cpengineeringinc com at ��C - -y-= alifornia�Professional=Engineering; Inc. - Traffic Signal -Job References PROEM: r - Descripti 1 i Tustin Street & Palm Avenue Left Turn Signal Modification Amount: $179,527 00 Owner: City of Orange Project Manager: Medel Llanes Contact Phone #: (714) 744-5535 Fax #: (714) 744-5573 Status: Completed Approximate Start/End Dates: Nov 2013-Jan 2014 Description of Supplies, Equipment, or Services Provided: Modify Traffic Signal at One Intersection along with Traffic Control, Install New Cabinet, Safety Lighting, Loops, Vehicle Pre-emption System, Sidewalk Access Ramps & Traffic Signal Heads San Gabriel Blvd, et. al TSM0010049 Amount: $1,463,453.23 Owner: County of Los Angeles Department of Public Works Project Manager: Abigail Flores Contact Phone #: (626) 458-3157 Status: Completed Approximate Start/End Dates: Jan 2013 — March 2014 of Supplies, Equipment, or Services Provided: Installation of Conduit, boxes, Traffic Signal, Interconnect Cable, Communication Equipment, Detectors and Bicycle Loops, Fiber Optic, Curb Ramps and Preemption System Woodruff/Washburn Traffic Signal Amount: $156,697 58 Owner: City of Downey Project Manager: Keith Hoey Contact Phone #: (562) 622-5898 Fax # (562) 904-7296 Page 1 of 3 Document Last Updated 71212014 Status: Completed Approximate Start/End Dates: Apr 2013-Aug 2013 Description of Supplies, Equipment, or Services Provided: Upgrading Traffic Signal at Intersection, Trenching, Conduit Runs, and Installation of LED Safety Lighting Traffic Signal Modification at Brookhurst Amount: $237,213.67 Owner: City of Huntington Beach Project Manager: John Griffin Contact Phone #: (714)375-5011 Fax #. (714) 374-1648 Status: Completed Approximate Start/End Dates: March 2011-Sept 2011 Description of Supplies, Equipment, or Services Provided: Modify Traffic Signal at Mult►ple Intersections along with Traffic Control, Installation of Curb Ramps & Traffic Signal Heads, and Monument Preservations. Traffic Signal System Upgrade Phase V-VIII Amount: $292,175.99 Owner: City of Santa Ana Project Manager: William Albright Contact Phone #: (714) 647-5029 Fax # (714) 647-5622 Status: Completed Approximate Start/End Dates: Jan 2011-Aug 2011 Description of Supplies, Equipment, or Services Provided: Installation of Conduit, Pullboxes, Traffic Signal, Interconnect Cable, Communication Equipment, Loop Detectors and Bicycle Loops, Fiber Optic, Cable, Signal Heads, CCTV System, and Preemption System Traffic Signal at Various Locations HSIPL 5331(017) & HSIPL 5331 (010) Amount: $507,840 79 Owner: City of La Puente Project Manager: Jason Brown, Willdan Contact Phone #: (562) 908-6222 Status: Completed Approximate Start/End Dates: June 2012 — March 2013 Description of Supplies, Equipment, or Services Provided: Installation of Conduit, Pullboxes, Traffic Signal, , Loop Detectors and Bicycle Loops, Curb Ramps and Preemption System Page 2 of 3 Document Last Updated 71212014 20th Street & Cherry Ave Traffic Signal Amount: $247,540 60 Owner: City of Signal Hill Project Manager: Natalie Avila, RKA Group Contact Phone #: (909) 594-9702 Fax #. (909) 594-2658 Status: Completed Approximate Start/End Dates: Feb 2013 — Sept 2013 Description of Supplies, Equipment, or Services Provided: Installation of Conduit, Pullboxes, Traffic Signal, Interconnect Cable, Communication Equipment, Loop Detectors and Bicycle Loops, Fiber Optic, Curb Ramps and Preemption System. Page 3 of 3 Document Last Updated 71212014 929 Otterbein Ave Unit E (626) 810-1338 Business La Puente, CA 91748 (626) 478-8481 Cell Van Tan Nguyen 2000-Present California Professional Engineering, Inc, La Puente, CA Experience Owner And General Manager of California Professional Engineering, Inc Summary of Qualifications ■ Estimate / Bid projects with various agencies (Caltrans, City of, etc) ■ Overlook and coordinate projects 1997-2005 United Auto Glass El Monte, CA Owner ■ Supervised in all areas in two major stores ■ Professionally train all employees with the state of the art equipment Manager of C P Engineering electrical firm 1992-1997 Tai's Air Condition and Electrical El Monte, Ca District Manager ■ Responsible for all contracts and electrical contracting ■ Oversee all business transactions ■ Implemented training course for new recruits— speeding profitability 1980-1985 Burg & DI Vista Inc Palm Beach Garden, FL Senior Production Supervisor ■ Responsible for time management of materials and labor ■ Supervised the largest construction builder of residential homes in South Florida ■ Implemented new policies/procedures resulting in breaking world record for fastest completion of new homes 1975-1980 Atlantic Air Conditioning Inc Delray Beach, CA Field Service Technician ■ Preformed repairs, maintenance and service on air conditioning and refrigeration units ■ Received company's highest sales award ■ Developed Excellence In Sales training course Education 1986-1991 California state University of Fresno Fresno, CA ■ B S , in Science of Industrial Engineering ■ Project Time/Motion Studies for Vendo Fresno, CA ■ Knowledge of auto CAD and Elemental Standard Time (EST) ■ Also vocational training in Fiber Optic Theory, Cable Construction, OSP Cable Breakout, Installation, Connectorization, Fusion/Mechanical Splicing, OTDR/Power meter/Fault Locator Testing System Design January 22, 2015 `r£afiptehss,nalEn s sneer' V.? F�Alfi a Experience Resume Ryan Slocum, Current Superintendent • Attended an apprentice program at Local 441 Trade School — 4 years • Electrical Journeyman — 5 years • Electrical Foreman — 2 years • General Foreman — 2 years • �Sunerintendent — 6 months questions, please feel free to contact our office at the number below Office Administrator I"I�Ill�r����'I' �;a• ���jai�I�'�II,Ilihilg�,, ,i' �3:r�I i���l��'uhiPi i ny,'pywY' „u'ix�,lulllp�,,a�glu �4'k��tli h6���,^' . . . . 929 Otterbein Avenue, Unit E, La Puente, CA 91748 0 Ph: (626) 810-1338 0 Fax: (626) 810-1322 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low -Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager (initial the applicable selections) Will ensure that 10% of all new hires as a result of tlus project shall meet all requiremnents of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project Will award 10% of its sub -contracts to Section 3 businesses This certification shall apply to the prime contractor's sub -contracts related to this project. Contractor Contact Person Contact Phone - Signed. Date *Note The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub -contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD) Previous non-compliance with Section 3 could result in disqualification. C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http //www.dir ca gov/DLSE/PublicWorks/SB854FactSheet-6.30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling dir ca gov/PWCR/ActionServlet?action--displayPWCRegistrationForm DIR's Contractor Registration searchable database- https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states - "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid, or no later than contract award date. California Professional Engineering, I Van Nguyen, President ,� Date: Title C-13 i 3 Ni N C 0 O, O � � N � O n M x o w o i r I� �s It,X m� C O � N N � N � O N r d n E *z n O H rn d n N nc � �-j O d n E z z C o o rn m a N_ oo O O 4 O J Z O W W LU Oz a z ¢Z 'E, z �w m w z Oz m LL Uw Local Assistance Procedures Manual (THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Exlubrt 12-H Sample Bid The bidder California Professional Engineering, Inc , proposed subcontractor , hereby certifies that he hasv, has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925,11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1 7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1 5 (Generally only contracts or subcontracts of $10,000 or under are exempt ) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prune contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1 7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U S Department of Labor Page 1 of 8 C-14 June 11, 2014 Local Assistance Procedures Manual Exbibit 12-H Sample Bid PUBLIC CONTRACT CODE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285 1(Chapter 376, Stats 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285 1 Note The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided The above Statement is part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following space Page 2 of 8 June ll, 2014 C-15 Local Assistance Procedures Manual Exhibit 12-H Sample Bid PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable findmg of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note. The above Statement and Questionnaire are part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution Page 3 of 8 June 11, 2014 C-16 Local Assistance Procedures Manual Exhibit 12-H Sample Bid Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY / COUNTY of Huntington Beach DEPARTMENT OF PUBLIC WORKS In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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. Note The above Noncollus►on Affidavit is part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution Page 4 of 8 June 11, 2014 C-17 Local Assistance Procedures Manual Exhibit 12-H Sample Bid DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager- 0 is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or deternuned ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending, and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years If there are any exceptions to this certification, insert the exceptions in the following space Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action Notes Providing false information may result in criminal prosecution or administrative sanctions The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification Page 5 of 8 June 11, 2014 C-18 Local Assistance Procedures Manual NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS Exhibit 12-H Sample Bid The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress m connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress m connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Fonn-LLL, "Disclosure of Lobbying Activities," m conformance with its instructions This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Subnussion of tlus certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure The prospective participant also agrees by subnutting his or her bid or proposal that he or she shall require that the language of this certification be included m all lower her subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly Page 6 of 8 June 11, 2014 C-19 Local Assistance Procedures Manual Exhibit 12-H Sample Bid DISCLOSURE OF LOBBYING ACTMTIES COMPLETE TIES FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U S C 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: r1a. contract r7 a bid/offer/application = a. initial b grant b imtial award b material change c cooperative agreement c post -award d loan For Material Change C c loan guarantee year quarter f loan insurance date of,/ 4 Name and Address of Reporting Entity 5 If Reporting Entity m No 4 i Enter Name and Address of P Prime Subawardee Tier , ifknown Congressional District, if known 6 Federal Department/Agency 8 Federal Action Number, if known 10 a Name and Address of Lobby Entity (If individual, last name, first name, MI) Congressional Dis;Ze/Descrip if known gram 7 Federal Pro CFDA Num er, if applicable 9. Award A ount, iflnown dividuals Performing Services (including address if different from No 10a) (last name, first name, MI) (attach Continuat n Sheet(s) if necessary) 11 Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) $ actual pl a. retainer 12. Form of Payment (check all that 8 a. cash b in -kind, specify natim 14 Brief Description of Se officer(s), employee(s), b one-time fee c commission d contingent fee e deferred f other, specify Led or to be performed and Date(s) of Service, Including contacted, for Payment Indicated in Item 11 (attach Continuation Sheet(s) it 15. Continuation S t(s) attached. Yes No 16, Information requ ted through this form is authorized by Title 31 U S C ection 1352 This disclosure of lobbying Signature rehauce was aced by the tier above when his transaction was made entered into This disclosure is required Van N U en pursuant 31 U S C 1352 This information will be Print Name' 9 y repo to Congress semiannually and will be available for President publ inspection Any person who fails to file the required Title di osure shall be subject to a civil penalty of not less than �] 0,000 and not more than $100,000 for each such failure Telephone No 626-810-1338 Date r/ Use Only: Authorized for Local Reproduction Standard Form - LLL Page 7 of 8 June 11,2014 C-20 Local Assistance Procedures Manual Exhibit 12-H Sample Bid INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U S C section 1352 The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action Attach a continuation sheet for additional information if the space on the form is inadequate Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information 1 Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action 2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action 4 Enter the full name, address, city, state and zip code of the reporting entity Include Congressional District if known Check the appropnate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee, e g , the first subawardee of the prime is the first tier Subawards include but are not limited to subcontracts, subgrants and contract awards under grants 5 If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prune Federal recipient Include Congressional District, if known 6 Enter the name of the Federal agency making the award or loan commitment Include at least one organization level below agency name, if known For example, Department of Transportation, United States Coast Guard. 7 Enter the Federal program name or description for the covered Federal action (item 1) If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments 8 Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e g , Request for Proposal (RFP) number, Invitation for Bid (1FB) number, grant announcement number, the contract grant or loan award number, the application/proposal control number assigned by the Federal agency) Include prefixes, e g , "RFP-DE-90-001 " 9 For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prune entity identified in item 4 or 5 10 (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a) Enter Last Name, First Name and Middle Initial (Ml) 11 Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity(item 10) Indicate whether the payment has been made (actual) or will be made (planned) Check all boxes that apply If this is a material change report, enter the cumulative amount of payment made or planned to be made 12 Check the appropriate box Check all boxes that apply If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13 Check the appropriate box Check all boxes that apply If other, specify nature 14 Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered Include all preparatory and related activity not just tune spent in actual contact with Federal officials Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted 15 Check whether or not a continuation sheet(s) is attached 16 The certifying official shall sign and date the form, print his/her name title and telephone number Public reporting burden for this collection of information is estimated to average 30 minutes per response, including tune for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D C 20503 sF-LLLing=oas Rev o&o4-9o,(ENDiFo Page 8 of 8 June 11, 2014 C-21 Local Assistance Procedures Manual EXHIBIT 15-G Local Agency Bidder DBE Commitment (Construction Contracts) ExmiT 15-G LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCALAGEN( YT City of Huntington Beach LOCATION, PROJECT I) SCRiPTION 1 AWn-C- S1GtY�Q� YY�OdI l-h CCt�l�rc� d'�-It COC1t1�C� l� �'� TOTAL CONTRACT AMOUNTS —� BID DATE 2-1 S115 BIDDER'SNAME California Professional Engineering, Inc CONTRACTDBEGOAL• 9 15% NTRACCTEM OF WORK AND DESCRIPTION DBFCERTNO RAIvE OF EACH DBE DOLLARAMOUNT NO R SERVICES TO BE AND EYPIRATION (Must be certtfled on the date bids DBE CONTRACTED OR MATERIALSDATE are opened - include DEB address rO BE PROVIDED (or coatrac cd iftie and phone numbs) adder is a DBE) j 7 i u VN Fiu S U For Local Agency to Complete: Total Claimed DBE _ Local AgeneyCout<actNumber CC-1464 Federal -aid Project Number HSIPL 5181- (177) Participation % Federal Share. Contract Award Date Local Agency certifies that all DBE wrtiScaboas have beta verified and information is owmplete and aconite. Signature of Bidder I -�Lq I (S 626-810-1338 Deft (Area Code) Tel. No PnntName Sigaamm Date Van Nguyen, President Local Agency Repmentatm Peron to Contact (Please Type or Ptmt) (Area Code) Telephone Number Local A9MM7Biddcr DBE Con>amI ent (ConFhcarm Cout u m) (Bain 6/26/09) Distribution, (1) Copy -Fax ar scan a copy to the Call ans Datnct Local Assistance Engineer (DLAE) whim 30 days of contract execution. Failure to send am" to the DLAE within 30 days of contract mectihou may result m deobligshon of funds for this project (2) Copy -Include is award package to Caltrans Dtstdot Local Assistance (3) Ongrasl -Local agency Elea Page 15-1 OB 12-04 June 29, 2012 C-22 EXBIBIT 15-G Local Assistance Procedures Manual Local Agency Bidder DBE Commitment (Construction Contracts) INSTRUCTIONS - LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) ALL BIDDERS: PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract. Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prune's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number) IMPORTANT. Identify all DBE firms participating in the project regardless of tier Names of the First -Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid There is a column for the DBE participation dollar amount Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions (If 100% of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE ) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms Exhibit 15-G must be signed and dated by the person bidding Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award, Federal -aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing Page 15-2 June 29, 2012 C-23 OB 12-04 9 W- m 0 0 yy o bo tz 0 46; V3 "- a 0 I lll-�111126, , . 4 a m MS� 4V 'LlpL. 5, 1 I 1 - N rig 2,2, I _IX fc) a . r6 11 yi� jq�l 01 4� Vq ,A Om-ll` 0 0 0 0 a 0 9 0 0 0 0 $1 0 0 0 0 0 0 0 0 0o Z w kn kn kn kn kn kn i's kn i's f�q — i's — i's — f.% kn i's — f.% — GS 46S 4&q , GS 46S 46S Gl!� 4&% W' — W, — V V V V v v v I A V V v v A v v v v A 0 DE 5I 19 OPD.El. 0 El 0 Ell 0 Altdln V) to v w r3l Il -A- ai lQ12 4 0 a:- C-27 14 1 MENZ3 IN111 m ill, 1R. r, gill W, 'A' W$ Ell -g7—mqEu- kl. M. - M- �7tl A gak _-T gmig M N OW .Is ,N wig Iur " Olt -ji 'L LA 42),Al 2 o 0 0 0 0 0 0 0 $1 0 0 0 $1 0 0 0- CD W) W) CD W) we 69 69 69 69 69 69 f;� 69 69 69 69 69 69 CD 69 W) 69 W) 69 v 1111 v v v 11 v 11111111 v v v A El:: v DOOE101 v v IV A V V V V A DOOPL-i m p Laiw AM: Y, R 4, �vpqv 3 6 :A 65 0 C 0 M C-27 s PE U x Q) E-^ ' nM k�nrr }±i.1S� x' - ��IMEN L E =' F �s_ ` ',"nI #�, 6ih ik ' f �•�e i. Ji'e�ti' i �a{�K War: �ON ? ;i`li� Ex _-.. Mft �? ��� _Qh�'s�li l��iii f• "Ria u ' ,"�,� 4 '2•.• ij�7j.!, b ,� ag s�4 - ;'=C I5 I� S rtp"�pU1�ffFY O I I O O D tx O G 0 0 '� 0 ,� , i Q O $j O 0 .= 0 .-� 0 r-i g O q O 0 0 0 P w 1r-t' kn o to 1-�1 to t-� �, In t--� '-� �4 kn ` �, E 7 V ❑ V ❑ V V /� ❑ �Ma „ V ❑ V V /� V ❑ V ❑ V ❑ V t V ❑ V V V A ,,,�(,a�d� �, <(� st d _ °' N st '^ v - rixx r ;s aSV,e N N A M. C-28 -zL mill ;V a X ply, VI I Iq N W I ®R A, EAR VE YGR XY, 1' 14, Al �x�, p 10 A"K -.V4 OM QL 01, 101 1:1 91 g g r. w-G tn tn i 0 5 eel Z09 tn f A fo-i (A (A fo-i tn (A Intn G4 tn tn 469 — fo). tn 46S 46S tn (A tn 46S fl §,F-V MIDI VV ❑�az A E1V 1EIR4, V V V A 101 Elo V V V El A V OP V V V EEJI A 11011 1p POI nr -J-,t>o rL CL. fZ, a, Cr. J M-V xtH 14,1 &JIN -"I C4 V da on C-28 ME rlulIy am ®r !t4m RW rr M -Ili .11M pq 'jXIM 4�4� -q R-44. 3 �Q �I a - i A t; 'g 1- 5 1 "t, 9 RIIII Zm T� 46,9 46S C> 6q W) 64 to 46S foS 64 6q in 46S 'n foq foS 64 C, 464 -os Gog tvnl fos foq 6q A6oS C) A6oS tn A6oS W) 464 V V V A V V V V A v v v V A V V V V A E❑I p ED] ED] 0 ED] 01111 F-I Li XQ SZ sz �(LSIUII 15) co 'o C-28 - - -- - - - - - - - - - - - - - --- -- - -- - - T City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Traffic Signal Modifications and Interconnect Conduit Installation CC-1464 HSIPL-5181(177) January 23, 2015 Notice to All Bidders Please note the following clarification to the Project Plans, Specifications, and Technical Provisions 1. The Federal Labor Rates contained in Appendix H — Part 2 of the Project Specifications for the Traffic Signal Modifications and Interconnect Installation - CC1464 HSIPL-5181(177) shall be replaced with the attached FEDERAL LABOR RATES dated January 23, 2015. The federal labor rates dated January 23, 2015 shall be the federal labor rates in effect for the above named project. This is to acknowledge receipt and review of Addendum Number On dated January23, 2015 Company Name By J irr „ Date All bidders must acknowledge the receipt of this Addendum with your bid proposal Should you have any questions regarding this Addendum, please call William F Janusz at (714) 536-5431 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond BOND # 20150122 KNOW ALL MEN BY THESE PRESENTS, that we C-ALIFORNIA PROFESSIONAL ENGINEERING; INC-DBA-C-ALIFORNIA PROFESSIONAL ELECTRICAL ENGINEERI 929 Otterbein Avenue, Suite E Rowland Heights, CA 91748 (Here insert full name ,and address or legal title of Contractor) as Principal, hereinafter called the Principal, and THE HANOVER INSURANCE COMPANY 5 HUTTON CENTRE, SUITE 1060 Santa Ana, CA 92707 (Here insert full name ,and address or legal title of Surety) a corporation duly organized under the laws of the State of NH as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH 2000 Main Street Huntington Beach, CA 92648 (Here insert full name ,and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid------------------------------------------ Dollars ($ 10.00% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, the Principal has submitted a bid for TRAFFIC SIGNAL MODIFICATION & INTERCONNECT CONDUIT INSTALLATION AT ADAMS AVE/BUSHARD ST & MAGNOLIA ST/YORKTOWN AVE (Here insert full name, address and descnption of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in full force and effect / Signed and sealed this 22nd day of January, 2015 NA R SSION 1 ENGINEERING, INC DBA JI PROFESSIONA ECTRICAL ENGINEERING pri ipap I I (Seal) / R 9A T,"A / THE HANnVFB INSIIRANr ( 0&6 (Sum) / / ' (Seal) (Title) Yu T ck, Attorney -in -Fact AIA DOCUMENT A310 BID BOND AIA ® VEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N Y , N W WASHINGTON, D C 20006 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 Los Angeles On January 29, 207-5 before me, Alyssa Sohl—No�Public Date Here Insert name and Title of the Officer personally appeared Van NMe; Name(s) of Signer(s) f 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/sheAhey executed the same in his/he4the* authorized capaclty(+es), and that by his/heg their signature(s) on the instrument the person(s), or the entity upon behalf ALMA SOHL of which the person(s) acted, executed the Instrument Commission # 2072413 Z Notary Public,- California > I certify under PENALTY OF PERJURY under the laws of the State of Riverside County California that the forgoing paragraph is true and correct My Comm E Ires Jun 23, 2018 WITNESS my icial seal Signature Place Notary Seal Above gnatu a of Not ry Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document Bid Bond — Crty of Huntington Beach Document Date January 22, 2015 Number of Pages 1 Signer(s) Other Than Named Above Yung T Mullick, Attorney -In -Fact & Jennifer C Anaya, Notary Public Capacity(tes) Claimed by Signer(s) Signer's Name Van Nguyen Signer's Name ❑ Individual ❑ Individual X Corporate Officer — Title(s) President ❑ Corporate Officer — Title(s) ❑ Partner ❑ ❑ Limited ❑ General ❑ Partner ❑ ❑ Limited ❑ General _ IGHTTHUMBPRINT ❑ Attorney in Fact RIGHTOF SIGNER ❑ Attorney in Fact OF ❑ Trustee Top of thumb here ❑ Trustee Top of thumb here ❑ Other ❑ Other Signer is Representing Signer is Representing CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT GMENT STATE OF CALIFORNIA County of ORANGE On JANUARY 22, 2015 before me, JENNIFER C ANAYA NOTARY PUBLIC , Date Here Insert Name and Tile of the Officer personally appeared YUNG T MULLICK Narne(s) of Signers) who proved to me on the basis of satisfactory evidence to be the personM whose name( is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his;h)W Wauthorized capacity(ies), and that by hls/ndbw signature(o on the instrument the personal, or the entity upon behalf of which the person( �SEPe OF rN�s .+ JENNIFER C. ANAYA acted, executed the instrument COMM. # 1974158 X -® o NOTARY PUBLIC CAIJFORNIA I certify under PENA OF PERJURY under the laws of r � ORANGE COUNTY W the State of Californi that a foregoing paragraph is true C4UFOR�P MYCOMIU EXP MAY2, 200166 and correct I ffi Witness my hand nd ff i I eal Signature A_ Place Notary Sea] Above Signatur tarypy ]�, Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document Document Date Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Individual ❑ Corporate Officer—Title(s) _ ❑ Partner —❑Limited❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing , Number of Pages Signer's Name ❑ Individual Corporate Officer —Title(s)� ❑ Partner — ❑ Limited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing aY aY' Asa' y; yr-r a►i°'a*' �iYya'4i' �+�:. J.�d' rY e!q_„ a?>' v t/ ✓ 'd�"'ay THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA ry vvEkz) ur A t I urcivt Y CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint James W Moilanen, Yung T Mullick, and/or Jennifer C Anaya of Mission Viejo, CA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of Indemnity or other writings obligatory in the nature thereof, as follows Any-such-obligations-in-the-United-States, not -to -exceed Ten-Million-and-No/100-($10;000,000)-m-anysmgle Instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect RESOLVED That the President or any Vice President in conjunction with any Vice President be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company in its name and as its acts to execute and acknowledge for and on its behalf as Surety any and all bonds recognizances, contracts of indemnity waivers of atation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons (Adopted October 7, 1981-The Hanover Insurance Company Adopted April 14, 1982 - Massachusetts Bay Insurance Company, Adopted September 7 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 3rd day of January 2012 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY " f q CITiZEi S SURANCE OMPANY OF AMERICA 1 t 974 / I' `� DD Robert Thamas. Vice Pr�stdent THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )SS Joe 8rciristrom, Vid Prtmdent On this 3rd day of January 2012 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations Uo$'—' Noiary PutrlCealihottdmswsetiC{mrsssia;Ex��ssept.?I tste Barbara A Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company ofAmenca, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power ofAttorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile " (Adopted October 7, 1981 - The Hanover Insurance Company, Adopted April 14, 1982- Massachusetts Bay Insurance Company, Adopted September 7 2001- Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 22nd day of January 20 15 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA kl&="AP 84- Cjleihn Margosian, Vice President City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk June 12, 2015 DBX, Inc 42024 Avenida Alvarado, Suite A Temecula, CA 92590 RE Traffic Signal Modifications and Interconnect Conduit Installation— CC-1464 Enclosed please find your original bid bond for CC-1464 Sincerely, 9ban L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities • Anjo, Japan ♦ Wartakere, New Zealand t zx. r,''w J��• s `�.a A ^o Psa'� �"' �- v •'r �' ��"��v r e�.��f`Y �-��rf` 'r t 'ai^�� �t`'•4} � F ` M� " � �„eT'�''''T ,� �'�i.'i Al ip- � u^`j�W�t' Y ed'" t, 4�: "✓yu �'I af�"" �SJrry'�,y{a�"Ri�_.W`'i ew'a,l+=ag•'S�•«', ,J r'.M sty.v+�p.�jv .fl £rrr 'a'i'll a�,��y ^� A+'�qq"'''� 1�$;Y{trs,n Q O 06 O Q 1 ry O U LO 'IT JCNJ LO QVTJ QQ UN W J ZQWU(%j coC) Q q- (n F— —i .r.__ r "t f` OD = O U Q N Q _I p Jr-` m o�_y q fiz LLI CN >m,�,F, �fryST';A�"o-^F aD� Z0ui co LL J Zsa cQ p ~ 4 sFtiv'Y �' +.,�'�'• }J,` i 1'"`a`�,- `,. y ry 4�Xi..'� �- •yid' F` , '�'--�+-ti"7`ty`3{k4n :1 , r w_ z{.ya A1�. R kA _; _ �� t `T+A y <y, �•r, ,rxu,Y� .+5';i^,' j', ^ g• �` "fit: a 4 .. T � +3'S�T,ak � 4ti,'1Fj•Y'.a„v � txn � g'Eyr ; rn X,k#,?-� EY''"",-t�` �`, %� �-.',,•.,r fik'�s7'=m r v 4`"~ s�. " - !t�«Px C ra yte -'f m. �r >,i r �.�+_ .�af.?y'� s*e� '"i'>r �yy'•3;."r,% t�'�y},� a'i _ t t " c� &.j �?•+�K'r_ P.-P'r�m ,.'w'^a��a";�S,� y `�� -�=- ,�p.9 ,'.wr '?'�e H-J "7 #' K zl s._ � i" ., z'$+� �i. i i n• ziEP Y'* .`� ti � aft .fit' ,� 'x. l�+ r v et�YJ `'.F'..s,.d,t1'4 '{u ,.2 i1:oI< het h e'- `; vtw }'y.� �; � e..-P e�SL 6 �, x#"•' y,. � .�� ..x_q -k� ;3� S�' 9R 't5.� 2 w ^"+r �.wy'�'tt�t,r�>"��9iarf } 5.a .. ' ✓-S• , ry„yam '�, '"+7;; ;, `". i rk" =�� ' : ,f`" `i _^ Y�a.i'v'��^ n � .F• ' , . � °ar`�,y���:`���.-r�.+,,'�t4'�•n;,i��f���tu�,�'�rdp_v'�'�; �i_a''_ - r `'�� �'i-`^, 7,. ,,- -.r. °.Y..a`S `''` �•�"A, +'YF'" ��'s„i L.`„ ` �+i r`_." t�'.r�` _ ram_ �� zy�t YS yr-. y�N, .. ,g In c� �� �EI'..e �� �'-',•}{� _t _ ,r, , ..,� t•• _ -,� J �') �srxn Ls�ay3a "` , S. �. - - _ ° � Q hAY�.';;:_"4�+ T'i�'�'x»�f��•��s'„_t�i_yyr,YA fn Ocu +L+ . d u• � t q LO U) (0 _�t (Q O Q O O (B ^ vt , a-Ta : i _ Q (0 in p T > t1 {h t!Pt f+e�'`''it)ACl., >�t.j �.F � .� .� mac:_ - ;i4" R.i jw:-7'�?ir .ng „F.YYy,fT-et ti«:i +rt"3 ¢� � l"Faa, ."-`s(�.,' 4 � ^ r� Tom`-• `r x " .r "'`'r=".: by '. 3; �y�'•t.* '� _ , IL 1-7-s PROPOSAL for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and iblagnolia. Street and Yorktown Avenue CC No. 1464 HSIPL-5181(177) in the CITY OF HUNTINGTON BEACII TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTiNGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the woik therein described, and to furnish all labor, mateiial, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of I-Iuntington Beach The undersigned agrees to perfbim the work therein to the satisfaction oCand under the supervision of the City Engineer of the City of Iluntington Leach, and to entei into a contract at the following prices The undersigned agrees to complete the work within Gil working days, starting from the date of the Notice to Procecd The undersigned acknowledges that the issuance of the Notice to Pioceed will occur approximately two months aftei the award of the contiact to allow piocurement time for the city furnished equipment BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contiact documents. If this pioposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum pieces set forth in the following Bid Schedule BIDDER understands that failuie to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of' the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final conipensation undei the contract will be based upon the actual quantities of woik satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY HI;M FROM THE CONTRACT It is agreed that the unit and/or lump stun prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period ol' sixty days from the bid opening date If at such time the contract is not avtarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the arnounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-t If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days aflei the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanymg this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find Bidder's Bond in the amount of 10% of bid which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for—% ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any Addenda No. .Date Received AWerIs Signature 1 1 /23/ 15 ------'" C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Traffic Signal Modifications and Interconnect Conduit Installation CC-1464 HSIPL-5181(177) January23, 2015 Notice to All Bidders Please note the following clarification to the Project Plans, Specifications, and Technical Provisions 1. The Federal Labor Rates contained in Appendix H — Part 2 of the Project Specifications for the Traffic Signal Modifications and Interconnect Installation - CC1464 HSIPL-5181(177) shall be replaced with the attached FEDERAL LABOR RATES dated January 23, 2015. The federal labor rates dated January 23, 2015 shall be the federal labor rates in effect for the above named project. This is to acknowledge receipt and review of Addendum Number One, dated January 23, 2015 DBX, Inc Company Name By 2/2/15 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal Should you have any questions regarding this Addendum, please call William F Janusz at (714) 536-5431 Project Bid Schedule Tiaffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adarns Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 I ISIPL-518](177) Item Estiniitted Item Unit'Price Exf6nded: Quantify Alhount' I L S obi'ization $ Per r L S I L S Furnish and Maintain Project Traffic Control, $145004 $ 95oo' cc Per L.S 3 1 I's Fuinish and Install Traffic Striping and Signing $ 19 U 4Lk.100 $ 15 La� , M Per L S 4 4 EA Construct Curb Ramp per Caltrans Standard Plan No A88A, Case C $—qkL-D - oo $ I LP OM. W Per EA. 5 1 I's Construct Custom ADA Ramp and Walkway at the Southwest Corner of Adams Avenue and Bushard Street (includes Concrete, Asphalt, Barricades, $q'50p-pp $ g5wim Truncated Domes and Curb and Gutter) Per Sheet 8 Per L S 6 1 EA Construct Curb Ramp Per Caltrans Standard Plan No A88A, Case A (Includes PCC Sidewalk Behind Ramp to Property $qWQ.00 $ 4000 -0:) Line) Per EA 7 70 S F Construct 4" '1 hick PCC Sidewalk oN�er 4" Compacted Subgrade Per City Standard Plan 207 (Sheet 8, Construction Note 7) $ 5'qQ_ $-35(D pp Pei S F 8 17 L F Construct 6" Curb and Gutter per City Standard Plan 202 (Sheet 8, Construction Note 11) Per L F $_ D,00 $-�5A-0,U) C-2 1 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Stieet at Yorktown Avenue CC-1464 IISIPL-5181(177) Item Estimated Item Unit Price Extended Amount No Quantity ` 9 10,100 L F Furnish and Install 2"Interconnect Conduit with 12 Pair 419 Solid Interconnect Cables and Pull Bores Spaced Approximately 200' (Also Includes Installation into the Traffic $3qi QQ $3 -54 00-w Signal Cabinets) Per LF 10 1 L S Modify Traffic Signal at Adams Avenue and Bushard Street (Excludes Interconnect Conduit, Interconnect Pull Boxes and interconnect Cable) $45qLVq,W $ gSgUq.00 Pei L S I I I L S Modify Traffic Signal at Magnolia Street and Yorktown Avenue (Excludes Interconnect Conduit, Interconnect Pull Bores and Interconnect Cable) Per L S 12 1 L S Prepare Project Specific Stiom Water Pollution Prevention Plan (SWPPP) $ Per L S C-2 2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC- 146413SIPL-5181(177) Total Amount Bid Total Amount Bid in Figures 1 Total Amount Bid in Words S i x hun gecl hw-tru-rA ,ecd+u-o 61 Note: The Cite will provide the traffic signal equipment, as listed in the pole schedules, (also includes anchor bolts) to the contractor The contractor is to pick up the materials, with its own labor, at the City Yard, 17371 Gothard Street Contact George Ruff tNko working days in advance for pick up at (714) 536-5530 C-? 3 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor Bid Item(s) Name and Address of Subcontractor E State License Class Dollar Amount ' % of ' . Contract Number JJ I a 23g0S C40/1)W-V 0d- Wr�dAmay, CH gaSiiS 18y033 -+ C1Z 3g860.L)o 3 SUPQX 6rP.p+'vt24nlOtrvobs S 31 -.\- Cy pre sS S+• CLjprT5S, CR 90u3(3 ly �' `� 1(e �c�(o C3t 75Y c3-- I dS? I. 6U 2-40 i rat ono ia�c Gip) Pu ibro IIZL. 6niurili1C14 g1-7\07- 190971 b9 (av/tom low A�pi an Udbe Swppr t2 S'7Bo of rhd-o-►2.d • �t Sub►'umbr, CA 4\48u3 n� nIo,- I LZ-W 140 By submission of this proposal, the Bidder certifies` I. Fhat he is able to and will perfonn the balance of all work which is not covered in the above subcontractors listing; 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds fw-nished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 1 declare under penalty of perjuiy under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 2/2/15 , at � Temecula CA Date city State Jim Perry , being first duly sworn. deposes and says that he or she is President of DBX, Inc the party making the foregoing bid that the bid is not made in the interest of, or on the 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 of solicited any other bidder to put in a false or sham bid. and has not directly or indiiectly colluded, conspired, connived, or agreed with any bidder or anyone else to pert in a sham bid, or that anyone shall refrain (iom bidding, that the bidder has not to any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any oilier 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 theteof, or the contents thetcof, or divulged information or data relative thereto, or paid, and will not pay fee to any corpoiatton, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid DBX, Inc Nance of Bidder �L ��� SignIture of Bidder 42024 Avenida Alvarado, Suite A Temecula, CA 92590 Address of Bidder C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 ear:.{,:.. �;lht{: ;�:,-:�.�...^.�a� :fs�:{::�.�.a�;�C{:�:f::.{-:is:�:f::.:�:�.�::.:{:�;{2C:{::, ;f::. a::t(:.,{•:C:!=�c.::; ✓::.�:..:.::: ,i::.�:(..::Y 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 Califomia ) County of Riverside ) On 02/02/2015 before me, Phyllissa Martz, Notary Public Date Here Insert Name and Thle of the Officer personally appeared Jim Perry Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herAheir 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. PHYLLISSA MARTZ Commission # 1985150 =� Z Signature 1 h i • Notary Public - California Zy Riverside County Signature of Notary Public MY Comm Expires Aug 11, 2016 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 Document Date - Number of Pages Signer(s) Other Than Named Above Capacity(les) Claimed by Signer(s) Signer's Name Jim Perry ® Corporate Officer — Title(s). President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing - Signer's Name: ❑ Corporate Officer — Title(s)- El Partner — ❑ Limited ❑ General ❑ Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing 02014 National Notary Association • www.NationalNotary org - 1-800-US NOTARY (1-800-876-6827) Item #5907 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned Hereby promises and agrees that in the performance of the work specified in the contract. known as the Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue, (1)(we)(it) will employ and utilize only qualified persons, as hereinaitei defined, to work in proximity to any clectrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Verson: A person who, by reason of experience of instruction, is familiar with the opetalion to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontraetoi or subeontiactois with the requirements contained herein Date 2/2/15 C-5 DBX, Inc Conti actor President Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, undei penalty of penury, the following questionnaire QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation`s ❑ Yes ® No If the answer is yes, explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation of to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date 2/2/15 C-7 DBX, Inc Contractor By President Title BIDDER certifies that the following information is true and coriect DBX, Inc Bidder Name 42024 Avenida Alvarado, Suite A Business Address Temecula CA 92590 City, ( 951 ) 296-9909 1 elephone Number 240547 A & C-10 State Contractor's License No and Class 1963 Original Date Issued 7/31 /15 Expiration Date State Zip The work site was inspected by James C Perry of our office on January 26 2015 The following are persons, firms, and corporations having a principal inteiest in this proposal DBX, Inc Jim Perry, President & Sec/Treas James C Perry, Vice President C-8 The undersigned is prepated to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. ' DBX, Inc Signature cuff Bidder Jim Perry, President Printed or Typed Signature Subscribed and sworn to before me this _ day of , 201_ NOTARY PUBLIC C-9 ja ro a++,L ' NOTARY SEAL CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 El See Attached Document (Notary to cross out lines 1-6 below) D See Statement Below (Lanes 1-6 to be completed only by document signer[s], not Notary) 2- 3- 4 - -- ---- - — - --- - ----- -- - - -- - Signature of Document Signer No 1 Signature of Document Signer No 2 (f any) 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 Riverside PHY-LT ISSA MAIR TZ Commission # 1985150 �o Notary Public - California i Z Riverside County My Comm Expires Aug 11, 2016 Subscribed and sworn to (or affirmed) before me on this 2 day of February , 20 15 by Date Month Year (1) Jim Perry (and (2) ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature Q4 Signature of Notary Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraurludant reattarhmant of this form to an unintended document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: 02014 National Notary Association - www NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5910 Bidder's Project history For the purl)oses of this project, the bidder shall provide piolect history of similar work. specifically refeiencing the construction of traffic, signal modifications consisting of at a mimmun. the installation of' four new tiaffic signal poles at a single intersection. tSao of which must include traffic signal mast arnis of at least 25 leet in length Bidders aie encouraged to submit supplemental relevant project hi�toiy in addition to the piolects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has perforined similar work within the past fire years l Cal Trans, 4050 Taylor Street, San Diego, CA 92110 Name and Address of Public Agency Name and 1 elephone No of Pioject Managet: Shrikant Amtey (858) 688-1575 $4,743,194 78 Fiber Optic, CCTV, Ramp Metering 6/19/14 Contract Amount 1 ype of Work Date Completed Provide additional pioject desci iption to show similar «oik 2 County of San Diego, 5500 Overland Ave, San Diego, CA 92123 Name and Address of Public Agency Name and Telephone No of Project Manager Hooshang Nahremi (858) 537-2500 $2,305,009 43 Traffic Signal Interconnect 10/19/12 Contract Amount 'type of Work date Completed Provide additional project description to show similai woik Install interconnect, fiber optic, ccty, build new Traffic Management Center 3 City of Oceanside, 300 N Coast Hwy, Oceanside, CA 92054 Name and Address of Public Agency Name and Telephone No of Pto_ject Manager Teala Cotter (760) 435-3538 $338,640 59 New Traffic Signal/Modify Existing Signal Contract Amount Type of Work Piovide additional project description to shoe similai lcork: C-10 9/20/12 Date Completed Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this pioject Bidders ai e encouraged submit supplemental relevant project history in addition to the projects listed herein 1 James C Perry, Vice President Name of proposed Project Manager Telephone No of proposed Project Manager, 951-296-9909 Caltrans $4,743,194 78 Fiber Optic, CCTV, Ramp Metering 6/19/14 Project Name & Contract Amount Type of Work Date Completed County of San Diego $2,305,009 43 Traffic Signal Interconnect 10/19/12 Project Name & Contract Amount Type of Work Date Completed City of Oceanside $338,640 59 New Traffic Signal/Modify Existing 9/20/12 Project Name & Contract Amount Type of Work Date Completed 2 Steve Landau Name of proposed Superintendent Telephone No of proposed Superintendent 909-721-4027 City of Riverside $1,024,270 31 Modify Signals (17) Locations 1/13/11 Project Name & Contract Amount Type of Work Date Completed City of Hesperia, $473,101 00 Install Traffic Signals 6/2/11 Project Name & Contract Amount Type of Work Date Completed Caltrans, $248,139 00 Install Traffic Signal -Yucca Valley 2/29/12 Project Name & Contract Amount Type of Work Date Completed C-1 I BIDDER'S CERTIFICATION% HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low -Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager (initial the applicable selections) Will ensure that 10% of all new hires as a result of this pioject shall meet all requiremnents of Section 3 of CFR Part 135 of the HUD Act of 1968, or X Will hire no new employees in conjunction with this project Will award 10% of its sub -contracts to Section 3 businesses, This certification shall apply to the prime contractor's sub -contracts related to this project Contractor. DBX, Inc Contact Person, Jim Perry Contact Phone- 95 96-9909 Signed Date 2/2/ `Note The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub -contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD) Previous non-compliance with Section 3 could result in disqualification. C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 I(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July I through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET" on SB 854 http /Jwww.dir.ca gov/DLSE/I'ublteWorks/SB854FactSheet_6.30 14 pdf DIR's Contractor Registiation Link — Call (844) 522-6734 https //efiling dir ca gov/PWCR/ActionServlet`Faction=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless euriently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid, or no latei than contract award date Date 2/2/15 C-13 DBX, Inc Contractor President Title Local Assistance Procedures Manual Exhibit 12-t1 Sample Bid (THE .BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF 'THOSE CERNCFIC ATIONS WHICH AREA PART OF THIS PROPOSAL) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 1 he bidder_ _D BX, I N C __, proposed subcontractor hereby certifies that he has _ X , has not —,participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-17(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1 5 (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CPR 60-1 7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Iinghway Administration or by fine Director, Office of Federal Contract Compliance, U S Department of Labor Page 1 of $ C- 1 4 June 11, 2014 Local Assistance Procedures Manual Exhibit 12-H Sample Bid PUBLIC CONTRACT CODE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285 1 (Chapter 376, Stats 1485), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, consptras.y, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285 1 Note, The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided The above Statement is part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution PUBLIC CON FRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of penury, the following questionnaire Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No X If the answer is yes, explain the circumstances in the following space Page 2 of 8 June 11,2014 C-15 Local Assistance Procedures Manual Exhibit 12-H Sample Bid PUBLIC CONTRACT CODE 10232 STATEMENT In eontormance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor t within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note- The above Statement and Questionnaire are part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution Page 3 of 8 June 11,2014 C-16 Local Assistance Procedures Manual Exhibit 12-H Sample Bid Noncollusion Affidavit (f€tle 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY / COUNTY of Huntington Beach DEPARTMFNT OF PUBLIC WORKS. In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, orgamration, 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 Note The above Noncollusion Affidavit is part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution Page 4 of S June I1, 2014 C-17 Local Assistance Procedures Manual Exhibit 12-H Sample Bid DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager• • is not currently under suspension, debarment, voluntary exclusion, or determmation of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years, • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years If there are any exceptions to this certification, insert the exceptions in the following space Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action Notes, Providing false information may result in criminal prosecution or administrative sanctions The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Page 5 of 8 June 11,2014 C-18 Local Assistance Procedures Manual NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS Exhibit 12-H Sample Bid The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that (t) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement (2) If any funds other than Federal appropriated funds have been paid or A ill be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an offices or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Subimssion of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U S Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure The prospective participant also agrees by subtrutting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly Page 6 of 8 June 11, 2014 C-19 Local Assistance Procedures Manual � Exhibit 12-I1 Sample Bid DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THUS FORM TO DISCLOSE LOBBYINU AC11 V111L`S l URSUAN I-1 V 31 U NC 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a contract a bid/offer/application Q a initial b grant b initial award b material change e cooperative agreement c post -award it loan For Material Change Only e loan guarantee yearquarter f loan insurance date of last report____, 4 Name and Address of Reporting Entity Prime Subawardee 1 ter , if (mown Congressional District, if known 6 Federal Department/Agency. 8 Federal Action Number, if known 10 a Name and Address of Lobby Entity (If individual, last name, first name, MI) 5 If Reporting Entity in No, 4 is Subawardee, Enter Name and Address of Prime: Congressional District, if known 7 Federal Program Name/Description CFDA Number, if applicable 4, Award Amount, if known b individuals Performing Services (including address it different from No 10a) (last name, first name, Ml) (attach Continuation Sheet(s) if necessary) 11 Amount of Payment (check all that apply) 13 Type of Payment (check all that apply) S actual planned a retainer b one-time fee 12 Form of Payment (check all that appl)) c commission 8 a cash d contingent fee b in -kind, specify nature a deferred value f other, specify 14 Brief Description of Serti ices Performed or to be performed and Date(s) of Service, including officer(s), empioyee(s), or member(s) contacted, for Payment Indicated in Item 11 (attach Continuation Sheet(s) if necessary) 15 Continuation Sheet(s) attached Yes ❑ No 16, lnformution requesied through this form is authorized by Title 31 U S C Section 1352 This disdosure of lobbying Signature iehame was placed by the tier above when his transaction was made or entered into This disclosure is required Print Name Jim Perry pursuant to 31 U S C 1352 This information will be reported to Congress semiannually and wtkl be available for Title President rso public inspection Any pen who fails to fike the regwn d — - disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure Federal Use Only, F.- TelepboneNo 951-296-9909_ pate 2/2/15 Authorized for Local Reproduction Standard Form - LLL Page 7 of 8 Juice 11, 2014 C-20 Local Assistance Procedures Manual INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURRE OF LOBBYING ACTIVIT IES Exhibit 12-R Sample Bid This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U S C section 1352 The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action Attach a continuation sheet for additional information if the space on the form is inadequate Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information I Identify the type of covered federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action 2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a follow-up report caused by a material change to the information previously repoited c,nter the year and quarter in which the change occurred Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action 4 Enter the full name, address, city, state and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prune or subaward recipient identify the tier of the subawardee, e g , the first subawardee of the prime is the first tier Subawards include but are not limited to subcontracts, subgrants and contract awards under grants 5 if the organmation filing the report in Item 4 checks "Subawardee" then enter the fall name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known 6 Enter the name of the Federal agency making the award or loan commitment Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard 7 Enter the Federal program name or description for the covered Federal action (item 1) If known, enter the full Catalog of Pederal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments 8 F.nter the most appropriate Federal identifying number available for the Federal action identification in item I (e g , Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant or loan award number, the application/proposal control number assigned by the Federal agency) Include prefixes, e g , "RIT-DE-90-001 " 9 For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5 10 (a) Entei the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a) Enter Last Name, First Name and Middle Initial (MI) 1 I Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying cntity (item 10) Indicate whether the payment has been made (actual) or will be made (planned) Check all boxes that apply If this is a material change report, enter the cumulative amount of payment made or planned to be made 12 Check the appropriate box Check all boxes that apply If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment 13 Check the appropriate box Check all bores that apply If other, specify nature 14 Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered Include all preparatory and related activity not just time spent in actual contact with Federal officials Identify the Federal officer(s) or employee(s) contacted or the officers) employce(s) or Members) of Congress that were tuntacted 15 Check whether or not a continuation sheet(s) is attached 16 The certifying official shall sign and date the form, print his/her name title and telephone number Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D C 20503 ss-i.LL.Insuu .w Ptv 06t4,90«rrmW)) Page 8 of 8 June 11,2014 C-21 O CJ O O 04 >!"We 4w 3 P4 lie 31 ,, 15, ` 13 0 0 0 ^F c r, 0 0 0 thl E C) E W) E kn Krj in - - V) - V'� EA ('09 - Gn n - V) kn ;A (A G, 14-S 9t �-A - A v v VI , JA v v v V V V V V A, V V V V A coop❑ 10:11 U ollop-000008 Po 0 Icy, L4(r L4 to 0 N Ln ti h C jz! 0 too 'b C-27 Q 2i 0 L) 9 O L) 42 L) O CA. :"P, J i, fm � iw, I , j A ,, "s , p W , -�Z . =4 , 4 — jS -1 - lyi, t Z,, Z 9 4) 634 A C-5 All "4, r- g o0 0' 0 a 0 Q o z o 0 �z E V3 flq V—) V—� 71 c"'I cn GS Zq U) kn — G") t4 — •(09 — -19 C-11� (Is CA W) 44q I- V 0100 V V V A V IDEIP V V V Ell[] A V Eli V V V 0 A f 51, s"- v 0 v v v A Ft,*i❑ if Al- p 15 Cl w 9 0 L9 Ls Ln Pie) 41 . C/I u d A C-28 The Guarantee Company of North America USA 1800 Sutter Street, Suite 735, Concord, CA 94520 BOND NO. 8-8 Premium: Nil KNOW-ADMEN-BY-T-HESE-PRESENTS,-That-we,-DBX, Incorporated as Principal, and The Guarantee Company of North America USA, a corporation duly organized under the laws of the State of Michigan, as Surety, are held and firmly bound unto City of Huntington Beach as Obligee, in the sum of Ten Percent of Amount bid ($ 10% ) Dollars for the payment of which Principal and Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally WHEREAS, Principal has submitted a bid for Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of: Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No 1464 HSIPL-5181(177) NOW, THEREFORE, if the Obligee accepts the bid of the Principal and the Principal enters into a Contract with the Obligee for the Project; or, if the Principal pays the Obligee the amount of this Bond or the difference between Principal's bid and the next lowest bid for the Project, whichever is less: this obligation is null and void, otherwise to remain in full force and effect Signed and sealed this20thday of January, 2015 DB Incorporated BY: � a (Witness) Principal ITS:s►d��tit The Guar t an of No rica USA BY: (Witness) Charles L. 7lake, Attorney -In -Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL •. 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 Pni in+„ of Riverside On 02/02/2015 before me, Phyllissa Martz, Notary Public Date Here insert Name and Title of the Officer personally appeared Jim Perry 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 PHYLLISSA MARTZ WITNESS my hand and official seal. Commission #1985150 qb Notary Public - California z �— Z 9 Riverside County > Si nature My Comm Expires Aug 11, 2016 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: Document Date - Number of Pages Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name. Jim Perry ER Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Aitomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing - Signer's Name: ❑ Corporate Officer — Title(s)• ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary org -1-800-US NOTARY (1-800-876-6827) Item #5907 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 --GRANGE ) On 1-20-2015 before me, LEXIE SHERWOOD — NOTARY PUBLIC , Date Here Insert Name and Title of the Officer personally appeared CHARLES L. FLAKE Names) of Signers) 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 II SHERWOOD A COMM # 2031782 3 y ,i NOTARY PUBLIC • CALIFORNIA n ORANGE COUNTY -` Comm Exp JULY 27, 2017 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 Signature yx�l / jLWVt1_d ►gnature of Notary Public Place Notary Seal Above OPTIONAL Though this section ►s optional, completing this ►nformat►on 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 Capaaty(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 •a -e..y -ei<.y .r .y .y .e, .�, -y ,y .y .y..e„�.yS.ri .�, .o, �eti .er �a, �s, �y �y -y -�. -�, .y ,�. �y �y �y ��..y .y .y ,,.� .y .a, .y .y ,y .� .y . THE The Guarantee Company of North America USA GUARANTEE'" Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan having its principal office in Southfield Michigan does hereby constitute and appoint David L Culbertson Charles L Flake Richard A Coon Spencer Flake Culbertson Insurance Services Inc its true and lawful attorneys) -in -fact to execute seal and deliver for and on its behalf as surety any and all bonds and undertakings contracts of indemnity and other writings obligatory in the nature thereof which are or may be allowed required or permitted by law statute rule, regulation, contract or otherwise The execution of such instrument(s) in pursuance of these presents shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply to all intents and purposes as if the same had been duly executed and acknowledged by its regularly elected officers at the pnncipa o ice The Power of Attorney is executed and may be certified so and may be revoked pursuant to and by authority of Article IX Section 9 03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31' day of December, 2003 The President, or any Vice President acting with any Secretary or Assistant Secretary shall have power and authority To appoint Attomey(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertak,ngs, contracts of indemnity and other writings obligatory in the nature thereof, and To revoke, at any time, any such Attomey-in-fact and revoke the authority given except as provided below In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee shall not relieve this surety company of any of its obligations under its bond In connection with obligations in favor of the Kentucky Department of Highways only it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation Further this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011 of which the following is a true excerpt RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed y�*E IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and ` � its corporate seal to be affixed by its authorized officer, this 23rd day of February 2012 q G �.� THE GUARANTEE COMPANY OF NORTH AMERICA USA AYES ' /12 STATE OF MICHIGAN Stephen C Ruschak, President & COO Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly swom said that each is the herein described and authorized officer of The Guarantee Company of North America USA that the seal affixed to said instrument is the Corporate Seal of said Company, that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A Takai Notary Public, State of Michigan County of Oakland @=- My Commission Expires February 27, 2018 «`,f Acting in Oakland County IN WITNESS WHEREOF I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect ,rrMTEE IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this2OTH day of JANUARY , 2015 4 G $ z "� Randall Musselman, Secretary City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachea.gov Office of the City Clerk Joan L. Flynn, City Clerk June 12, 2015 Dynaelectric 4462 Corporate Center Drive Los Alamitos, CA 90720-2539 RE Traffic Signal Modifications and Interconnect Conduit Installation — CC-1464 Enclosed please find your original bid bond for CC-1464 Sincerely, JF pe Enclosure Sister Cities Anjo, Japan ♦ Wartakere, New Zealand Vie-"-- --- i 4 V 1cc O Q G N O _ m N r O U cm N n •o• � U N Q Q YY` YYYY I1 Ip��• I�1 ��� CO w V J {O T �I o U1 W • � � 1-y in o y y Q t+" c a U 90 rn w O p SECTION C PROPOSAL, for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No. 1464 HSIPL-5181(177) in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed The undersigned acknowledges that the issuance of the Notice to Proceed will - occur approximately two months after the award of the contract to allow procurement time for the city furnished equipment BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc, and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find in the amount Of io / which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for 10 % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any. 01 Addenda No. Date Received Bid is Signature C-2 Proiect Bid Schedule Traffic Signal Modifications and Interconnect Cdnduit,Installation at the,intersections,of Adams Avenue at Bushard`Street and Magnolia Street at Yorktown Avenue `CC-1'464 HSIPL-5181(177) Item Estimated,, Item Unit Price Extendedx, No uant `Qity ����� . J i,x v ; x h � a Y, ,Amount`F 1 I L S Mobilization -Per L.S $x.3� T- 2 1 L.S Furnish and Maintain Project Traffic Control _ $ Q>(Ql 3 $ e& (3� Per,L S 3 I L S Furnish and Install Traffic Striping and Signing" PerL S - 4 4 EA. Construct Curb Ramp per,Caltrans ,Standard Plan No. A88A, Case,C _ $ ppq-25. Per' EA S Construct Custom ADA Ramp and Walkway at the Southwest Comer of Adams Avenue and Bushard Street (Includes Concrete, Asphalt, Barricades, Truncated'Domes and Curb and Gutter) Per —T Sheet 8 Per L.S ,6. t EA ,Cdnstruct'Curb`Ramp Per Caltrans Standard Plan No A88A, CasefiA (Includes PCC Sidewalk Behind „Ramp to Property $—� $ g Line) Per EA 7 70 S F `>Construct`4" Thick,PCC Sidewalk over 4" Compadted,Subgrade Per City Standard Plan 207 (Sheet 8, Construction Note 7)- $,_ _ $ U Per"eS F X 17 L.F ConstructWb" Curb and Gutter per City Standard Plan 202 (Sheet 8, Construction Note 41) _ $ 31 $ 2 570_ Per L F C-2 I Proi ect Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) Item Estimated Item Unit Price Extended Amount No Quantity IF 9 10,100 L F Furnish and Install 2"Interconnect Conduit with 12 Pair #19 Solid Interconnect Cables and Pull Boxes Spaced Approximately 200' (Also $ o3 Includes Installation into the Traffic Signal Cabinets) Per LF 10 1 L S Modify Traffic Signal at Adams Avenue and Bushard Street (Excludes Interconnect Conduit, Interconnect Pull Boxes and interconnect Cable) $ ��Z' _ $ Per L S 11 1 L S Modify Traffic Signal at Magnolia Street and Yorktown Avenue (Excludes Interconnect Conduit, Interconnect Pull Boxes and Interconnect Cable) $ $ Per L S 12 1 L S Prepare Project Specific Strom Water Pollution Prevention Plan (SWPPP) Per L S C-2 2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) Total Amount Bid Total Amount Bid in Figures Total Amoun t Bid in Words --�— $ Sky- 14 00e /✓z �c S Note: The City will provide the traffic signal equipment, as listed in the pole schedules, (also includes anchor bolts) to the contractor The contractor is to pick up the materials, with its own labor, at the City Yard, 17371 Gothard Street Contact George Ruff two working days in advance for pick up at (714) 536-5530. C-2 3 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Bid Items) Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract (1 Zi y, eL Lo(40 &�el�l C31 W-JI-2 /7c, 9q& S � ST 44i 1071 �sz���� �co 03 2, _ �� � 2 �2 53 (2 ( parc S:S 776 �O C �0(,� -7(' I. 5 By submission of this proposal, the Bidder certifies 1 That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 4 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 2 2 115� , at 4-'mi-t5s , G Date City State WMulo+ 'p, , being first duly sworn, deposes and says that he or she is ee, � -F , GFo , Try of _LIZ,, lv,6 Aw the parry making the foregoing bid that the bid is not made in the interest of, oi on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue, (I)(we)(rt) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein Date. Z 2 I,�; —.7 Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation'? ❑ Yes 4No If the answer is yes, explain the circumstances in the space provided Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date. 2 Z IIi LN E�cec � Imo, Title C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct �y�, lN� dlo� T�tlec�'riL Bidder Name Business (A g6720 City, State Zip Telephone Number State Contractor's License No and Class lz C.o 018 Original Date Issued 12 �/) I L.- Expiration Date The work site was inspected by MAYV &,rfri to of our office on i I I "'- , 201� The following are persons, firms, and corporations having a principal interest in this proposal %nIGWl -FftYy ' -Pylrl" 111+ I) "1[5ri C-8 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth Company Name Signature of Printed or Typed Signature Subscribed and sworn to before me this Z day of kwynl, 201,5;�- NOTARY PUBLIC 'F�V?e� )w-� A+47A-ai NOTARY SEAL 1, C-9 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 (See Attached Document (Notary to cross out Imes 1-6 below) El See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No 1 Signature of Document Signer No 2 (if any) 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 Califomia County of Orange M'CaRrn.l� �r � 40q Subscribed and sworn to (or affirmed) before me on this 2nd day of February 20 15 by Date Month Year (1) William B. Davenport (and (2) ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(N who appeared before me Signature — +5�- Signature of Notary Public Seal 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: Bidder's Information Document Date: None Number of Pages: 2 Signer(s) Other Than Named Above: None 02014 National Notary Association • www NationalNotary org • 1-800-US NOTARY (1-800-876-6827) Item #5910 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal modifications consisting of, at a mimmum the installation of four new traffic signal poles at a single intersection, two of which must include traffic signal mast arms of at least 25 feet in length Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years 1. '�►�'ivlLI Name and Address of Public Agency Name and Telephone No of Project Manager I-r-i-A710 MAAAVo o �l0 20� 2,-1z Contract Amount Type of Work kA✓by120 Tw 2 P57 la Provide additional project description to show similar work R*WVVrt + u wtulA-IvtP TVAr-16 hf4"W s Date Completed 2 �-h Vf [,-K A-A�ej c5s I o o -�77_ Ow �It . �5- Ibo UO� AMcL-s , LA JboI2 Name and Address of Public Agency Name and Telephone No of Project Manager OA4mcIA6r AoVmj (1)2-, Contract Amount Type of Work Provide additional project description to show similar work. A vl o w 4-71rfjI,-iurrCIII,1* r 4 (� I 3 kiAl W -F-Vr rwk- I,�O N ?!� -�i" hy— GA �11�b2 Name and Address of Public Agency Zoe 1 Z Completed Name and Telephone No of Project Manager vi f,10 14� zn -r1s MtVA �- Fo C-*114 la C >� Contract Amount Type of Work Date Completed Provide additional project description to show similar work C-10 , Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein 1 -� A;,ktA Name of proposed Project Manager Telephone No of proposed Project Manager - Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed 2 �e AZ� Name of proposed Superintendent Telephone No of proposed Superintendent - Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work Date Completed Date Completed C-11 Dynaleark Transportation Group An EMCOR Company Donald Hopkins Project Manager 9 years with Dynalectnc Education• B S , Computer Science, Cal State University Fullerton, 2007 Professional Bio: Mr Hopkins has had over 16 years of experience in the transportation industry, handling various street lighting, traffic signal, and fiber optic installation projects throughout his career He has been responsible for budge management, customer relations, and cost analysis of various projects all over Los Angeles and Orange County areas Projects Completed Under Tenure - Wilmington ATSAC — City of Los Angeles Installation of 10 5 miles of conduit & 26 miles of interconnect & fiber optic cable Modified 68 traffic signal intersections & installed 14 CCTV's Built & installed a new Traffic Hub Building that will complete the tie-in of the Port of LA to the Traffic Center in downtown LA $9,130,000.00 Santa Monica Blvd Signal Synchronization — City of Beverly Hills Modified 9 intersections along Santa Monica Blvd, which included new poles, signal heads, luminaries, and traffic controllers Installed over a mile of conduit and fiber to upgrade their existing communication infrastructure $2,028,000.00 ATMS Phase 4C — City of Santa Monica Modifications of the existing signal interconnect system & installation of new conduits for the Advanced Traffic Management System, which consists of Ethernet communication over fiber optic cable $1,472,000.00 Downtown Public Safety Camera System — City of Fullerton Installation of CCTV camera assemblies, model 3365, CCTV cabinet assemblies, camera poles, fiber optic cable, and CCTV workstations at multiple locations $530, 000.00 CCTV, Video Detection, Fiber Optic Cable and Traffic Installation — City of Westminster Installation of fiber optic cables, CCTV cameras and vehicle detection at various intersections throughout the City $447,000.00 Atlantic Times Square — City of Monterey Park Provided intersection modifications throughout the project area to accommodate the additional traffic subsequent to the opening of Atlantic Times Square $340, 000.00 Rick Hermocillo Project Superintendent Dynalectric Ae FAIC"A fampeny SKILLS State of California State Certified General Electrician card # 131211 IBEW local 441 "A" card Electrician Education: Citrus College Long Beach State current certifications OSHA 10 OSHA 30 Qualified Safety Person Fall Protection OSHA Trench Safety OSHA First Aid Workplace Harassment Prevention Cal OSHA 30 Confined Space Trained Career Profile: Mr Hermocillo is one of Dynalectnc's senior Project Superintendents and has worked for Dynalectric since 2004, and has over 30 years in the electrical field His leadership, ability to plan, schedule and manage his workers and large & difricultjobs has been demonstrated on many occasions Work Experience: McGee Electric / Pomona 77 — 83 Baxter — Griffin Electric 84 — 04 Dynalectric L A 2004 - Present Selected Project Experience: 5 Freeway widening at the Main St. Bridge (Orange County) Caltrans completed 1995 - 18 million Installed conduits in multt-teared bridges for lighting and signals Installed communication conduit, traffic signals, highway lighting and ramp metering systems 405 Freeway @ Jamboree St. Bridge (Orange County) Caltrans completed 1999 -1 million Installed conduit in bridge for communications, lighting & signs Installed new traffic signals & communication conduit for the city of Irvine This project was the first in the state to install the multi -lane separate phasing for the ramp metering system City of Los Angeles — Wilmington ATSAC (Port Area) Completed 2012 — 8 2 million Installed 10 5 miles of conduit & 26 miles of interconnect & fiber optic cable Dyna modified 68 traffic signal Intersections & installed 14 CCTV's We built & installed a new Traffic Hub Building that will complete the tie-in of the Port of L A to the Traffic Center In downtown L A Project Experience (Continued) din Alameda Corridor East (ACE) Dynalectric — Design Build Los Angeles County Completed 2004 — 2 million Work includes modifying & installing new traffic signal controllers & loop detection systems through out the city of Pomona for coordination between the Train & Traffic Management Systems We also installed 6 miles of underground conduit & fiber optic cable and 6 Changeable Message Signs N E C A Award " Outstanding Project 04" Routes 60,91 and 215 Frwys Caltrans - Riverside County 2005 — 2007 — 13 million Segment "2" Manager Adding & removing freeway interchanges Installed hwy lighting, temp lighting, communication conduit & fiber optic cable, traffic signals and ramp meter systems for 13 miles of roadway Dynalectric also installed a new Communication Hub budding to house the data & communication equipment City of Los Angeles - Hyde Park West ATSAC - (South Central Los Angeles) Completed 2009 - 6 5 million Dynalectnc installed 8 miles of conduit & fiber optic cable, video surveillance cameras and modified 69 traffic signal intersections that included new traffic controllers poles & gear and loops We also installed a new Hub Building behind Fire Station 66 that will communicate with the Traffic Management Center in downtown L A NECA Award " Outstanding Project 09" Douglas Park — Long Beach Ca. Adaptive Traffic Control System Competed 2010 - 5 million Installed 18 miles of conduit & fiber optic cable through 7 citys and Caltrans locations, modified 64 traffic signal intersections along with 5 changeable message signs and 8 CCTV's Dynalectric also integrated the new system through 169 signalized intersections Project was a 6 month duration delivered on times BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low -Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager (initial the applicable selections) Will ensure that 10% of all new hires as a result of this project shall meet all requiremnents of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project Will award 10% of its sub -contracts to Section 3 businesses This certification shall apply to the prime contractor's sub -contracts related to this project Contractor Kb&, 'Pkl�uI 6 Contact Person�v�nr�vi- Contact Phone lv -koo Signed Date *Note The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub -contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD) Previous non-compliance with Section 3 could result in disqualification. C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 l(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http•//www dir ca gov/DLSE/PubllcWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efilmg dir.ca gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database. https //efilmg dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in tlus chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid, or no later than contract award date Date: 2 2 1 '�, lw� Alp Contractor By //10" C-/a LF0 I1 r�s Title C-13 Local Assistance Procedures Manual Exhibit 12-H Sample Bid (THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICHAREA PART OF THIS PROPOSAL) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder a-' IV& A%-01 proposed subcontractor hereby certifies that he hasx , has not _, participated m a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former Presidents Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1 7(b) (1)), and must be submitted by bidders and proposed subcontractors only m connection with contracts and subcontracts wluch are subject to the equal opportunity clause Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1 5 (Generally only contracts or subcontracts of $10,000 or under are exempt ) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations Proposed prune contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1 7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other penod specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U S Department of Labor Page 1 of 8 G-14 June 11, 2014 i3 Local Assistance Procedures Manual Exhibit 12-H Sample Bid PUBLIC CONTRACT CODE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285 1 (Chapter 376, Stats 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not Xbeen convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285 1 Note The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided The above Statement is part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation Yes No X If the answer is yes, explain the circumstances in the following space Page 2 of 8 June 11, 2014 C-15 Local Assistance Procedures Manual Exhibit 12-H Sample Bid PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note The above Statement and Questionnaire are part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire Bidders are cautioned that making a false certification may subject the certifier to cnnnnal prosecution Page 3 of 8 June 11, 2014 C-16 Local Assistance Procedures Manual Exhibit 12-H Sample Bid Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY / COUNTY of + V '6>n Denk ► (pl Zf DEPARTMENT OF PUBLIC WORKS.J- In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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 Note The above Noncollusion Affidavit is part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution Page 4 of 8 June 11, 2014 C-17 Local Assistance Procedures Manual Exhibit 12-H Sample Bid DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of per)ury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years, • does not have a proposed debarment pending, and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years If there are any exceptions to this certification, insert the exceptions in the following space 0 1w Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action Notes Providing false information may result in criminal prosecution or administrative sanctions The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Page 5 of 8 June 11, 2014 C-18 Local Assistance Procedures Manual Exhibit 12-H NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS Sample Bid The prospective participant certifies, by signing and subrmtting this bid or proposal, to the best of lus or her knowledge and belief, that (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," iri conformance with its instructions This certification is a material representation of fact upon which reliance was placed when tlus transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U S Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly N(c- Page 6 of 8 June 11, 2014 C-19 Local Assistance Procedures Manual Exhibit 12-H / N lA Sample Bid DISCLOSURE OF LOBBYING ACTIVITIES UVNIYLtit1tllJ1`V1UM IV I)1Jl.LVJb LVISIS TI1VV Al.11 V111CJ YVICJVAIVI IV.�1 VJI. 1.>7L 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a bld/offer/application = a. initial b grant b initial award b matenal change c cooperative agreement c post -award d loan For Material Change Only- e loan guarantee year quarter r f loan insurance date of lasteport 4. Name and Address of Reporting Entity 5. If Reporting Entity in No 4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier , if known Congressional District, if known 6 Federal Department/Agency S. Federal Action Number, if known 10 a Name and Address of Lobby Entity (If individual, last name, first name, W 11. 12. 14 Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known b. Individuals Performing Services (including address if different from No l0a) (last name, first name, MD (attach Continuation Sheet(s) if necessary) Amount of Payment (check all that apply) 13 Type of Payment (check all that apply) $ actual ❑ planned a. retamer b one-time fee Form of Payment (check all that apply) c commission 8 a cash d contingent fee b in -kind, specify nature a deferred value LJ f other, specify Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11 (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes11 No 11 16 Information requested through this form is authorized by Title 31 U S C Section 1352 This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into This disclosure is required pursuant to 31 U S C 1352 This information will be reported to Congress semiannually and will be available for public inspection Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure Federal Use Only. Signature _ Print Name _ Title Telephone No Date Authorized for Local Reproduction Standard Form - LLL Page 7 of 8 June 11, 2014 C-20 Local Assistance Procedures Manual Exhibit 12-H Sample Bid INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prune Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U S C section 1352 The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action Attach a continuation sheet for additional information if the space on the form is inadequate Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information 1 Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action 2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4 Enter the full name, address, city, state and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prune or subaward recipient. Identify the tier of the subawardee, e g , the first subawardee of the prime is the first tier Subawards include but are not limited to subcontracts, subgrants and contract awards under grants 5 If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6 Enter the name of the Federal agency making the award or loan commitment Include at least one organization level below agency name, if known For example, Department of Transportation, United States Coast Guard 7 Enter the Federal program name or description for the covered Federal action (item 1) If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments 8 Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e g , Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant or loan award number, the application/proposal control number assigned by the Federal agency) Include prefixes, e g , "RFP-DE-90-001 " 9 For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prune entity identified in item 4 or 5 10 (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action (b) Enter the full names of the individuals) performing services and include full address if different from 10 (a) Enter Last Name, First Name and Middle Initial (Ml) 11 Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity(item 10) Indicate whether the payment has been made (actual) or will be made (planned) Check all boxes that apply If this is a material change report, enter the cumulative amount of payment made or planned to be made 12 Check the appropriate box Check all boxes that apply If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13 Check the appropriate box Check all boxes that apply If other, specify nature 14 Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered Include all preparatory and related activity not just tune spent in actual contact with Federal officials Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted 15 Check whether or not a continuation sheet(s) is attached 16 The certifying official shall sign and date the form, print his/her name title and telephone number Public reporting burden for this collection of information is estimated to average 30 minutes per response, including tune for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D C 20503 SF-LLL-1nstruaow P= 0&*4-9o&-xni )> Page 8 of 8 June 11, 2014 C-21 Local Assistance Procedures Manna] EXHIBIT 15-G Local Agency Bidder DBE Commitment (Construction Contracts) ExmBrr 15-G LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCALAGENCy City of Huntington Beach LOCATION- +hj61k#b kock PROJECT DIE RS IION �I ��(, G�AO(W/II l�l(OYI1bY1 OfI r/Mdj �7 AK'�` %� �I V_Ml TOTAL CONTRACT AMOUNTS !�� d & BID DATE Z 'J 1G/ BIDDER'S NAME M. 1W AI CONTRACT DBE GOAL.• 9 15 %, CONTRACT ITEMNO 11EM OF WORK AND DESCRIPTION DR SERVICES TO BE UBCONIRACTM OR MATERIALS TO BE PROVIDED (or contracicd if the bidder is a DBE) DBECERTNO AND EXPIRATION DATE RAME OF BACH DBE (Must be cuttfied on the date bids are opened - include DBE address and phone m-A-) DOLLARAMOUNT DBE le , Tndt& v For Local Agency to Complete: Local mac, Contact Number CC -14 64 Federal -aid Project Number HSIPL 5181- (177) Federal Share; Contract Award Date Local Agency certifies that all DBE cuhficatrons have been verified and mforma6on is complete and ac =1r. PnntNatne Sipatare Date Local Agency Representative (Area Code) Telephone Number Total Claimed DBE Participation $- 2 ,Z % S1 of Brd 2 z 7m 0,V 7ooc7 Date (Area Code) Tel. No WOOL T3 'PAV"t76YI— Person to Contact (Please Type or Pant) Low] Agency Bidder DBE Com®cmwt (Cwstm== Contrcu) (Rcv 6/26109) Distribution (1) Copy —Fax or scan a copy to the Caihaos District Local Assistmace Engmeer (DLAE) wdhm 30 days of contract exeeamon, Failure to send a copy to the DLAE wdhm 30 days of contract executtoa may result in de-obhgatlon of funds for this project (Z) Copy —Include in award package to Caltrans District Local Assistance (3) Origmal — Local agency files Page 15-1 OB 12-04 dune 29, 2012 C-22 EXHIBIT 15-G Local Assistance Procedures Manual Local Agency Bidder DBE Commitment (Construction Contracts) INSTRUCTIONS - LOCAL AGENCY BIDDER DBE COA'MMENT (CONSTRUCTION CONTRACTS) ALL BIDDERS: PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract. Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs Prime contractors shall indicate all work to be performed by DBEs including, if the prune is a DBE, work performed by its own forces, if a DBE The DBE shall provide a certification number to the Contractor and expiration date Enter the DBE prune's and subcontractors' certification numbers The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number) IMPORTANT. Identify all DBE firms participating in the project regardless of tier Names of the First -Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. There is a column for the DBE participation dollar amount Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions (If 100% of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE ) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms Exhibit 15-G must be signed and dated by the person bidding Also list a phone number in the space provided and print the name of the person to contact Local agenciesshould complete the Local Agency Contract Award, Federal -aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing Page 15-2 June 29, 2012 OB 12-04 C-23 Local Ass stance Procedures Manual Exhibit 15-H DBE Information - Good Faith Effort Exmrr 15-111 DBE INFORMATTON —GOOD FArm EFFORTS DBE INFORMATION - GOOD FAITH EFFORTS Federal -aid Project No 5181(177) Bid Opening Date 2 � IC�7 The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 9.15 % for this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has met the DBE goal This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g, a DBE firm was not certified at bid opening, or the bidder made a mathematical error Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement oil DI Ila h� B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determme with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation I I4 W Page 15-1 OB 12-04 June 29, 2012 C-24 *" INVOICE Page 1 of DATA 5 ANALYT€CS INVOICE #: A375909 IE REMIT TO: DODGE DATA & ANALYTICS ACCOUNT # : A30027264 D 32993 COLLECTION CENTER DRIVE INVOICE DATE: 01/22/15 CHICAGO, IL 60693-0329 INQUIRIES TO: TEL: 866 - 260 - 9240 FAX: 855 - 323 - 9871 BILL TO: KDC dbA DYNALECTRIC ADVERTISER/AGENCY: ANN QUAN 4462; CORPORATE CTR DR LOS ALAMITOS CA 907202539 *****Al.l. AMOUNT'S ARE IN IJ C. DOLLARS***** ISSUE DESCRIPTION GROSS AGENCY NET PAGE # COMMISSION JOB NUMBER 01/16/15 GREENSHEET FULL RUN ETEAR 4.5 X INCHX2COLUMNS 778640001 OFFICIAL PROPOSAL I X RATE 389.79 RFP ENG TRAFFIC SIGNAL MODIFICAT 1116/15 AQUAN@DYNA-LA.COM 4YCVGT-R TOTAL FOR JOB 778640001 389.79 389.79 ###ttt#Mitt#tft#t#+Fti.1�Y#Ftttttf#tt#t#tt####tt###t BILLING TERMS: "TOTAL.: 389.79 0,00 389,79 PAYMENT IN FULL DUE UPON RECEIPT OF INVOICE TOTAL DUE: A9.79 D U Z INVOICE DATA S ANALYTICS FEDERAL EIN*.47-19513S7 REMIT TO: DODGE DATA & ANALYTICS DATE 01/22/15 ACCOUNT # A30027264 INVOICE # A375909 IE 32993 COLLECTION CENTER DRIVE CHICAGO, IL 60693-0329 TO PAY BY CREDIT CARD, PLEASE CALL THE DODGE DATA & ANALYTICS CUSTOMER CARE TEAM AT 800-393-6343 TO WIRE PAYMENT: WIRE TRANSFER PAYMENT TO BANK OF AMERICA N.A. NEW YORK, NY, SWIFT # BOFAUS3N FOR THE ACCOUNT OF DODGE DATA & ANALYTICS, LLC 148188210105 ABA-026009593 PLEASE REFERENCE INVOICE NUMBER A3759091E A30027264A375909IE000038979 TO INSURE PROPER CREDIT,; INDICATE ACCOUNT NUMBER ON CHICK. RETURN THIS PORTION WITH PAYMENT IN U.S. DOLLARS DRAWN ON U.S. BANK. KDC dba DYNALECTRIC ANN QUAN 4462 CORPORATE CTR DR LOS ALAMITOS CA 907202539 TOTAL AMOUNT DUE I AMOUNT ENCLOSED 38939 ............. - ..... --1 . ........... . . ..... ........................................ . . .. - .... .. .... . ... D 0 D G AFFIDAVIT DATA & ANALYTICS INVOICE #: A375909 TE ACCOUNT#: A30027264 INVOICE DATE: 01/22/15 INQUIRIES TO: TEL: 866 - 260 - 9240 FAX: 855 - 323 - 9871 BILL TO: KDC dba DYNALEcTRIC ADVERTISERIAGENCY: ANN QUAN 4462 CORPORATE CTR DR LOS ALAMITOS CA 907202539 PUBLICATION: GREENSHEET STATE OF CALIFORNIA COUNTY OF LOS ANGELES 1, CHRISTINA L. DECKER, OF THE CITY AND COUNTY OF MERCER, STATE OF NEW JERSEY, HAVING DULY BEEN SWORN, DEPOSES AND SAYS: I AM NOW AND AT ALL TIMES HEREINAFTER MENTIONED A CITIZEN OF THE UNITED STATES OF AMERICA, OVER TWENTY - ONE YEARS OF AGE, AND COMPETENT TO BE A WITNESS ON THE HEARING OF THE MATTERS MENTIONED IN THE ANNEXED PRINTED COPY NOTICE HEREINAFTER SET FORTH; I HAVE NO INTEREST WHATSOEVER IN ANY OF THE SAID MATTERS; I AM NOW AND DURING ALL TIMES EMBRACED IN THE PUBLICATION HEREIN MENTIONED WAS THE CHIEF CLERK OF THE NEWSPAPER, A NEWSPAPER OF GENERAL CIRCULATION PRINTED AND PUBLISHED IN SAID CITY AND COUNTY; AS CHIEF CLERK DURING ALL TIMES MENTIONED IN THE AFFIDAVIT I HAVE HAD AND I STILL HAVE CHARGE OF ALL ADVERTISEMENTS AND NOTICES PUBLISHED IN SAID NEWSPAPER; THAT SAID LEGAL NOTICE OF WHICH THE ANNEXED IS A TRUE PRODUCTION COPY OF THE PRINTED PAGE IN WHICH THE ADVERTISEMENT WAS PUBLISHED IN THE ABOVE NAMED NEWSPAPER ON THE FOLLOWING DAYS TO WIT: 1/16/15 - TRAFFIC SIGNAL MODIFICAT I CERTIFY (OR DECLARE) UNDER PENALTY OF PERJURY THAT THE FOREGOING IS TRUE AND CORRECT. SIGNED, 0/ CHIEF CLERK `#s;un r ;, arwsa Fri.lAv. JaauMy 10. TU19 CrialSm%w 3E i M wawlldtD n lMdl M[MM#qMb 06N MtY^ MMIKv3K IM#RNYGkM.4lwtMC nIEB#F, t:tEpeW rbawowtnN+txwNY ae oPD--ris•'.areFar Ml!SNH ww lrsi m w:.:. ,..,«<.: +•.,n . .. _....».., ,re ,,,..... D.rex-x ._t. .b .�.. xwNTllwLrW q1M#MII.OX.Ma#N ppI1M DEr#aa nNYMNtrqONw:'4::X«re _y NfrN anwlnr GT tRYrr OMr rXNa YNN,a r.R Sex a: a 9e N t.n 4urrraGtOtRCN;I#4f^ttff]lKt � k ir:IANANHay .i. e c, x. bNi aaYMlCgW nSMllrRntaM]tAMYLa: ROYNIT'RtCNM i#tJRq Up>NaM ifityax>•nsnl .-_.___... _.._.,,_.-.... _.. _... ... ... .. ....:. ':............. ro ptYXtN MMYDY 5DM5fNnNT OrnikNMn,tw.YKdiM•tlmwatr�MMimx#r::i>r&::»,<F MpR3MIIy'r G41RtKWI400AtT Ctl;WMWi<LNXK {WMq'MNtK tIYYbttttTN 9ylC nN NN MXwfN IYl rlw tr Y+-wM>RNMaitq.]LNfwi 'YWlnl�tlaitM.YMi MOMYR MMMM nAtLMIMi MN ORKlIO f3.34Rt.TN'JIMNY ....._.._.,....................................__........,......._(.tMr]Na:r:rralYlt5lirTYFSNYY MR:OICWYR11t Al t0AYML1R NMl WDYMNKa4 #aoNOHaeY3a atar,•9q rtMarcw+MNY NY Nit oANw R (tax t]w BYMa atrcwN.M. MRa cgarY atsrsN,aY m•w.5a»Da tMw -"abbo Nr..wMM M...NK. G NwfNx iSaaLK*•wgMgwcM iN0000iifY IaXMbOMLaF MMMaYi HlttnR•YKYxwN MOMaE11 nnYMf xC n F IY IHn• bX •w:atwnrmft ]r+DaNrt D+tLN Mra1D0LeaYLP iLM w i]t Ibinn 1a1 YYt-MMl IpatMf filar WN W qw; sp.r G anrrrN N gnWMfN r aiMWMN: LrNNCY YrxprW Lrrt<MXNXM Ynwp iwigA NUt'aai61[ #P#XMNYMM Lx :N5]aN! SNa]aNiM M:Ws01]•tsrn ............................... YLV 1p e# niN wwYKDMO cO{YWMMM Na K•t LOaaY! WrrnVBMeM9,1Ma+j tp0.<%YM4 ro rM�fNtsa. rw wu+np 4Rp�fN �is.�igw ait�f�..��tsoK`iacaw���i�� rpMYq.WursMt:.'fM aYt01AA> ]a#Mw at n.J[NRa U CPYXfY OaWaNk aiLNf MR][0 FUX i]DaM . ial CtrYMYla#i Y#KDNn rttYMNMMa NVPortwam IaNit •IM RMMltDt tMt#tW MTRCnXtt tMMDvtNrMi {SabE; Alq:�f 9XUM �aaMMt�Rt. MO t0 OMMM MWN:I(r ]K M i H nNtt. MtNO OKbtMeR tt. f4nt bNl twD x sFw � :,rxta..x:w:.v�=x;•,.Nn. Y...v-t*M:•n-mot M C..r. o.,w. ;. aNa. Gr Hrn: ]n f Pa.p Y c..,r:: of wrNu05Y"�utetu3+naw. tNA rp:..xtaai# xrP:: r..rN N.•y, t F ,u;x nfrkCiS •GY xy+naWYFI ...um. hJ.t>a =`va ax. a�w i.,ne a» �t. .Dda.M' •d.a� aw MI r t: ♦ ,r..n.,,l, away-Smsr, ¢x. ga. v . K.-F u r ..,; ' 1aY XyY 6.;:: 3 •.4; x s'..�t +«+ . .-._,. . .ssx •x+uy >4r rH: eC eST N•• 5, aD_xu to .T ?.«v'1 <i,%...... .w. aww .;; .:: .w, :t::, .nwr u.x< D.W;-.2g •F 'P sx,.. _... ,n sul Fa..nw w.n]!: !.w: �..c:x�x•r .N. re.+.w.r n< :>' -?^:+ sat.-N u�arcaays s a a •aunt-.,,`� ,.nD,;�;. ru .,X,,y *w..M«u.«e.. aw Y„a m z,,,..» u.re,.:,sc.•%:•«r+. 2". ,. u...-. ?•a•x:tw: iA»w+w &: azna x:::.t x'xatas: FM Raa:2"5:' New{y: KI#r✓.y o-rM�.arpm M«y., � wx:'3 ._ _z 31ffi:Y5 JN 9} Y=b=i w]x; tDA M4M n (awTAM' 4 taan 49MYMG qpn! nAaa,•fDDNY iDY MDOR YN 1C D.e:Mtl MKJARH H UOP NM IRn • Y,NMHMn Mt.D 1MFMM Yl M iMN n MDVf>t` s'xsMN iN Xpp TOXM qiY N a1MMYhl. rW.Y^SDsa:.m.:�r ta.Nrr Lartr d<rasi MxMr ].M Irr arwr KK aa1P0 YwNta::r Yp#a �Y rx's.Su,,.p {lakMT•!NM rite Na rm-s_ E#y[ A-,zts a. Y MW KN • SOMNa OaIaMCYERrt :tallY.Y niG MStMO Nr+toi[pc '-". 3 •lYta NOtO ro plw >MaNY . tx . t4cNNb J00 ANYYI+vi'a NN la qHR M4wa#Y YB tt :;: fH IH'1 MKnMP aal wia Ri Y Ntbk RK AM MNHLWGt NB Slit 185M IMIi H Mcet#t110t q tGMMn nrpwaAiut n r aMt#trir , wNt bN Yik mA:; n^kxNwb+IM•K<Y;. k,...'+r«»+='. en My. .. i••M ]rb1CM 6WlOwr>, KnD k•Y CtbirNWbr.+nrlb f#YWi],z3:z D*xsa:nr'a�.gy ti:ItXkHPlL i^ ?Nr l:rr •iw•Fw SYJYatMi lYa3:>Ez. <44HaN GSMun#iwU bONTT PW}M1tMXFCMiaNLL wY]M WNMyvNtN[1 iiDlitx3k iliiaAW . �'�n HiXi attMYr Ml:'MMtBxrMaMn wYMaaNa XqD a RRK�INYRr]H N:PNrr ikbRi:br{F.er.4ix+w> LNatxa]w tYYXF Emtita n Nw#iMA lWkMitaDDl Yr: (aUl\'i van ITN+e Mk:wrM.tx::atpt ]a]L W� oX:m ne3Mr rtlMww:asaTwtMe w.Xt3 NoaMfllw SN.Dm.lN to wwa MXYan s+n 4D M 2riF-i64A6 PLOY 6NRtq LWtMM1. Nr..•kyN+. txY N Cr.�ea a::pY Yk:Y nN Mir <sw.F, SfMO CFMY.N tK PiwG IO.TtWxP9 {wkW3aixNt rY. (3NMrlftq ..._I.Mn .raarr N•1Ltse.: Ma 4 t— a— cN gRDDOX —1.1 XMMX IXtMD] —, I.WT GAR ptfl f.— it33A.Ow • t1H.P»} 4N ro GnMY1t I#MUI:tt n M Ma1Tln all MrrD.NGY fLLM YMMIIY T,NT 1pM MfANGtmI nrX tfN OOtY4NR YH C:rW MEMMNri{nMM •CNY N ONMYaatNf}Of1 traYNa halNMnrnaltN kX to tl1a 20t DYNt YNa G#t#WYN nA+IMiwNifar SllMRatiY - .,M.f rtt,Nrrtr tU]PMS urNtW LRRbta[aG naMYtromN#Rwraa� luw,#inMpN nsbav#SN.RI tM• um rooaMn MMYal a3MMB M3 }]En •rWMtg1>Mn. Yf. w A IMn tr sc:M YMTNt #UIlMf AIX 422R H xLY MN+Ya NH. fA. YUXt lW NRnNA]L 4 UL: MLCtW'DII NM,INp Yt#f66 .::.:Y:: aXNM.AXM,wnlwl YMMW wr:D,Ny. a trN+Y #N.:.rr MN.0 Nwgt, ti« NnNx A»YR:v-M.Mwt n. fatR+wt IN1K'SNIN Rr::N#]sw1M MN1i.XX:Mla.x.:.:.<N.. DtttiXTbx� M Y5i)XhkY6 iYW:IM�EaKw RCMLd • LU{NNt CWfSsW. �Y NN M aMA:uMN#t Mla Or r;4e<s.UL N#MMI::p.LMiRUi10 Cy N ONt]x aM ha ItM MM • i>iT M 4Nr0 aT PM.au GY 90YNif3 IL#]ttar'S sac niait]•NTaf fariW :lPrrN.lti/trap� 1WIiN1 Mp:YKPN 3M{CUXN CDFPAa: tttd#MNt NMNiBwNN;YCka) U}!.! IOOWXR MNWA tz H ta:eP M <MlP 9#nrr. £.. IwE wxr YM.rwMr aNexa sa'N tYYI.Y ViM Lkf itr aArW MRTaNi �. :sa�vsgta]sK1NY Savo iaN rrrW 4?istapr NJOrik YDNatrrp niaa11k1XUCClMTT Oymnitka> dt!k rYOalYRMILgtMNXGAxR pIr#m ttgnen tMXb4NMM tbUNYNYA IYaN#NOKLtFdNRNMYY#NDLLL#YIGi1M#NF'Sti 6LM :CXx tl YNW W tkN AaMt f]f GM aAtr to MiMrNl0.i aNNatM {i]i#x]MMPI Fr. a,a n.,..,..a.' ITtt+sY: aralu a.awlxaaopW GDYXMc Yk1r'YxY Mr4tt#NM OYYR pit•♦WRONMRal4DNIIN,NY.Nn•lY.taOfneh MRM par:liL:ArXfLN-11.M ] NN IWv} • YMIMIb Ca1fCLLYIX IYYUtN 1 H 1!Y IYr7 M M#N LiMlALfnN X �X IA DRnYrMLXt 1N# MX'R:ItT#YCPM M'AMCd la#1 LWdM lXH[0 M ]]MM. M1Gtrr U 0#IVX r-fan »^?. bAl tNN.X YNtI MNC rMl! CNk 14W N M.awlf p ©:+M.rTls N>Yt W.t (LYMIlcTBIn:iX:iDikaiY•Mwl _!_6erMY NW:tM.vviN:«tt. 'z atN'RAfq n UAYt OPOO NHya:]C RanMM MOI4PK1/ iYNaMUADI IIaD11aa.IN lMaAitYP<Y M! a[ANX ]b]A:dEAntaDN • KYACo.:kn aM knK tlnatw aaMSNNtLNtNMtM MMNIRSY#MP at Ht M iR't MAXaLtpYMN:Ya 0.'t N M H aM M GaNRtrxG.ODM• U]N ltm#. dR tR<rIY MpA:i. tRM taOA, W aYLP 6wr.:Yw..'• Cq q L MIpM Sp:NttNa Nit: tax. c�*#r:K bwww Nw aw lw ar wiit"' c� �wt«t] ubw]wNn rp: nua]w:+ts aSs54sb...r..,,,.�.waaM/ablYMrNlxp..N:^"Lf tax: r+e �.Fa+.mxFe.rsm, titDaNG G {Ya#MAO miataa R 1c tMH qYH rrY:Nt PNY YOf1 NwitiMA.l!#iPttObF LMt 1 #NNR wwa*:snt:ao rM(pnRit#rMauNi:wat<GwnNNsifwoux.Nrt uoe wMaNOM# oe<a vM Nrl.:;mrM.t:NYNo.#avrx.�YYbrrvvwfa_Rrw. #w..-ezr...,. ow Y rr a,aNaw w.rwtwr #IXn roe:pNv eNN»rn:i tosoANo m a. oMt+Gltl04Mi3 nit tNMMDi ra.NNlJ]:v.avr �:,s:+-:iYna:".:. a.a.,"sxwwfaiNYN.'^x.`Nc:eniXrzYMpl ,:r w.p.rwvnkwur»tta, StN 6KDD aMX niWCOMi:IR#b•XLLX!#]i..COtN]Y#IL]V]NMq ]YNHOkni MMirtT #tN if NM Otr�4etrfAN Mt]RaWRW OYNKM�a:•a:.Eq^<u»,, kra M Srr. MrP tawrNY<tLr1a arN.>t+ .r] a:wr tw A« arPn 3dxiAJD3.ItNa>hM>al Fr:IHtnrll!iia.uilaN tba rrrriwwlnXaNr33++s 4M NqM G ligrtllM U i.YMii GDIMNXt Y affrMMMrO aaNm tMt {LYNX f#kM pW UN ]Awl taatafxs ::aY lAA46rtf]Y Ma 1rYn. afX101aW fH MNMtaF A n xOYMNY] sFi e?;nP,•: Maw<NDD:a.ofenaltxMTMo«rnnuYvw:eD�r<NYrNMDa. ro #rewiR {aw.w ww#. #w qai TO'aK lBS H W! YYYY atrv.^s.^„•axc.• tr M{Nn.1r.NNk 9ewN OXX:t1 pe+.NftNp LrNNAr! Yn rwrt xr.�.> k,^x:k] tr E3X soa xHar G i0lADa1N (aYMiaiaii MI/NAaNXYtDj :;Xrr YM+YNa+WYYMt uKN]"; i#Xa CNN, iNYYpAM JLanrfY DMS'YgeLOMatri aMtr:wtrtalw flnrlfYllMANrIHa 1Cl ,33:t<ss}S:t:S Ta LtY!MX MNllt#Y n H 11:A0 W tRll rtAw t0ibl OW WaOran::: Wrr.OAM ;.s�..a. .»,>,i r. tNNprNtwatXt»wtwwMmwu<wucri.nsuiwlt ,wt..As<e«aw wi#aaYlrty xr, Ya, nM.w 4rnwnswrrwua; .Yz MM i.YHAMfYY :ntttaxp SaM:t (tAtxM iNNANFaaM aoNXR 1XMMXYriMIM14 w aafiiiiwie.M..«um�'<lauri�Xmn:.Wit�M oxa�iw ����40 tnw wFrM«:wss++w u.ianM) xMAavri]iMM.t GYiMNiM#T1KaR Wfryiaa1M11LAMtl (tla-0OaXMp P MMWFY AtM 1uaN Sxm•oN,M'^.xtnw tWlrMary vMrNrarr a.M.e..a Xrr aNta OMr tIf MCMYN+ai i ••t]A{MiaAUi� ]:W] JItN IulaNMaMIMM*.� . nn ............ ta!]:wNEp«IrYnvanM [wianl tNttlftMNgltaMOnM i `aaa tMW ILMry gaVLtR ttNwl nwn3awNxi4(tibkwm W :pNY' 6Mti•ikfNPNRIIANrDLMHMNRTMLYMq[RYIiIN YRMRw:YtWOreH NYNN]Ma6l• T�aRPC#v. wlwixaX xlNAa]aoau rpi w +iMnMM rXnM aM otrwia MM+JapalN • � M�: x<cay.«<»w DeM DlNP t OpaxN fw tYPrtr a:xc',.v.M Iw Y c#XOMN it K a riYNM nl ctiikSlf> j6iN1N>rxY rM: Ft.••�:?.wu4rt ;:.>; x r.s'aa .ra..rp.F,,: ruantfM:x•16vvY:•2a;. .........I ap MN ]yrM A.VAIMM wtalNp MKAOMaM MiflacNilYa 4:NLMXDMf MX<wMVAMHd fI1M8 Mla)NYTP #MXp:MMMa7 YM 3 w(rsn rV.#! r1YttOMMlNONr•; t:t�-un DM]aYiMP9rk+N<MaMk W a<Wltlr UiF#N !N aq NlMpw G NLWTN (N4g1T)pa INNl+:N iqs, N:tl.'.anMawNXaN/NYXrr^a+rM ......__....... aM ltN nCN•M 4lSX:Nr tNYas4 NYAMMSa n PRN DOX> MAfH SM#4U IdLDb WtPW11MYWM DV]I n]]<itN3]M (Wt]i.NN tM 1MalaM ro giNN NANN.ir ]i n 1fiw wlrii]•MIAXaYY W}t Mir w AHISMI Hpagxa 6rW Lwrirr OMMN a]W Aw:w eYN # ]Lp hwr fllfuNarX M.�.� 9X»w.:.Y GL HYYY NYNaPNtl rr: ': ea., ..s an,....m., w .u..s:u n.wr ..x.,..<Ea IaMMrwWMa]IIWMY.ItIYkry aAxu :xE04Ya,. FiMvYIA&k:i• .tw4ow n aat, rMrabw DtNalaan va'a Mwr 4-11("A t "* a lam Ha aM* t0 T]TMa rM14iN tf MA:NW IR]) • NYaWOLY faaM4 AAIt1tN 1 H IAnD AM M S]D LIIgA'fMIX fMEY IT,.MaitfiM LdtT q OYa3Ma, rtAllli#INIA HaxY. MAR Potty MNM#Y L]taakONXnw1. Owr; f:.54ur ^:.; W awN iW a M.XNIw MM Y wA a.N« G aOf].YHflPnlNaW p]: row55i:-AS.k•H ».e qx. F< ...,, ..,m nkrMW MNrN.rAa:ia:t«lNtWwt AN EOE REQUESTING 6108 F— At QtW-fi.d OSE SYOWMaMM A. S'3POWS Fa T{N Fdo.4tp PMJut Trdfw ftr.) Motlili twa" Hwcanrwwt Cor4M kWaldHll Id tha trddfaoom of Aur.1 Aw"Stlahard 8t and MWwD# 8t a>M Y.I*w, Ann' CC No. 1/64 H&PL4101(177) ONfMa: Od7 of HIA1W QWn Basch Spmx tmliom Fa' Traffic COMA St"Ont. COo.rata (SMwaAik. CUM • ownw), IPWPPP MM @!aortal Ma1wwi Supplikra E FR RF..SPOMS aty i,;Ofd K?: am. DYHAUC:RW Sid. Liana. Mbar OW73 C-10 Not CPrp.,M. C.Mar OrNa Lw Alem,11M CA, W720 PHONE: (714) SSS-7000 N FAXt (714) 484-2389 M—Fri 7-4pm fits k e -3 .....IeX• � #' iM <. CYHOr eF: ':3"?lx� . sa w : irxz5idsr' ' a:r avata+ J cY .,c ». .at a Ju99a+ a M,mm. GOOD FAITH EFFORT OUTREACH REPORT OUTREACH INFO. PROJECT NAME CONTRACT NO Bid Due Date/Time OUTREACH BY ON BEHALF OF CONTACT INFO CONTACT PERSON CONTACT E-MAIL GOAL REQUIRED FIRM TYPE ONLINE ADS BUSINESS CATEGORY FAXES FAX LOG E-MAIL LOG PHONE CALLS LOG FOLLOW UP CALLS LOG ADDITIONAL EFFORT GOOD FAITH EFFORT NOTES KDC Inc dba Dynalectric Traffic Signal Modifications and Interconnect Conduit Installation CC-1464 Feb 03,2015 @ 2 00 PM DBESOUTREACH, INC WWW DBESOUTREACH COM KDC Inc dba Dynalectric PHONE 714-828-7000FAX 714-484-2389 Ann Y Quan aquan@dyna-la com 9 15% DBE DBE 30 TWO WEB ADS FOCUS AD, TRADE AD BUSINESS ENTERPRISES CLASSIFICATION REPORT 30 FAXES 30 FAX STATUS 30 E-MAILS STATUS 30 CALL STATUS 30 FOLLOW UP STATUS Check the box if you are amending additional effort/documents and write description ❑ • KDC Inc dba Dynalectric has authorized DBEsOutreach, Inc to complete this good faith effort outreach per DBEsOutreach process on its behalf for the referenced project in the above summary • KDC Inc dba Dynalectric is responsible for the accuracy of information sent to recipients by fax, e-mail, and phone, and published on web ads via the DBEsOutreach com service • KDC Inc dba Dynalectric should review the comments documented in the phone logs and follow-up reports and act accordingly, if required, to further show good faith effort • KDC Inc dba Dynalectric can choose to solicit more than thirty firms as they see necessary to demonstrate more good faith effort The count of thirty is not a standard number that is required by any agency • KDC Inc dba Dynalectric is free to perform any other good faith effort in addition to that performed by DBEsOutreach, Inc The additional efforts should be documented and amended to this report GOOD FAITH EFFORT OUTREACH 1 / 43 GOOD FAITH EFFORT OUTREACH REPORT Web Bulletin Focus Ad KDC Inc dba Dynalectric Company is seeking Quotes & Sub -bids from Qualified & Certified DBE FIRMS Published Jan 15, 2015 @ 2 55 PM by DBEsOutreach Business Enterprise Minority & Focus Web Bulletin www DBEsOutreach corn/Focus and expires on Feb 03, 2015 @ 2 00 PM KDC Inc dba Dynalectric Primary Project Ann Y Quan 4462 Corporate Center Drive Contact Los Alamitos, ORANGE California 90720 Estimator Nick Harman Ph 714-828-7000 Phone Fax 714-484-2389 Email Project Name Traffic Signal Modifications and Interconnect Conduit Installation Project Location Huntington Beach, ORANGE County, CA, 92648 Awarding Agency Owner City of Huntington Beach Contract Number CC-1464 Bid Due DatelTime Feb 03,2015 @ 2 00 PM Minority & BE Firms Participation Goal % Required DBE 9 15% Outreach Description Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME Outreach Terms & Requirements -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers GOOD FAITH EFFORT OUTREACH 2 / 43 GOOD FAITH EFFORT OUTREACH REPORT Web Bulletin Trade Ad Published Jan 15, 2015 @ 2 55 PM by DBEsOutreach Business Enterprise Trade Web Bulletin www DBEsOutreach com/Trade and expires on Feb 03, 2015 @ 2 00 PM KDC Inc dba Dynalectric Primary Project Ann Y Quan 4462 Corporate Center Drive Contact Los Alamitos , ORANGE California 90720 Estimator Nick Harman Ph 714-828-7000 Phone Fax 714-484-2389 Email Project Name Traffic Signal Modifications and Interconnect Conduit Installation Project Location Huntington Beach, ORANGE County, CA, 92648 Awarding Agency Owner City of Huntington Beach Contract Number CC-1464 Bid Due Date[Time Feb 03,2015 @ 2 00 PM Outreach Description Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME Terms & Requirements -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers GOOD FAITH EFFORT OUTREACH 3 / 43 GOOD FAITH EFFORT OUTREACH REPORT OUTREACHINFO. OUTREACH BY ON BEHALF OF PROJECT NAME CONTRACT NO BID DUE DATE GOAL REQUIRED Buisness Category Report DBESOutreach, Inc www dbesoutreach com KDC Inc dba Dynalectric Traffic Signal Modifications and Interconnect Conduit Installation CC-1464 Feb 03,2015 @ 2 00 PM 9 15% DBE 1 G & C EQUIPMENT CORP 820 DBE ELECTRICAL & SIGNALS SUPPLIER 2 COMMAND PERFORMANCE 851 DBE ASPHALT CONCRETE ,PAVING ASPHALT (ASPHALT CONSTRUCTORS, INC CONCRETE) 3 SUPER SEAL & STRIPE, INC 2003 DBE THERMOPLASTIC TRAFFIC STRIPING & MARKING 4 REBEL CONCRETE BREAKING 2275 DBE PAVING ASPHALT (ASPHALT CONCRETE) SERVICE 5 A A A ELECTRICAL SUPPLY, INC 4815 DBE ELECTRICAL & SIGNALS SUPPLIER 6 APEX UNIVERSAL, INC 8025 DBE Traffic Striping, Marking and Traffic Control Materials Supplier 7 STORMS & LOWE ASSOCIATES 8404 DBE ENGINEERING ,MECHANICAL ENGINEERS 8 VLG ENGINEERING 8814 DBE C8703 TRAFFIC ENGINEER 9 UNIPLAN ENGINEERING, INC 14588 DBE C8703 TRAFFIC ENGINEER 10 ACME SAFETY & SUPPLY CORP 30511 DBE Traffic Striping, Marking and Traffic Control Materials Supplier 11 DELTECH ENGINEERING, INC 31021 DBE PAVING ASPHALT (ASPHALT CONCRETE) 12 STATEWIDE STRIPES, INC 32232 DBE THERMOPLASTIC TRAFFIC STRIPING & MARKING 13 UGE & ECS, INC 32609 DBE C8852 SWPPP Planning 14 CNS ENGINEERS, INC 33395 DBE C8703 TRAFFIC ENGINEER 15 MERITEK ELECTRONICS 34460 DBE ELECTRICAL & SIGNALS SUPPLIER CORPORATION 16 GDM, INC 36507 DBE ELECTRICAL & SIGNALS SUPPLIER 17 PSC CIRCUITS, INC 36558 DBE ELECTRICAL & SIGNALS SUPPLIER 18 TERRADYNE LAX, INC 36927 DBE C8852 SWPPP Planning 19 ASAP GENERAL ENGINEERING 37209 DBE PLANE ASPHALT CONCRETE 20 CD MONTGOMERY INC 37255 DBE CONCRETE CURB & SIDEWALK MISC 21 RIO JORDAN CONSTRUCTION 37471 DBE ASPHALT CONCRETE 22 GSJ UTILITY SUPPLY & SERVICE 38438 DBE ELECTRICAL & SIGNALS SUPPLIER 23 AMERICA PACIFIC CONSTRUCTION 39072 DBE ASPHALT CONCRETE ,PAVING ASPHALT (ASPHALT CONCRETE) 24 CONSTRUCT ALLIANCE INC 39772 DBE CONCRETE CURB & SIDEWALK MISC GOOD FAITH EFFORT OUTREACH 4143 GOOD FAITH EFFORT OUTREACH REPORT 25 D L N ENTERPRISE, INC 39976 DBE CONCRETE BASE 26 CINDY TRUMP INC DBA LINDYVS 40089 DBE PLANE ASPHALT CONCRETE ,ASPHALT CONCRETE ,PAVING COLD PLANING ASPHALT (ASPHALT CONCRETE) 27 LMN CONCRETE & GRINDING 40561 DBE PLANE ASPHALT CONCRETE 28 LUMENSOURCE LLC 40734 DBE ELECTRICAL & SIGNALS SUPPLIER 29 ONE TIME UTILITY SALES, INC 40854 DBE ELECTRICAL & SIGNALS SUPPLIER 30 GREEN WORLD TECHNOLOGIES 41232 DBE ELECTRICAL & SIGNALS SUPPLIER CORP GOOD FAITH EFFORT OUTREACH 5 / 43 GOOD FAITH EFFORT OUTREACH REPORT E-Mail Report OUTREACH INFO. OUTREACH BY DBESOutreach, Inc www dbesoutreach com ON BEHALF OF KDC Inc dba Dynalectric PROJECT NAME Traffic Signal Modifications and Interconnect Conduit Installation CONTRACT NO CC-1464 BID DUE DATE Feb 03,2015 @ 2 00 PM GOAL REQUIRED 9 15% DBE 1 G & C EQUIPMENT CORP DBE 310-515-6715 gene@gandccorp com Jan 15, 2015 1622 2 COMMAND PERFORMANCE DBE 562-997-9410 estimating@cpconstructor Jan 15, 2015 1622 CONSTRUCTORS, INC com 3 SUPER SEAL & STRIPE, INC DBE 805-524-7345 brenda@supersealandstri Jan 15, 2015 1622 pe com 4 REBEL CONCRETE BREAKING DBE 323-574-9774 rebelconcretebreaking@y Jan 15, 2015 1622 SERVICE ahoo com 5 A A A ELECTRICAL SUPPLY, DBE 323-721-2700 aaaes@earthlink net Jan 15, 2015 1622 INC 6 APEX UNIVERSAL, INC DBE 562-944-8878 Janet@apexmarker com Jan 15, 2015 1622 7 STORMS & LOWE DBE 310-665-0600 raguilera@stormslowe co Jan 15, 2015 1622 ASSOCIATES m 8 VLG ENGINEERING DBE 949-455-1559 vigeng@aoI com Jan 15, 2015 1622 9 UNIPLAN ENGINEERING, INC DBE 310-523-3993 rodulfo niere@uniplan- Jan 15, 2015 1622 engineering com 10 ACME SAFETY & SUPPLY DBE 619-299-5100 Candace@acmesafetysup Jan 15, 2015 1622 CORP ply com 11 DELTECH ENGINEERING, INC DBE 714-495-9755 abili@deitechengineeringi Jan 15, 2015 1622 nc com 12 STATEWIDE STRIPES, INC DBE 858-560-6887 dawn@statewidestripes c Jan 15, 2015 1622 om 13 UGE & ECS, INC DBE 213-625-1016 nancy@ugeecs com Jan 15, 2015 1622 14 CNS ENGINEERS, INC DBE 949-588-6191 fames Iu@cnseng com Jan 15, 2015 1622 15 MERITEK ELECTRONICS DBE 562-948-2236 oliver@mentekusa com Jan 15, 2015 1622 CORPORATION 16 GDM, INC DBE 909-627-2973 gates@gdminc us Jan 15, 2015 1622 17 PSC CIRCUITS, INC DBE 562-801-2456 sales@psccircuits com Jan 15, 2015 1622 18 TERRADYNE LAX, INC DBE 949-389-0678 APALANIAPPAN@TERR Jan 15, 2015 1622 ADYNE COM 19 ASAP GENERAL DBE 951-229-5952 asapgeneng@aoI com Jan 15, 2015 1622 ENGINEERING GOOD FAITH EFFORT OUTREACH 6143 GOOD FAITH EFFORT OUTREACH REPORT 20 CD MONTGOMERY INC DBE 21 RIO JORDAN CONSTRUCTION DBE 22 GSJ UTILITY SUPPLY & DBE SERVICE 23 AMERICA PACIFIC DBE CONSTRUCTION 24 CONSTRUCT ALLIANCE INC DBE 25 D L N ENTERPRISE, INC DBE 26 CINDY TRUMP INC DBA DBE LINDY\'S COLD PLANING 27 LMN CONCRETE & GRINDING DBE 28 LUMENSOURCE LLC DBE 29 ONE TIME UTILITY SALES, INC DBE 30 GREEN WORLD DBE TECHNOLOGIES CORP 562-826-2983 cmontgomery@cdmiconst Jan 15, 2015 1622 ruction com 562-942-0228 tordan@nojordamnc com Jan 15, 2015 1622 562-404-1113 sandy@gsj-utility com Jan 15, 2015 1622 559-577-9999 a pconstruction09@gmail Jan 15, 2015 1622 com 714-878-5255 pcamalich17@gmail com Jan 15, 2015 1622 877-342-3472 dnconcrete@aol com Jan 15, 2015 1622 562-697-2286 Jan 15, 2015 1622 951-616-3828 orders@lmncoldmilling co Jan 15, 2015 1622 m 626-570-9333 Jeffery@lumensource biz Jan 15, 2015 1622 714-953-5700 brian@onetimeuttlity com Jan 15, 2015 1622 310-774-0919 davidnoh@gworldtech co Jan 15, 2015 1622 m GOOD FAITH EFFORT OUTREACH 7 / 43 GOOD FAITH EFFORT OUTREACH REPORT FAX TRANSMISSION REPORT OUTREACH INFO. OUTREACH BY DBEsOutreach, Inc www dbesoutreach com ON BEHALF OF KDC Inc dba Dynalectric PROJECT NAME Traffic Signal Modifications and Interconnect Conduit Installation CONTRACT NO CC-1464 BID DUE DATE Feb 03,2015 @ 2 00 PM GOAL REQUIRED 9 15% DBE NO FIRM NAME TYPE PHONENO. FAX NO. SENDD 1 GREEN WORLD DBE 310-774-0919 310-783-0083 Jan 15, 2015 1633 Failed TECHNOLOGIES CORP 2 ONE TIME UTILITY DBE 714-953-5700 714-953-5720 Jan 15, 2015 1629 Success SALES, INC 3 LUMENSOURCE LLC DBE 626-570-9333 626-570-9777 Jan 15, 2015 1631 Success 4 LMN CONCRETE & DBE 951-616-3828 951-685-1862 Jan 15, 2015 1632 Success GRINDING 5 CINDY TRUMP INC DBA DBE 562-697-2286 562- 697-2039 Jan 15, 2015 16 34 Success LINDY\'S COLD PLANING 6 D L N ENTERPRISE, DBE 877-342-3472 310-541-6993 Jan 15, 2015 1638 Failed INC 7 CONSTRUCT ALLIANCE DBE 714-878-5255 714-256-9123 Jan 15, 2015 1639 Failed INC 8 AMERICA PACIFIC DBE 559-577-9999 714-384-3988 Jan 15, 2015 1636 Success CONSTRUCTION 9 GSJ UTILITY SUPPLY & DBE 562-404-1113 888-356-1250 Jan 15, 2015 1637 Success SERVICE 10 RIO JORDAN DBE 562-942-0228 888-308-0936 Jan 15, 2015 1638 Success CONSTRUCTION 11 CD MONTGOMERY INC DBE 562-826-2983 562-296-5125 Jan 15, 2015 1644 Failed 12 ASAP GENERAL DBE 951-229-5952 951-943-1692 Jan 15, 2015 1644 Faded ENGINEERING 13 TERRADYNE LAX, INC DBE 949-389-0678 949-231-1700 Jan 15, 2015 1641 Success 14 PSC CIRCUITS, INC DBE 562-801-2456 562-801-2455 Jan 15, 2015 1646 Failed 15 GDM, INC DBE 909-627-2973 909-627-0320 Jan 15, 2015 1643 Success 16 MERITEK DBE 562-948-2236 562-948-2246 Jan 15, 2015 1646 Success ELECTRONICS CORPORATION 17 CNS ENGINEERS, INC DBE 949-588-6191 949-588-6191 Jan 15, 2015 1651 Failed 18 UGE & ECS, INC DBE 213-625-1016 310-862-6879 Jan 15, 2015 1648 Success 19 STATEWIDE STRIPES, DBE 858-560-6887 858-560-0158 Jan 15, 2015 1649 Success GOOD FAITH EFFORT OUTREACH 8 / 43 GOOD FAITH EFFORT OUTREACH REPORT INC 20 DELTECH DBE 714-495-9755 714-384-4594 Jan 15, 2015 1650 Success ENGINEERING, INC 21 ACME SAFETY & DBE 619-299-5100 619-542-0763 Jan 15, 2015 16 51 Success SUPPLY CORP 22 UNIPLAN DBE 310-523-3993 310-523-3994 Jan 15, 2015 1653 Success ENGINEERING, INC 23 VLG ENGINEERING DBE 949-455-1559 949-455-1818 Jan 15, 2015 16 58 Failed 24 STORMS & LOWE DBE 310-665-0600 310-665-0606 Jan 15, 2015 1658 Failed ASSOCIATES 25 APEX UNIVERSAL, INC DBE 562-944-8878 562-944-2298 Jan 15, 2015 1655 Success 26 A A A ELECTRICAL DBE 323-721-2700 323-721-5437 Jan 15, 2015 1656 Success SUPPLY, INC 27 REBEL CONCRETE DBE 323-574-9774 323-563-8311 Jan 15, 2015 1702 Failed BREAKING SERVICE 28 SUPER SEAL & STRIPE, DBE 805-524-7345 805-524-7428 Jan 15, 2015 1659 Success INC 29 COMMAND DBE 562-997-9410 562-997-9411 Jan 15, 2015 1701 Success PERFORMANCE CONSTRUCTORS, INC 30 G & C EQUIPMENT DBE 310-515-6715 310-515-5046 Jan 15, 2015 1703 Success CORP GOOD FAITH EFFORT OUTREACH 9 / 43 GOOD FAITH EFFORT OUTREACH REPORT Phone Call#1 Report OUTREACH INFO. OUTREACH BY DBEsOutreach, Inc www dbesoutreach com ON BEHALF OF KDC Inc dba Dynalectric PROJECT NAME Traffic Signal Modifications and Interconnect Conduit Installation CONTRACT NO CC-1464 BID DUE DATE Feb 03,2015 @ 2 00 PM GOAL REQUIRED 9 15% DBE 1 A A A ELECTRICAL SUPPLY, INC DBE 323-721-2700 Jan 19, 2015 Al's voice mail Not Sure Comments Left a voice mail with project and bid details 2 ACME SAFETY & SUPPLY CORP DBE 619-299-5100 Jan 19, 2015 Mary No f Comments Not bidding 3 AMERICA PACIFIC CONSTRUCTION DBE 559-577-9999 Jan 19, 2015 voice mail Not Sure Comments Left a voice mail with project and bid details l 4 APEX UNIVERSAL, INC DBE 562-944-8878 Jan 19, 2015 secretary Not Sure Comments No definite answer was given She said they will respond to the request if they are bidding on it 5 ASAP GENERAL ENGINEERING DBE 951-229-5952 Jan 19, 2015 Sal No Comments Not bidding 6 CD MONTGOMERY INC DBE 562-826-2983 Jan 19, 2015 voice mail Not Sure Comments Left a voice mail with project and bid details 7 CINDY TRUMP INC DBA LINDY\'S DBE 562-697-2286 Jan 19, 2015 Shene Not Sure COLD PLANING Comments They are not sure yet They will send a quote if they decide to bid it 8 CNS ENGINEERS, INC DBE 949-588-6191 Jan 19, 2015 No answer Not Sure Comments No one answered from estimating' No voice mail 9 COMMAND PERFORMANCE DBE 562-997-9410 Jan 19, 2015 Felix No CONSTRUCTORS, INC Comments Not bidding They have heavy bidding list w 10 CONSTRUCT ALLIANCE INC DBE 714-878-5255 Jan 19, 2015 voice mail Not Sure Comments Left a voice mail with project and bid details 11 D L N ENTERPRISE, INC DBE 877-342-3472 Jan 19, 2015 Jeff No Comments Not bidding 12 DELTECH ENGINEERING, INC DBE 714-495-9755 Jan 19, 2015 Abili No Comments Not bidding 13 G & C EQUIPMENT CORP DBE 310-515-6715 Jan 19, 2015 Crystal Yes GOOD FAITH EFFORT OUTREACH 10 / 43 GOOD FAITH EFFORT OUTREACH REPORT Comments They will look at it and see if they will send a quote Gave online ad info again �14 uGDM, INC = DBE .909-627-2973 'Jan 19, 2015 f -wN/A .` - NA t Comments Line is busy No voice mad 15 GREEN WORLD TECHNOLOGIES DBE 310-774-0919 Jan 19, 2015 David No CORP Comments Not bidding 16 GSJ UTILITY SUPPLY & SERVICE - DBE 562-404-1113 Jan,19, 2015 � Lwse �- No Comments Not bidding 17 LMN CONCRETE $ GRINDING DBE 951-616-3828 Jan 19, 2015 voice mail Not Sure Comments Left a voice mail with protect and bid details 18 LUMENSOURCE LLC, m Es DBE 626-570-9333 — Jan 19, 2015 Jeffery` Not Sure Comments Will contact Dynalectric and ask more details about the protect to see if he would submit a quote 19 MERITEK ELECTRONICS DBE 562-948-2236 Jan 19, 2015 Rick No CORPORATION Comments Not bidding 20 ONE TIME UTILITY SALES, INC —DBE - `714-953-5700 Jan 19, 2015 T Delanto Not Sure Comments Will check the online ad and call the contractor if interested I 21 PSC CIRCUITS, INC DBE 562-801-2456 Jan 19, 2015 Amber No Comments Not bidding 22 REBEL CONCRETE BREAKING _ DBE 323-574-9774 Jan 19, 2015 no answer NA SERVICE Comments No answer and no voice mad _ 23 RIO JORDAN CONSTRUCTION DBE 562-942-0228 Jan 19, 2015 Comments Left a voice mail with protect and bid details 24 STATEWIDE STRIPES, INC DBE s858-560-6887 Jan 19, 2015 Comments Not bidding 25 STORMS $ LOWE ASSOCIATES DBE 310-665-0600 Jan 19, 2015 Comments Left a voice mad with protect and bid details 26 SUPER SEAL & STRIPE, INC DBE 805-524-7345 Jan 19, 2015 Comments Not bidding 27 TERRADYNE LAX, INC DBE 949-389-0678 Jan 19, 2015 Comments They are not sure if they are bidding or not They will check it the ad call back if interested 28 UGE $ ECS, INC DBE 213-625-1016 Jan 19, 2015 Comments will send a quote 29 UNIPLAN ENGINEERING, INC DBE 310-523-3993 Jan 19, 2015 Comments They will check the ad and call if they need more info voice mad NA Matt No voice mail Not Sure Rob No Adam Not Sure Adam Yes Rodelpho Not Sure LVLG ENGINEERING DBE 949-455-1559 Jan 19, 2015 N/A mments Phone not in service NA GOOD FAITH EFFORT OUTREACH 11 / 43 GOOD FAITH EFFORT OUTREACH REPORT Phone Call#2 Report OUTREACH INFO. OUTREACH BY DBESOutreach, Inc www dbesoutreach corn ON BEHALF OF KDC Inc dba Dynalectnc PROJECT NAME Traffic Signal Modifications and Interconnect Conduit Installation CONTRACT NO CC-1464 BID DUE DATE Feb 03,2015 @ 2 00 PM GOAL REQUIRED 9 15% DBE 1 A A A ELECTRICAL SUPPLY, INC DBE 323-721-2700 Jan 28, 2015 Airma No Comments Not bidding 2 ACME SAFETY & SUPPLY CORP DBE 619-299-5100 Jan 28, 2015 Dina No Comments Not bidding i f 3 AMERICA PACIFIC CONSTRUCTION DBE 559-577-9999 Jan 28, 2015 voice mail Not Sure Comments Left a voice mail with protect and bid details 4 APEX UNIVERSAL, INC DBE 562-944-8878 Jan 28, 2015 Amanda v No Comments Not bidding 5 ASAP GENERAL ENGINEERING DBE 951-229-5952 Jan 28, 2015 Sal No Comments Not bidding Y 6 CD MONTGOMERY INC DBE 562-826-2983 Jan 28, 2015 karley No Comments Not bidding 7 CINDY TRUMP INC DBA LINDY\'S DBE 562-697-2286 Jan 28, 2015 Shene Not Sure COLD PLANING Comments They are not sure if they are bidding or not t�8 CNS ENGINEERS, INC DBE 949-588-6191 Jan 28, 2015 No answer Not Sure Comments No answer, no voice mad available i 9 COMMAND PERFORMANCE DBE 562-997-9410 Jan 28, 2015 Felix No CONSTRUCTORS, INC Comments Not bidding 10 D L N ENTERPRISE, INC DBE 877-342-3472 Jan 28, 2015 Jeff No i Comments Not bidding 11 DELTECH ENGINEERING, INC DBE 714-495-9755 Jan 28, 2015 Abili No Comments Not bidding 12 G & C EQUIPMENT CORP DBE 310-515-6715 Jan 28, 2015 Jay Not Sure Comments Most likely will send bid, not sure 13 GDM, INC DBE 909-627-2973 Jan 28, 2015 No answer Not Sure GOOD FAITH EFFORT OUTREACH 12 / 43 GOOD FAITH EFFORT OUTREACH REPORT Comments Line is busy, No voice mail �14 GREEN WORLD TECHNOLOGIES DBE 310-774-0919 CORP Comments Not bidding 15 _ GSJ UTILITY SUPPLY & SERVICE —` DBE 562-404-1113 Comments Not bidding 16 LMN CONCRETE & GRINDING DBE Comments Left a voice mad with protect and bid details 17 LUMENSOURCE LLC DBE Comments Not bidding Jan 28, 2015 _ David �T No Jan 28, 2015 Lwse Not Sure 951-616-3828 Jan 28, 2015 Voice mail Not Sure 626-570-9333 Jan 28, 2015 Annie No 18 MERITEK ELECTRONICS _ DBE, 562-948-2236 ' CORPORATION Comments Not bidding Jan 28, 2015 Rick No 19 ONE TIME UTILITY SALES, INC DBE 714-953-5700 Jan 28, 2015 Voice mad Not Sure Comments Left a voice mail with protect and bid details 0, PSC CIRCUITS, INC DBE ,h-562-801-2456 Jan 28, 2015 Amber No 4 CCommentsNot bidding 221 REBEL CONCRETE BREAKING DBE 323-574-9774 Jan 28, 2015 Voice mad Not Sure SERVICE Comments Left a voice mad with protect and bid details -- 22 RIO JORDAN CONSTRUCTION DBE r 562-942-0228 Jan 28, 2015 Jordan No Comments Not bidding 23 STATEWIDE STRIPES, INC DBE 858-560-6887 Jan 28, 2015 Matt No Comments Not bidding 24 STORMS & LOWE ASSOCIATES— DBE 310-665-0600 Jan 28, 2015 Voice mail Not Sure Comments Left a voice mad with protect and bid details 25 SUPER SEAL & STRIPE, INC DBE 805-524-7345 Jan 28, 2015 Rob No Comments Not bidding 26 TERRADYNE LAX, INC DBE 949-389-0678 Jan 28, 2015 Adam Yes Comments will send Quote _ I 27 UGE & ECS, INC DBE 213-625-1016 Jan 28, 2015 Nancy Not Sure Comments They are not sure if they are bidding or not Will review ad online �28 ~�310-523-3993 _ UNIPLAN ENGINEERING, INC DBE Jan 28, 2015� William Not Sure , Comments They are not sure if they are bidding or not Will review ad online 29 VLG ENGINEERING DBE 949-455-1559 Jan 28, 2015 NA NA Comments Phone not in service 30 ACONSTRUCT ALLIANCE INC DBE 714-878-5255 Jan 28, 2015 John No Comments Not bidding GOOD FAITH EFFORT OUTREACH 13 / 43 KDC Inc dba Dynalectric BIB INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric G & C EQUIPMENT CORP 4462 Corporate Center Dnve,Los Alamitos,CA,90720 1875 W REDONDO BEACH BLVD #207,GARDENA,CA,90247 PHONE 714-828-7000 PHONE 310-515-6715 FAX 714-484-2389 FAX 310-515-5046 MAIN CONTACT Ann Y Quan FIRM ID#820 ESTIMATOR Nick Harman e-mail gene@gandccorp com PH EXT FAX SEND DATE/TIME Jan 15, 2015 17 03 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid DatefTime 2015/02/0314 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 14 / 43 KDC Inc dba Dynalectnc FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc COMMAND PERFORMANCE CONSTRUCTORS, INC 4462 Corporate Center Dnve,Los Alamitos,CA,90720 3346 OLIVE AVENUE,SIGNAL HILL,CA,90755 PHONE 714-828-7000 PHONE 562-997-9410 FAX 714-484-2389 FAX 562-997-9411 MAIN CONTACT Ann Y Quan FIRM ID#851 ESTIMATOR Nick Harman e-mail estimating@cpconstructor com PH EXT FAX SEND DATE/TIME Jan 15, 2015 17 01 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 15 / 43 KDC Inc dba Dynalectrc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc SUPER SEAL & STRIPE, INC 4462 Corporate Center Drive,Los Alamitos,CA,90720 310 A STREET,FILLMORE,CA,93015 PHONE 714-828-7000 PHONE 805-524-7345 FAX 714-484-2389 FAX 805-524-7428 MAIN CONTACT Ann Y Quan FIRM ID#2003 ESTIMATOR Nick Harman e-mail brenda@supersealandstripe com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 59 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/0314 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 16 / 43 KDC Inc dba Dynalectric BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric REBEL CONCRETE BREAKING SERVICE 4462 Corporate Center Drive,Los Alamitos,CA,90720 1618 E 87 PL ,LOS ANGELES,CA,90002 PHONE 714-828-7000 PHONE 323-574-9774 FAX 714-484-2389 FAX 323-563-8311 MAIN CONTACT Ann Y Quan FIRM ID#2275 ESTIMATOR Nick Harman e-mail rebel concrete breakmg@yahoo com PH EXT FAX SEND DATE/TIME Jan 15, 2015 17 02 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/0314 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per protect bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with protect plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 17 / 43 KDC Inc dba Dynalectrtc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectrtc A A A ELECTRICAL SUPPLY, INC 4462 Corporate Center Drive,Los Alamitos,CA,90720 1014 S MONTEBELLO PHONE 714-828-7000 BOULEVARD,MONTEBELLO,CA,90640 FAX 714-484-2389 PHONE 323-721-2700 MAIN CONTACT Ann Y Quan FAX 323-721-5437 ESTIMATOR Nick Harman FIRM ID#4815 PH EXT e-mail aaaes@earthlink net FAX SEND DATE/TIME Jan 15, 2015 16 56 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectrtc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Protect Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Protect Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this protect Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the protect \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 18 / 43 KDC Inc dba Dynalectric BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric APEX UNIVERSAL, INC 4462 Corporate Center Drnre,Los Alamitos,CA,90720 11033 FOREST PLACE,SANTA FE SPRINGS,CA,90670 PHONE 714-828-7000 PHONE 562-944-8878 FAX 714-484-2389 FAX 562-944-2298 MAIN CONTACT Ann Y Quan FIRM ID#8025 ESTIMATOR Nick Harman e-mail Janet@apexmarker com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 55 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Daterrime 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to, Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 19 / 43 KDC Inc dba Dynalectrc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc STORMS & LOWE ASSOCIATES 4462 Corporate Center Drive,Los Alamitos,CA,90720 9841 AIRPORT BLVD , SUITE 150,LOS ANGELES,CA,90045 PHONE 714-828-7000 PHONE 310-665-0600 FAX 714-484-2389 FAX 310-665-0606 MAIN CONTACT Ann Y Quan FIRM ID#8404 ESTIMATOR Nick Harman e-mail raguilera@stormslowe corn PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 58 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Protect Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Daterrime 2015/02/0314 00 PM Protect Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this protect Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per protect bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with protect plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the protect \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to. Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 20 / 43 KDC Inc dba Dynalectrc FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc VLG ENGINEERING 4462 Corporate Center Drive,Los Alamitos,CA,90720 23142 MOULTON PKWY #240,LAGUNA HILLS,CA,92653 PHONE 714-828-7000 PHONE 949-455-1559 FAX 714-484-2389 FAX 949-455-1818 MAIN CONTACT Ann Y Quan FIRM ID#8814 ESTIMATOR Nick Harman e-mail vigeng@aol com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 58 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this protect Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 21 / 43 KDC Inc dba Dynalectrc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc UNIPLAN ENGINEERING, INC 4462 Corporate Center Drive,Los Alamitos,CA,90720 550 E CARSON PLAZA DRIVE, SUITE 116,CARSON,CA,90746 PHONE 714-828-7000 PHONE 310-523-3993 FAX 714-484-2389 FAX 310-523-3994 MAIN CONTACT Ann Y Quan FIRM ID#14588 ESTIMATOR Nick Harman e-mail rodulfo mere@uniplan-engineering com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 53 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be In accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are Interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not Interested In this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 22 / 43 KDC Inc dba Dynalectnc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc ACME SAFETY & SUPPLY CORP 4462 Corporate Center Dnve,Los Alamitos,CA,90720 1616 WEST AVE,NATIONAL CITY,CA,91950 PHONE 714-828-7000 PHONE 619-299-5100 FAX 714-484-2389 FAX 619-542-0763 MAIN CONTACT Ann Y Quan FIRM ID#30511 ESTIMATOR Nick Harman e-mail candace@acmesafetysupply com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 51 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 23 / 43 KDC Inc dba Dynalectnc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc DELTECH ENGINEERING, INC 4462 Corporate Center Dnve,Los Alamitos,CA,90720 4913 E GERDA DRIVE,ANAHEIM,CA,92807 PHONE 714-828-7000 PHONE 714-495-9755 FAX 714-484-2389 FAX 714-384-4594 MAIN CONTACT Ann Y Quan FIRM ID#31021 ESTIMATOR Nick Harman e-mail abili@deltechengineernnginc com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 50 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Datelrime 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this protect Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per protect bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with protect plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the protect \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 24 / 43 KDC Inc dba Dynalectrc SM 9M �M IKE FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc STATEWIDE STRIPES, INC 4462 Corporate Center Dnve,Los Alamitos,CA,90720 7320 MISSION GORGE ROAD,SAN DIEGO,CA,92120 PHONE 714-828-7000 PHONE 858-560-6887 FAX 714-484-2389 FAX 858-560-0158 MAIN CONTACT Ann Y Quan FIRM ID#32232 ESTIMATOR Nick Harman e-mail dawn@statewidestripes com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 49 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this protect Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per protect bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with protect plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 25 / 43 KDC Inc dba Dynalectnc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc UGE & ECS, INC 4462 Corporate Center Dnve,Los Alamitos,CA,90720 550 N FIGUEROA ST , UNIT 6036,LOS ANGELES,CA,90012 PHONE 714-828-7000 PHONE 213-625-1016 FAX 714-484-2389 FAX 310-862-6879 MAIN CONTACT Ann Y Quan FIRM ID#32609 ESTIMATOR Nick Harman e-mail nancy@ugeecs com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 48 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-23891 QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to: Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 26 / 43 KDC Inc dba Dynalectric BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric CNS ENGINEERS, INC 4462 Corporate Center Drrve,Los Alamitos,CA,90720 1 ORCHARD, SUITE 225,LAKE FOREST,CA,92630 PHONE 714-828-7000 PHONE 949-588-6191 FAX 714-484-2389 FAX 949-588-6191 MAIN CONTACT Ann Y Quan FIRM ID#33395 ESTIMATOR Nick Harman e-mail james lu@cnseng com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 51 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualifled & Certifled DBE Firms Protect Name Traffic Signal Modifications and Interconnect Conduit Installation Bid DaterTime 2015/02/03 14 00 PM Protect Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 27 / 43 KDC Inc dba Dynalectnc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectrc MERITEK ELECTRONICS CORPORATION 4462 Corporate Center Dnve,Los Alamitos,CA,90720 11824 HAMDEN PLACE,SANTA FE SPRINGS,CA,90670 PHONE 714-828-7000 PHONE 562-948-2236 FAX 714-484-2389 FAX 562-948-2246 MAIN CONTACT Ann Y Quan FIRM ID#34460 ESTIMATOR Nick Harman e-mail olrver@meritekusa com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 46 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this protect Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-23891 QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per protect bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with protect plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the protect \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH KDC Inc dba Dynalectrc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc GDM, INC 4462 Corporate Center Dnve,Los Alamitos,CA,90720 5963 FREEDOM DRIVE,CHINO,CA,91710 PHONE 714-828-7000 PHONE 909-627-2973 FAX 714-484-2389 FAX 909-627-0320 MAIN CONTACT Ann Y Quan FIRM ID#36507 ESTIMATOR Nick Harman e-mail gates@gdminc us PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 43 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/0314 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 29 / 43 KDC Inc dba Dynalectnc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc PSC CIRCUITS, INC 4462 Corporate Center Dnve,Los Alamitos,CA,90720 11824 HAMDEN PLACE,SANTA FE SPRINGS,CA,90670 PHONE 714-828-7000 PHONE 562-801-2456 FAX 714-484-2389 FAX 562-801-2455 MAIN CONTACT Ann Y Quan FIRM ID#36558 ESTIMATOR Nick Harman e-mail sales@psccircuits com PH EXT FAX SEND DATEMME Jan 15, 2015 16 46 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 30 / 43 KDC Inc dba Dynalectrc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc TERRADYNE LAX, INC 4462 Corporate Center Drnre,Los Alamitos,CA,90720 24881 ALICIA PARKWAY, STE E-327,LAGUNA PHONE 714-828-7000 HILLS,CA,92653 FAX 714-484-2389 PHONE 949-389-0678 MAIN CONTACT Ann Y Quan FAX 949-231-1700 ESTIMATOR Nick Harman FIRM ID#36927 PH EXT e-mail APALANIAPPAN@TERRADYNE COM FAX SEND DATE/TIME Jan 15, 2015 16 41 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 31 / 43 KDC Inc dba Dynalectric BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric ASAP GENERAL ENGINEERING 4462 Corporate Center Dnve,Los Alamitos,CA,90720 1747 BENEDETTO POINT,PERRIS,CA,92571 PHONE 714-828-7000 PHONE 951-229-5952 FAX 714-484-2389 FAX 951-943-1692 MAIN CONTACT Ann Y Quan FIRM ID#37209 ESTIMATOR Nick Harman e-mail asapgeneng@aol com PH EXT FAX SEND DATErrIME Jan 15, 2015 16 44 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Daterrime 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 32 / 43 KDC Inc dba Dynalectric FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric CD MONTGOMERY INC 4462 Corporate Center Dnve,Los Alamitos,CA,90720 1077 PCH, #186,SEAL BEACH,CA,90740 PHONE 714-828-7000 PHONE 562-826-2983 FAX 714-484-2389 FAX 562-296-5125 MAIN CONTACT Ann Y Quan FIRM ID#37255 ESTIMATOR Nick Harman e-mail cmontgomery@cdmiconstruction com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 44 PROJECT OUTREACH FAX j PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-23891 QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 33 / 43 KDC Inc dba Dynalectric BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric RIO JORDAN CONSTRUCTION 4462 Corporate Center Dnve,Los Alamitos,CA,90720 7432 LEMORAN AVE,PICO RIVERA,CA,90660 PHONE 714-828-7000 PHONE 562-942-0228 FAX 714-484-2389 FAX 888-308-0936 MAIN CONTACT Ann Y Quan FIRM ID#37471 ESTIMATOR Nick Harman e-mail Jordan@nojordamnc com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 38 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to: Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 34 / 43 KDC Inc dba Dynalectrc FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc GSJ UTILITY SUPPLY & SERVICE 4462 Corporate Center Drive,Los Alamitos,CA,90720 14565 S VALLEY VIEW AVENUE #Z,SANTA FE PHONE 714-828-7000 - SPRINGS,CA,90670 FAX 714-484-2389 PHONE 562-404-1113 MAIN CONTACT Ann Y Quan FAX 888-356-1250 ESTIMATOR Nick Harman FIRM ID#38438 PH EXT e-mail sandy@gsj-utility com FAX SEND DATE/TIME Jan 15, 2015 16 37 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectrc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this protect Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with protect plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the protect \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 35 / 43 KDC Inc dba Dynalectric BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric AMERICA PACIFIC CONSTRUCTION 4462 Corporate Center Dnve,Los Alamitos,CA,90720 201 LAUREL AVE #13,BREA,CA,92821 PHONE 714-828-7000 PHONE 559-577-9999 FAX 714-484-2389 FAX 714-384-3988 MAIN CONTACT Ann Y Quan FIRM ID#39072 ESTIMATOR Nick Harman e-mail apconstruction09@gmad com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 36 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 36 / 43 KDC Inc dba Dynalectrc FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric CONSTRUCT ALLIANCE INC 4462 Corporate Center Drive,Los Alamitos,CA,90720 7033 MILTON AVE SUITE #4,WHITTIER,CA,90602 PHONE 714-828-7000 PHONE 714-878-5255 FAX 714-484-2389 FAX 714-256-9123 MAIN CONTACT Ann Y Quan FIRM ID#39772 ESTIMATOR Nick Harman e-mail pcamalichl7@gmail com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 39 PROJECT OUTREACH FAX PROJECT INFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per protect bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with protect plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the protect \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this Sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 37 / 43 KDC Inc dba Dynalectric BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric D L N ENTERPRISE, INC 4462 Corporate Center Drive,Los Alamitos,CA,90720 27138 DIAMONDHEAD LANE,RANCHO PALOS PHONE 714-828-7000 VERDES,CA,90275 FAX 714-484-2389 PHONE 877-342-3472 MAIN CONTACT Ann Y Quan FAX 310-541-6993 ESTIMATOR Nick Harman FIRM I13#39976 PH EXT e-mail dnconcrete@aol com FAX SEND DATE/TIME Jan 15, 2015 16 38 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 38 / 43 KDC Inc dba Dynalectrc FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc CINDY TRUMP INC DBA LINDYVS COLD PLANING 4462 Corporate Center Drive,Los Alamitos,CA,90720 625 S MOUNTAIN VIEW,LA HABRA,CA,90631 PHONE 714-828-7000 PHONE 562-697-2286 FAX 714-484-2389 FAX 562- 697-2039 MAIN CONTACT Ann Y Quan FIRM ID#40089 ESTIMATOR Nick Harman e-mail PH EXT FAX SEND DATEITIME Jan 15, 2015 16 34 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid DatefTime 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 39 / 43 KDC Inc dba Dynalectrc FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectrc LMN CONCRETE & GRINDING 4462 Corporate Center Drive,Los Alamitos,CA,90720 2751 AVALON ST,JURUPA VALLEY,CA,92509 PHONE 714-828-7000 PHONE 951-616-3828 FAX 714-484-2389 FAX 951-685-1862 MAIN CONTACT Ann Y Quan FIRM ID#40561 ESTIMATOR Nick Harman e-mail orders@lmncoldmi Ili ng com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 32 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this protect Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-23891 QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per protect bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with protect plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the protect \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 40 / 43 KDC Inc dba Dynalectric FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric LUMENSOURCE LLC 4462 Corporate Center Drive,Los Alamitos,CA,90720 2964 WEST VALLEY BLVD,ALHAMBRA,CA,91803 PHONE 714-828-7000 PHONE 626-570-9333 FAX 714-484.2389 FAX 626-570-9777 MAIN CONTACT Ann Y Quan FIRM I13#40734 ESTIMATOR Nick Harman e-mail Jeffery@lumensource biz PH EXT FAX SEND DATE/TIME Jan 15, 201516 31 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per protect bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with protect plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to Fax:714-484-2389 , GOOD FAITH EFFORT OUTREACH 41 / 43 KDC Inc dba Dynalectrc BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectnc ONE TIME UTILITY SALES, INC 4462 Corporate Center Dnve,Los Alamitos,CA,90720 501 GARFIELD STREET,SANTA ANA,CA,92701 PHONE 714-828-7000 PHONE 714-953-5700 FAX 714-484-2389 FAX 714-953-5720 MAIN CONTACT Ann Y Quan FIRM ID#40854 ESTIMATOR Nick Harman e-mail bean@onetimeutility com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 29 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectnc is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Protect Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Daterrime 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectnc is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this protect Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per protect bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with protect plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the protect \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this protect We will FAX a quote before the bid due date & time ❑ NO we are not interested in this protect Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested information before bid due date& time to Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 42 / 43 KDC Inc dba Dynalectric BID INVITATION FROM TO CONTRACTOR BUSINESS ENTERRPRISE FIRM KDC Inc dba Dynalectric GREEN WORLD TECHNOLOGIES CORP 4462 Corporate Center Drive,Los Alamitos,CA,90720 20710 MANHATTAN PLACE #132,TORRANCE,CA,90501 PHONE 714-828-7000 PHONE 310-774-0919 FAX 714-484-2389 FAX 310-783-0083 MAIN CONTACT Ann Y Quan FIRM ID#41232 ESTIMATOR Nick Harman e-mail davidnoh@gworldtech com PH EXT FAX SEND DATE/TIME Jan 15, 2015 16 33 PROJECT OUTREACH FAX PROJECTINFO KDC Inc dba Dynalectric is seeking Quotes & Sub -bids from Qualified & Certified DBE Firms Project Name Traffic Signal Modifications and Interconnect Conduit Installation Bid Date/Time 2015/02/03 14 00 PM Project Location Huntington Beach, ORANGE County, 90720 CA Awarding Agency City of Huntington Beach Contract No CC-1464 Goal Required DBE 9 15% PROJECT OUTREACH DESCRIPTION Dynalectric is requesting quotes from all qualified subcontractors and suppliers including certified DBE Firms for the following items of work, including but not limited to the following [traffic control, striping, signing, concrete subcontractors and suppliers, electrical material suppliers, storm water pollution ] \n\nSubcontractors are required to meet insurance and labor requirements Subcontractors may be required to provide [100]% Payment and Performance Bonds Please contact us for assistance FIRMS must include copy of business license with quote Quotes are required to be in accordance with the plans and specifications and good for the contract duration as specified in the bid documents We intend to help and work with all qualified firms seeking participation on this project Feel free to call our office with any questions you may have PLEASE FAX TO [ 714-484-2389] QUOTES MUST BE FAXED AT LEAST [2] HOUR BEFORE BID DUE TIME TERMS & REQUIRMENTS -Quotes per project bid items must be submitted before the due bid date and time to allow proper evaluation \n -Quotes are required to be in accordance with project plans, specs, and good for the entire contract duration \n - FIRMS must possess and maintain a current contractor license, insurance, and worker compensation coverage during the project \n -FIRMS that submit their quote explicitly acknowledge and agree to all above terms and responsibilities \n - We are an equal opportunity employer We do not discriminate against any qualified contractors, subcontractors, suppliers RESPONSD & RETURN ❑ YES we are interested in this project We will FAX a quote before the bid due date & time ❑ NO we are not interested in this project Responsible Contact Name & Signature Date Please check one box,Fax Back this sheet with requested Information before bid due date& time to. Fax: 714-484-2389 GOOD FAITH EFFORT OUTREACH 43 / 43 Exhibit 15-H Local Assistance Procedures Manual DBE Information -Good Faith Effort C The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items M Of (Z'/N) Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE. Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: 1� c�hC GNU er�'i nGG�c� Names, addresses and phone numbers of firms selected for the work above: TE¢/yx hCC Afzi,W E Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs Page 2 June 29, 2012 OB 12-04 C-25 Local Assistance Procedures Manual Exhibit 15-H DBE Information - Good Faith Effort F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: Nmwe G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i e , lists, Internet page download, etc.). Name of Agency/Organization Method/Date of Contact Results " H Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): NOTE- USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. OB 12-04 Page 3 June 29, 2012 C-26 - 11 fW w Q u O W A z A W A P4 0 H 9 H z 0 D �f 0 H P4 W A A� N H W P4 It a w 0 0 U 0 ., "_ --+� E I € € I E € F O Y k I N i i Q th E I r. f UJj I E E E 3 �, fn - o 0 04 0 0 c _- �- .--i 4'1 o v7 .--, 'n •--' fi 'fi .--f 4'1 CD .--f � .--f .-ti �; .-ti 4'1 CDv7 .--f •--f in •--f .--t 4'1 CD� .--t v7 •--f - - N 69 V 6R V 6R V 69 V 6R A 6R V 69 V 69 V 69 V 69 A; n c ��, 69 V 69 V fi? V 6R V 6R n _ 69 V r V fi? V 69 V 69 n� Y EIPLv `jE1,EJPP EIDOOKE CA, CL V VLI N N N y i iM i �Nudy�~ U a 0 C-27 -41-v -9 i MWry� h+i A z 0 A z 0 F U F z 0 U 0 F En a W A P� P� N F W a Q a O H 3 MEK v2r _ -` yr. -" VE =z = Z-�� =0 :,,a _U I,= a` -_y >.- _ 1 p I [ Y [[ ` 1 E Ov ' f f ; pay ` C. C. O O O >~ o o O o r- 9 9 o 0 o, A 9 o 0 o x �, � �" � 71, � � � � _ _ • ter" GS GS O es �!1 es �!1 GS � - , GS GS O 16S �!1 es �!1 GS � ` M GS es O GS �!1 GS �!1 GS F` �= 16S 16S O GS �!1 GS �!1 rf3 V V V V A "" V V V V A 3 V V V V n V V V V n �` n a�x A =v y A 0 � N In N Q InIn N Q h N Q 0 A ai C-28 City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Traffic Signal Modifications and Interconnect Conduit Installation CC-1464 HSIPL-5181(177) January 23, 2015 Notice to All Bidders Please note the following clarification to the Project Plans, Specifications, and Technical Provisions 1. The Federal Labor Rates contained in Appendix H — Part 2 of the Project Specifications for the Traffic Signal Modifications and Interconnect Installation - CC1464 HSIPL-5181(177) shall be replaced with the attached FEDERAL LABOR RATES dated January 23, 2015. The federal labor rates dated January 23, 2015 shall be the federal labor rates in effect for the above named project. This is to acknowledge receipt and review of Addendum Number One, dated January 23, 2015 �126, Iwo A -A j� I CG IYiG Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal Should you have any questions regarding this Addendum, please call William F Janusz at (714) 536-5431 ;mod 4 �e"Vta" PALP, Inc. dba Excel Paving Co. • General Engineering • Union Contractor CA License # 688659 • Types A, C-12, C-31 2230 Lemon Ave • Long Beach • CA • 90806 Ph: (562) 599-5841 . FAX: (562) 591-7485 February 3, 2015 Estimator: Wade Phillips - wphillips@excelpaving net Bid No: 15-0058 To Dynalectric referred to herein as Buyer Excel Paving Company referred to herein as Seller, proposes to furnish Buyer only the labor and materials listed below upon the terms set forth herein for the construction of Huntington Beach - Traffic Signal Modification and Interconnect Conduit Installation Scope of Work: Quantity Unit Price Total 1 Mobilization (For Our Work Only) 1 LS $ 4,86000 $ 4,86000 2 Furnish and Maintain Project Traffic Control (For Our Work Only) 1 LS $ 6,12500 $ 6,12500 4 Construct Curb Ramp Per Caltrans Std Plan A88A, Case C 4 EA $ 5,76500 $ 23,060 00 5 Construct Custom ADA Ramp And Walkway At The Southwest Corner Of 1 LS $ 29,135 00 $ 29,135 00 Adams Ave And Bushard St (includes Concrete, Asphalt, Barricades, Truncated Domes And Curb And Gutter) Per Sheet 8 6 Construct Curb Ramp Per Caltrans Standard Plan A88A, Case A (Includes 1 EA $ 5,97500 $ 5,97500 PCC Walk Behind Ramp To Property Line) 7 Construct 4" PCC Sidewalk Over 4" Compacted Subgrade Per City Std 70 SF $ 2050 $ 1,43500 Plan 207 (Sheet 8, Note 7) 8 Construct 6" Curb And Gutter Per City Standard Plan 202 (Sheet 8, Note 11) 17 LF $ 13100 $ 2,22700 Total Bid: $72,817.00 Price Good Through* September 2015 lQuote Expiration**- 30 days *Quote valid for all Labor, Equipment, and Material for work performed by this date Any portion of work not completed by the above date must be renegotiated to include escalation costs **Quote expires on this date unless quote is accepted in writing prior to SPECIAL CONDITIONS Bid based on 2 (TWO) move -ins If additional moves are required, add $4,500 per each additional move Bid based on working Monday - Friday, 7 00 am to 4 00 pm with lane closures from 9 00 am to 4 00 pm Price is based on placing asphalt in one lift Above prices include removals EXCLUSIONS Engineering, survey, permits, testing, inspection, traffic control, SWPPP, and bond (l%) Overexcavation of wet/unsuitable subgrade, grinding/coldplaning, aggregate base, prime coat, seal coat, slurry seal, fog seal, removal/installation of petromat, headers, adjusting manholes/valves/vaults, striping, signage, utility trench patching GENERAL CONDITIONS: 1 Any work not itemized is specifically excluded 2 Excel reserves the right, upon review of approved or revised plans and specifications to adjust their bid unit prices or lump sum amounts quoted based upon any changes in the scope of work or in the character or nature of the work that is represented in the bid documents and/or information provided at time of bid 3 Excel Paving's bid proposal is conditioned upon 1) Excel's independent verification of the Owner's, Lender's, Developer's, and the Prime Contractor's ability to pay for Excel's work, 2) a favorable credit check, 3) Excel's reviewing and approval of the Owner -Builder's contract terms and conditions that affect or apply to Excel's work, and 4) Excel's review and approval of the Prime Contractor's/Developer's reasonable Subcontract Terms and Conditions Before Excel will enter into a written contract, these conditions must be met 5 TERMS Net cash, payable within 30 days of billing A finance charge computed at the rate of 1 5% per month will be assessed by PALP, INC dba EXCEL PAVING COMPANY on all charges which are 30 days and over past due 6 This proposal constitutes an offer on the part of Seller subject to the prices, terms, and conditions stated herein For this proposal to constitute a binding contract upon Seller, this offer must be accepted and executed by Buyer 7 ACCEPTANCE Signature by Buyer constitutes acceptance of this proposal and all of the terms and conditions of sale and any special conditions attached hereto PALP, Inc dba Excel Paving Co Date Buyer Date page 1 of 1 Fi orn Darren Veltz Fax +1 (714) 442-2673 To Dynalectric Fax +1 t714) 484-2389 Pa a .1Al 02l03l2015 9 50 AM r .,uf.cr r0I C1 ICi -iiL ivini nuigs, Inc. v 5312 Cypress St MIMPI-Pavement Marhings Cypress, Ca 90630 Phone 714.995.9100 License# 776306 Fax 714.995.9400 Union Local 1184 darren@superiorpavementmarkings corn Proposal & Contract 20622 DIR # 1000001476 Exp 6/30/15 Submit To Contact Dynalectric Estimating Department -Office Yorktown Ave at Magnolia St & Adams 4462 Corporate Center Drive 714-828-7000-Fax 714-484 Ave at Bushard St Los Alamitos, CA 90720-2539 -2389 Traffic Signal Modifications Huntington Beach TG DateEsfimator: # Deserlptlon ' Qty ' ` Ju Price EXt,Price 3 'Furnish & Install Traffic Striping & Signing per Plans 1r LS 10,571 00' 10,571 00 Addiiive Alternate: Furnish Mast Arm Signs -1 LS $2,311.00 One week day mobilization is Included Additional mobilizations at $650 00 ea Traffic control for Superior work areas during Superior work hours only A Minimum Of TWO WEEKS NOTICE Is Required Prior To Move In Quote Includes Traffic Paint [YES] - Thermoplastic [YES] - Rpm's [NO] - Removals [YES] Signing [YES] - Furnish Mast Arm Signs [ALT] - Temp Striping [NO] Superior Pavement Markings, Inc. Total $10,571.00 by ,Estimator - Superior Pavement' Markings, Inc (Subject to office approval) Rr6p9sat uand fi©r 30.days from 2/2/2015 All areas to be free and clear off ALL debris prior to Superior Pavement Markings' crews arriving on -site All moves andj ob requirement are mentioned in notes- nothing is implied unless specifically noted Not responsible for scheduling other sub's work or scheduling conflicts with other subs We DOT NOT provide shop drawings of any type unless prior arrangements are made Not responsible for removing temporary stnpmg or temporary "tabs", tape or chip seal markers unless specifically noted Signs on signal poles, overhead or truss structures not included unless specifically mentioned in proposal Superior Pavement Markings is a union company and all.jobs are bid using current union or prevailing wage rates Acceptance of Proposal and Contract Uwe accept the within proposal You are authorized to perform the work comprehended here under and Uwe agree to pay the said amount in accordance with the terms set forth By signing this Proposal/Contract below Uwe agree to the attached Terms and Conditions Date Owner/Customer PLEASE SIGN AND REMIT THIS 1 PAGE DOCUMENT TO ABOVE ADDRESS page 1 of 1 Print 02/02/2015 21 45 7146396353 OCSS PAGE 01/02 ORANGE COUNTY STRIPING SERVICE, INC 183 N PIXLEY STREET, ORANGE, CALIF 92868 PROJECT: CONTRACTOR'S LIC #346095 C-32 (714) 639-4550 FAX (714) 639-6353 TRAFFIC SIGNAL MODIFICATIONS & INTERCONNECT INSTALLATION ADAMS AVE, & BUSHARD ST„ MAGNOLIA ST & YORKTOWN AVE CITY OF HUNTINGTON BEACH JOB BIDS - CC NO. 14641 HSIPL-5181(177) 2-3-15 @ 2-00 PM ARCHITECT: SHEETS 1 THRU 8 ADDENDUM INOTED We hereby submit an es imate for ITEM DESCRIPTION 03 FURNISH AND INSTALL TRAFFIC STRIPING AND SIGNING ATTACHMENT. O.C.S.S TERMS AND CONDITIONS INCLUDES: ESTIMATED UNIT UNIT EXTENDED QUANTITY PRICE AMOUNT LUMP SUM $18,075 00 2 MOVE -INS / $650 00 EA. ADDITIONAL (CREDIT WILL NOT BE ISSUED FOR UNUSED MOVE -INS) TRAFFIC CONTROL FOR OUR WORK ONLY FURNISH ONLY MAST ARM SIGNS, BLOCK NUMBER SIGNS, TRUCK ROUTE SIGNS --NO HARDWARE PEDESTRIAN BARRICADES EXCLUDES - TEMPORARY STRIPING OR MARKINGS, TEMPORARY TABS OR MARKERS, TEMPORARY SIGNING ESTIMATOR RON WILCOX DATE 2/2/2015 02/02/2015 21 45 7146396353 OCSS PAGE 02/02 Orange County Sttipmg Scmcc, Inc, 183 North Pixley Street (grange, Cnfif 92968 Phone 714-639-4550 Fax, 714439-6353 Federal IV No 95-3077153 Cottttaetom License No. 346095 - C32 . -o rma apt onditions of 13id gr RX9p.9jo 1. Orange County Striping Service, Inc. is signatory to the Laborers Union, Local 1184 2 Orange County Striping Service, Inc requires a minimum of 10 working days notice prior to scheduling work 3 Total bid/proposal package must be accepted in Fill unless Orange County Sti iptng Service, Inc has agreed to changes prior to bid time, 4 Prices good for 45 days fmm the date of bid unless otherwise agreed upon 5, Orange County Striping Service, Inc. will not be held liable for any backeharges unless pnor mutual agreement, in writing, is made. 6 Referencing or staking of existing striping is not inriuded unless otherwise stated. Shop drawings or traffic control plans art also not included 7 Insurance included with bid Commercial Liability Limits $1,000,000 per occurrence / $2,000,000 Aggregate $2,000,000 Products & Completed Operations Aggregate S 1,000,000 Personal &Advertisement Injury 5100.000 Fire Damage (any one Fire) $5,000 Medical Paymeiits (arty one person) $2500 beduetible Per Occurrence Including Loss Expense Additional Insured On. CG201010/93 only, with up to 2 Additional Insured's (Owner Contractor) Auto Liability Limits S1,000,000 Combined Single Limit — includes owned, non -awned, and hired Work Comp Limits as required by Statutory Provisions of the State of California Waiver of Subrogation ,Y0 Included Acceptance of bid/Proposal accepts these insurance limits regardless of requirements by owner. Contractor shall :abide by Business and Professions Code Section 7108.5 or Public Cosntract Code 10262,$, whichever applies Progress payments will be made to subcontractor no later than ten (10) days after date of actual receipt. This bid/proposal and all its Terms and conditions shall become a binding part of any subcontract purchase order, or other agreement made with Orange County Striping Service, Inc 0210312015 07.56 CHRISP CO TA%)1909 746 0354 P.0011002 etiv eompan* Contractors License No 374600 Rialto Office DIR Registration No 1000000306 2280 South Lilac Ave A General Engineering Bloomington Ca 92316 C-13 Fence, Wire, wood Phone 746-0356 Fax (909) 746-0354 C-32 Highway Improvement a,(909) Quotation Union Contractor J No minority Status TO Current Date 2/3/2015 for the intended use of the General Contractor BidDate 2/3/2015 JobName Traffic Signal Mod Location Huntington Beach Bid# 26209 0 Phone ( ) Fax ( ) Contract# Job# Working Days Contact Liquidated Damages email ITEM NO DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 03 Striping & signing 1 LS 15646 000 $15,646 00 Notes Excludes all pedestrian barricades Excludes all signs mounted on Signal Mast Arm Excludes Truck Route Signs mounted Q 17' Clearance (Sheet 3 note 9) Excludes all traffic signal block number signs Written Authorization is Required Prior to Proceeding With Work ACCEPTED BY P O Number TITLE Job Number This quote includes all stipulations found on page 2 Subtotal TOTAL Bond Rate 12 Addendums 1 $15,646 00 $15 646 00 QUOTE PREPARED BY Roger Weisbrod (510) 715-8471 rweisbrod@chrispco com CHRISP COMPANY Page 1 of 2 0210312015 07 56 CHRISP CO TAX)1909 746 0354 P 0021002 Rialto Office 2280 South Lilac Ave Bloomington Ca Phone (909) 746-0356 92316 Fax (909) 746-0354 Contractors License No 374600 DIR Registration No 1000000306 A General Engineering C-13 Fence, Wire, wood C-32 Highway Improvement Quotation Union Contractor / No minority Status COMMENTS, EXCLUSIONS, AND STIPULATIONS The following stipulations are hereby incorporated into and made part of the quotation from Chrisp co dated February 3, 2015 for the following project Traffic Signal Mod a 1 Move- In(s) Included Additional Move- Ins Chrisp Company reserves the right to withdraw proposal if written acceptance is not received within 30 days of bid date Clean, clear and unobstructed access required for Chrisp Co work Final PAY QTYS presented by owner MUST be agreed by Chrisp Co EXCLUDE Traffic Control Plan EXCLUDES Installation of Mast Arm Signs EXCLUDE Red -Lined As -Built Drawings Traffic Control INCLUDED for Chrisp Company work ONLY After receiving contract 10 working days written notice required prior to scheduling of work EXCLUDE Special Insurance Requirements,(i a Railroad Insurance, ) EXCLUDE Pedestrian Barricades EXCLUDE Construction Area Signs • This quotation excludes Primary Liability Insurance greater than $2,000,000 • This quotation excludes all work associated with the project SWPP and WPCP • This quotation excludes installing permanent striping while other operations are in progress on jobsite • EXCLUDE Encroachment Permit (If required to be provided at No Cost to Chrisp Company) • Retainage percentage on monthly progress payments to be no greater than the percentage retained by the Owner on its payment to the Contractor If Owner reduces the retainage percentages on payments to the Contractor, the Contractor shall likewise reduce the retainage percentage on payment to Chrisp Company Full retention to be released no later than thirty, (30) Days after completion of Chrisp Companys work Excessive or delinquent retainage will be subject to the highest interest rate allowed by law • Chrisp Company shall be reimbursed the full amount for bonds upon submission to General Contractor Retention shall not be held from bond reimbursement Page 2 of 2 Beckie Daddario FaxFinderout7 (1/1) 02/03/2015 08 28-10 AM -0800 14%g ROBERTSON'ws ROCK • SAND • BASE MATERIALS READY MIX CONCRETE 1-800-834-7557 Fahnrary 1 717115 1-800-232-3695 To Bidding Contractor Attn Estimating Bid Date 02/03!15 Map Page 15414711 Yardage RE TRAFFIC SIGNAL MODIFICATIONS & INTERCONNECT CONDUIT INSTALL — ADAMS AVE & BUSHARD ST & MAGNOLIA ST & YORKTOWN AVE — HUNTINGTON BEACH Mix Design Description Price Per Yard 0056OB31 560-C-3250 $ 82 00 0052OB31 520-C-2500 $ 80 00 RC18BN13 2-SACK SAND SLURRY $ 70 50 WHEN PLACING ORDERS PLEASE USE MIX I D NUMBERS AS QUOTED PRICES MAY VARY DEPENDING ON THE LOCATION OF THE DELIVERY The above prices are net discounts are included Environmental Fee All concrete loads will be assessed $20 00 per load regardless of amount delivered Energy Surcharge All concrete loads will be assessed $30 00 per load regardless of amount delivered Sales Tax Sales tax is not Included, please add appropriate sales tax to all Items Standing Time Four minutes per yard are allowed for each Individual load for waiting and unloading at the jobsite Additional time will be charged at a rate of $2 00 per minute Short Loads One short load will be allowed daily per order after five full loads have been delivered Please refer to our current short load table for all other short load fees Saturday Rates Add $5 00 per cubic yard Sunday Rates Add $8 00 per cubic yard Plant Opening Fee A fee will be charged to any orders to be delivered beyond the normal business hours of 5 00 a m to 3 00 p m Monday through Friday Please call for off -hour and holiday rates "PLANT OPENING FEE $750 00 PER NIGHT - Delivery There is no guarantee as to time or rate of delivery and there is no liability on the part of the seller for costs accrued by buyer due to delays Costs for testing inspection and/or mix designs when required, are the responsibility of the buyer Temperature Prices above are for concrete delivered at the ambient temperature and do not include cost associated with chilling or heating to meet project temperature specifications Chilled ! Heated water are subject to availability & Ice requires a 72 hour notice ORE GOOD AGGREGATE MATERIAL PROD CODE TONNAGE MATERIAL PRICE DELIVERED TOTAL PER TON PIT #!ZONE RECYCLED CONCRETE BASEIFILL 566 $3 00 CALL FOR PRICING 17 Uenvereo price per ton incivaes an tax ana Tees Environmental Fee A charge of $3 00 per ticket will be added to all aggregate loads plus applicable taxes Energy Surcharge, Acharge of$700perticketwlllbeadded toall aggregate loads plus appllcabletaxes Sales tax Will be charged on all material environmental and energy fees Standing Time Will be billed at $1 50 per minute afterthe allowed 20 minutes upon arrival atjob site per load Short Loads Charges will apply to deliveries less than 25 tons per load All ten wheel loads are subjectto short load charges Saturday Rates An additional 15% on the cost ofdelivery perton will be added to all loads Sunday Rates Available upon request Plant Opening Fee A fee will be charged to any orders to be delivered beyond normal business hours Snecillcation Compliance atthe point of production only Transportation Charges Will be billed atthe rate in effect at the time of shipment All Aggregate quotes needing SubmtdaWGradations It is recommended that you the customer sample & test materials needed on lob out of the quoted pit(s) for the most accurate and up to date results ABOVE AGGREGATE PRICES ARE GOOD THROUGH 03/31/15 ALL MATERIALS & TRUCKING ARE SUBJECT TO AVAILABILITY This proposal is subject to a signed acceptance from the buyer within 20 days, after which time it will be void except atthe option of the seller Should you have any questions regarding our proposal please feel free to contact us at (800) 834-7557 We look forward to the opportunity of working with you This quote will supersede any master hauling agreements, purchase agreements purchase orders, labor agreements and/or anywritten binding contracts Thank you for your consideration Beckie Daddario Public Works Department BD/bcd Buyer Acceptance Title Date 200 S Main St., Ste zoo. Corona, CA 92882 P.O Box 360D Corona, CA 92878-3600 (800) 834-7557 Ext 6604 Fax (951) 280-1434 Beckie@a rrmca corn 02/02/2015 13 50 FAX 818 834 8618 STERNCAHL ENT INC 12001/002 11861 Branford Street Sun Valley, CA 91352 Phone (818) 834-0199 Fax (818) 834 8618 License No 421823 A, C31, & C32 Caltrdns Certified Small Business #0023707 We are an equal employment opportunity Co. .`r : STERNLL41lL ENTEiipRfSES /NG Tac Estimating Fmc Phones Ral Traffic Signal Modifications & Interconnect Huntington Beach Bids 02-03AS Frgmo Greg Works Pages 2 Dateo 02-03-15 I Sterndahl Job File ❑ Urgent [0 For Review 0 Please Carunent ❑ Please Reply ❑ Please Recycle • Conwmm tm SEI BID NO 15-083 ITEM DESCRIPTION UNIT EST CITY PRICE TOTAL_ Thermoplastic Pavement Marking & 3 _ Paint Curb M_asWng LS 1 S-13 000,00 $ 13,000 00 GRAND TOTAL S 13,000 00 Sterndahl Enterpnses, Inc TERMS AND CONDITIONS to follow For Scheduling Please Call Troy Hill — Operations Manager, Pagel of 2 02/02/2015 13 51 FAX 818 834 8618 STERNDAHL ENT INC [6002/002 January 29, 2015 STERNDAWL ENTERPRISES, INC. Terms and Condition 1 Stcnndahl Iiarorpriscs, Inc is s�atoiy to the TAbarcis Union, of Southeni California 2 El lem otherwise noted or Weed to m writigg bySteriidahl Entenprrces, Inc, prior to bid tkiie, the Total bid must be accepted If you need revised pricing for only a portion of the work, please contact the Estinialur 3 StertidahI Fntcrprises, Inc requires a written contract purchase order or signed quote prior to the start of work 4 hump sum items are based on `working day;" litied in tht Special Provisions for this project Additional wmpmsRtion will be rcgitirad if working drys we exceeded 5 Stent dahI Enterprises, Inc requests invitation to all pleaob conferences, 6 This quote shall rvnaan valid for 30 days from the date of this notice and shall become part of any and all subconract agreatnents and/or purchase orders related to th r� pro Ie� Un lest alhciw Ise agreed upon 7 Stemdahl Fnterprises� Inc Contractors License # 421823, A C31, 8i, C32 Erp, 04Ii0/2016 8 BACi+CHARGFS (11slomer acknowledges that Stcmdah1Enterprse;, inc will not accept any backcharge5unless pnorminnal agreement is made in wnring 9 The price ofbolldaig Ls not included inthe bid Ourbondrateis 125%,wnhaminunum of sloo00 10 Bid h includes doesnul include removal for our work, however, the Contractormlistprovide our sweeper with a dump site on the project and debris is the Contractor sresponsibility if included 11 Referencing of the pavementdelnneation_— will _X_will not be ineNded We require 10woiking days notice before obliterating arty ran-9tarRpavenent delineation turecstablish alignment and location a fpavcmmtdelineatim, including the linlitsoi changes in sh ipingpadcros On seal coatjobS alignment v to be estabhsiai by the Contractor by placement of temporary markers per L'ilecialPiovisions 12 Bid —X_urcludes__docsnotinclude trafiiccontrol forourwotkonly 13 Bid excludes changeable message boards, wrlessnoted elsewhere ter dusbrd 14 Sterndahl Enterprises, Inc. requires 15 working days notice prior to scheduling any of ou r work 7b is thne ca ncccGRRryto n.tcrence, when applicable, Ordcr in atenal and sg hedide the projer.t 15 Pnr.c urclodes,l (ONE)_mvvam(s) Additional movecwill be charged at $2 200,00 16 Arldatc6}ms—NONE _ noted -- 17 Bid nicludes _�_X: does not include temp tab renwval 18 Sid cxchrdt,s anyand all ttemsrclatod to handling hazardous materials including, bu tnot limited to removal, testing, containment. hauling and disposal, unless specifically noted elsewhere on this bid 19 Payment terms, Not 30days for direct bi11u1gsContraLtedwwkper Cal nfomiapromptpaymentstatutes, NO retention will be held on rental items and is considered a direct bilhng 20 Regardless of the lung" age of any indcmn ity o bl ig ations set itirth in any subcontract tendered to SFI regarding the project the language of this clause will prevail A:, a condtp on preeedenfta 5II's agreement ro enter iiilo a aibcontract Uiepaitics acknowledge 11141, this clause i; hereby n n m rporateo by rcf even re inl o each agreement exav tcd by the p ar4 cb� whether specif icall y set forth in or referred to in that document, without regal d to whether that other documenilras an inregration clause Each parry will indetiurfy file other paity and will hold the other partylriumles; from claim;, litigation, expense and 1o55 including attorneys fees; �uffcredby die othc pal ty aid camodby die misconduct- fault, or wrongdoing of the party and a isms out ofwrelated to die patties' performaice of thew ork called for by the subcontract If the parties arc both atfauli, Then the obligal ion to indemnify shall be p rop orti ai ate tofault Bid excludes signs, post NO PARKING and traffic control plan. Bid includes removal of conflicting striping, install thermoplastic pavement marking and paint curb narlrrnn I have tread, and understand the above "Terms and Conditions",and agree that our Quote and these Terms and Conditions wit I become a part of the agreement in the event that the con tract Is awarder] to SI eltldahl Enterpnses, lnr, Geilcal t)rilracton, Title -- �-- — Name (Type or Pnrrt)Dai-- -- ----- —r -- -- Page 2 of 2 02/02/2015 10 10 Page 1/1 5 Business License Number024765 APPIAN UDBE SWPPP Storm Water Pollution Prevention Plans Water Pollution Control Programs Lead Compliance Plans Certified DBE (UDBE, WBE & MBE) BART - No 38334 - exp 04-20-2015 DIR 91000005242 5780 Olmda Road Phone- (510) 854-9402 El Sobrante, CA 94803 Fax (510) 256-0103 Friday, January 30, 2015 ATTN: Estimator RE Contract City of Huntington Beach - Project No. CC-1464 Traffic Signal Modifications and Interconnect Conduit Installation Bid Date February 3, 2015 Please find below the APPIAN SWPPP quote for the referenced project Price includes three draft copies of the plan, additional copies of the approved plan if required by the Special Provisions, amendments and corrections Plan preparation is in compliance with State, Regional and Local Storm Water Discharge Regulations and as required by the Special Provisions Item # Item Items bid individually Bid Price Code 12 - Prepare Project Specific Storm Water Pollution $1,250.00 Prevention Plan (SWPPP) Good luck, Thomas Koprek Estimator (510) 854-9402 1 To Page 2 of 2 2015 01-30 20 24 25 (GMT) 13105798413 From Socal Stormwater Runoff Solution SoCal Stormwater Runoff Solution Services Inc. F0 Box# 25158, Los Angeles, CA 90025 California License# C3483049 Lane#1 (310) 343 8313 Line#2 (747) 444-0188 Fax # (310) 579-8413 E-mail eng@socalstormwatersolutions corn Web Site www socalstormwatersolutions corn Proposal 1/30/2015 3074 Project Name Traffic Signal Modifications and Interconnect Conduit installation/City of Huntington Beach Project Number CC-1464 itemst, Description,' -"-Rate U/M'„f,i ;Total=;,;h'„ Preparation of The Stormwater Pollution Prevention Plan SWPPP including Revisions 1 1 1 $1,395 00 LS $1,395 00 Amendments as Specified in Project Documents Development and QSD Certified Acceptance of This Bid is good for 30 Days from Bid Date 70 8�; ,r ,,i ,$1,395 00,« 1 Payment terms for new customers is C 0 D Client may rece,ve an approval for Net 30 when Credit Card Authorization Form is reviewed and approved (Existing clients w,th the active account are exempted ) 2 Price includes electronic copyof the final SWPPP NOTE Socal Stormwater Runeff5olutlon Services INC heremcalled SSRSSINC does not provide draft or approved SWPPP hard copies Corrections /addmmns to the plan dueto errors or omissions on behalf of the contractor or the Agency may be billed to the contractor as time and material (T&M) T&M will be billed at a standard rate of $90 00/hour for non Civil Engineering services and $120 00 / hour for Registered Civil Engineering services with all services being billed in X hour increments 3 Hard copy manuals Billed at $50 00 for additional manual unless stated otherwise Contractor will also pay for all additional shipping charges at cost plus a 15%handling fee 4 Addttional charges may apply pending contractor insurance requirements 5 This Contract constitutes the entire Contract and the parties are not bound by any oral exprms,on or representation including those made by any agent of either party purporting to act for or on behalf or either party or by any commitment or arrangement not specified in the Contract 6 No add,temal work shall be done without prior written authorization of Contractor Any such authoriaton shall be on a change order form approved by both parties which shall become a part of this Contract Where such additional work is -added to this Contract it is agreed that the total pnce under this Contract shall be increased by the price of such additional work any delinquent service charge may beincreased proportionately and all terms and conditions of this Contract shall apply equally to such additional work 7 It is expressly stipulated and agreed that SSRSS INC shall not be liable for any delays occasioned by the elements labor disputes strikes lockouts Acts of God Arm inclemency of the weather changes ordered in the work unavoidable casualties the acts or omissions of owners or persons or any other sim,tar or dissimilar causes beyond the control of SSRSS INC 9 Contractor hereby agrees that time shall be of the essence in regard to all payments Provided for herein and d any Payment is not made when due Contractor agrees to pay all collection costs and expenses including costs of suit and any related attorney s fees and costs and also Hereby waNm the benefit of any statute of imitation that would prohibit an action of SSRSS INC to enforce the terms and conditions of tills Contract Including but not hmRed to any right to recovery of attorney s fees and costs The laws of the State of California shall control all aspects of HAS contract except as to Tien matters which will begoverned by the laws of the state where the subject property is located 9 Rat anytime any controversy shall arise between SSRSS INC and Contractor regarding anything pertaining to this Contract and which the parties hereto do not promptly adjust and determine then Contractor and SSRSS INC stipulate and agree that the controversy shall at the election of sSRSS INC be submitted to an determined under the Construcnon Industry Arbitration Rules of the American Arbitration Association then in effect and the parties hereto agree to be bound by the Award in such Artxnation The Award shall be binding and final and maybe entered as a final judgment m a court of competent jurisdiction 10 SSRSS INC will not be responsible for Acts of God fire storm flood landslide earthquake theft vandalism or other disasters or accidents Owner will purchase insurance at his expense before any work begins that will cover fire, vandalism malicious mischief and other perils during the course of construction SSRSS INC w,II be held harmless for any damage or outcome relating to lack of insurance vandalism trespassing weather underground services or 'Mother Nature" 11 Contractor IS responsible for the labor/material for installment maintenance and rep0ir of the BMP s per the approved SWPPP 12 Contractor is required to comply with the requirements of the approved SWPPP and all the terms of the Construction General permit (CGP) ORDER NO 2009-0009-DWQ NPDES NO CAS000002 13 SSRSS MC is not responsible for any Contractor negligence and non compliances of the terms and requirements of the 5WPPP and the CGP by the Contractor or any other parties Contractor's required to notify the QSD and the State Water Board of any violations of the permit requirements and non authorized discharges 14 SSRSS INC may assignor subcontract all or any portion of the work to be done under this Contract 1S Access to the job site must befurnished by Contractor the general contractor lessee or other party ordering work 16 SSRSS INC shall not be held responnble for any existing violations of applicable building regulations or ord,nances whether cited by the appropriate authority or not SSRSS INC is not held responsible for any abnormal or unusual Preensnng condmons Correction of any such violations or abnormal condmons shall not be cons,dered part fthis Contract and shall be at the Contractors expense 17 Once the proposal is signed and fully executed no cancellation would be accepted SWPPP/WPCP plan is a project specific document and can not be utilized for any other projects if for any reason (Contractor decision error or the Owner/Agency change on requirement) a SW PPP/WPCP document is no longer needed this contract shall be in effect and contractor is responsible to pay for the service in full 18 Price of this contract a subject to increase for projects that are not commenced for over 90 days from the date that this contract is signed and fully executed 19 invoices paid after due date are subject to a finance charge computed at a monthly rate of 15%(annual percentage rate of 19%) Client is responsible for legal and collection costs if necessary to collect past due amount(s) "Note`;Leail`com Hance an `F osalwillbe r'ovhd66u n ouare yes[ ir,e,P p. _ ..P -,� r ..n.,p� yo �eci ;$AAA,�1J;' ��k.az,�, r. ='NotepuBtic safety phan'p�oposal;wdl t e p'rovrcied uportjyour requests�� Authorized Customer Rep Signature To Page 1 of 2 2015-01-30 20 24 25 (GMT) 13105798413 From Socal Stormwater Runoff Solution FAX COVER SHEET TO COMPANY FAX NUMBER 17144842389 FROM Socal Stormwater Runoff Solution Services Inc DATE 2015-01-30 21 21 47 GMT RE SWPPP Development Proposal - Traffic Signal Modifications and Interconnect Conduit Installation/City of Huntington Beach Project COVER MESSAGE Attention Estimating Department Please view the attached file for SWPPP proposal for Project Name Traffic Signal Modifications and Interconnect Conduit Installation/City of Huntington Beach Project Number CC-1464 Please do not hesitate to contact me rf you have any questions or concerns Best Regards, Mary, Office Manager SoCal Stormwater Runoff Solution Services Inc Line 1 (310) 343-8313 Line2 (747) 444-0188 Cell (310) 650-6791 Fax (310)579-8413 Website www socalstomiwatersolutions corn WWW METROFAX COM Rom Mary Nguyen Fax (714) 462-9922 To +17144842389 Fax +17144842389 Page 2 of 2 0210312015 11 24 AM Traffic Loops Crackfilling, Inc. 946 S Emerald Street, Anaheim CA 92804 • Tel (714) 520 4026 Fax (714) 520 4027 CA State License No 652956 • Class C-10 & C-32 • DBE & UDBE No 38033 DIR Registration No 1000003794 • Expiration Date 06/30/2015 Email Mailan(dticmc-ca com or Estnmating(a-,)ticmc-ca corn Date 2/2/2015 Quotation Attn Estimator Owner City of Huntington Beach Project Traffic Signal Modifications & Interconnect Conduit Installation Adams Ave & Bushard St and Magnolia St & Yorktown Ave, CC No 1464, HSIPL-5181(177) Bid Date 02/03/2014 (d,, 2 00 PM BID ITEM DESCRIPTION CITY UNIT UNIT PRICE ITEM TOTAL Install New Bicycle Loop Detector 4 EA 28500 1,14000 10-partial Install Traffic Loop Detectors Type E 13 EA 24000 3,12000 Install New Bicycle Loop Detector 4 EA 28500 1,14000 11-partial Install Traffic Loop Detectors Type D 12 EA 28500 3,42000 Install Traffic Loop Detectors Type E 28 EA 24000 6,72000 TOTAL BID AMOUNT: 1 $ 15,540 00 -Quote is good for 180 days from the date of this proposal • 10 days notice required for scheduling *Site must be ready with cat -track or permanent striping prior to loop installation -Additional charges may mcur for extra move-ons Our quote includes 1- Lay out, saw cut, wash, blow, dry, seal, and megg 2- Loop saw cut shall be filled with Hot Melt Sealant 3- Insurance coverage up to $1 million, general aggregate up to $2 million 4- One move -on 5- Traffic control Our quote excludes. 1- Bond fee, permit fee, utilities fee, advance sign posting of any kind, or notifying residents 2- Traffic control plan 3- Weekend work 4- Conduit, stub -out, splice All inclusions and exclusions are to be incorporated into our contract If either party becomes involved in litigation or arbitration arising out of this contract, the court or arbitration panel shall award attorney's fees and costs to the prevailing party Please call if you have any questions or need more information Sincerely, Mai -Lan Nguyen Page 1 of 1 Fiom Mary Nguyen Fax (714) 462-9922 To +17144842389 Fax +17144842389 Page 1 of 2 02/0312015 11 24 AM FAX Date 02/03/2015 Number of pages including cover sheet 2 To: +17144842389 Phone Fax Phone +17144842389 From: Mary Nguyen Traffic Loops Crackfilling, Inc 946 S Emerald Street Anaheim CA 92804 Phone +1 (714) 520-4026 Fax Phone (714) 462-9922 Quote - Huntington Beach, TS Modifications & Interconnect Conduit Installation Send and receive faxes with RingCentral, www ringcentral com R&OCeThm Document A310 TM - 2010 Conforms with The American institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: ('drone, legal static and aWmm) 1;1,'imre, legal stalus and principal place a fbi mineg) Dynalectric Travelers Casualty and Surety Company of America 4462 Corporate Center Drive One Tower Square Los Alamitos, CA 90720 Hartford, CT 06183-6014 This document has important legal consequences. Consultation Mailing Address for Notices with an attorney is encouraged with respect to its completion or OWNER: One Tower Square modification. (,dame,-legal-starns-rrnd-addiw) Hartford,, C—T 06183=6014 Any singular reference to City of Huntington Beach Contractor, Surety, Owner or 2000 Main Street other party shall be considered plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: $ 10% Ten Percent of Amount Bid PROJECT: (,~'arse. location or ad&-sa andproject nrtntber, jinn) Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue, CC No 1464 HSIPL-5181(177) in the City of Huntington Beach The Contractor and Surety are bound to the Omer in the amount set forth above, for the payment of which lite Contractor and Surct} bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein The conditions of this Bwid arc such .that if the ovglar accepts the bid of the Contractor within the time specMed to the bid documents, or -V ithiu such tints period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract «nth the Owner in accordance «nth the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, nrith a surety admitted in the jurisdiction of the Project and otherv6se acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof. or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owviier may in good faith contract with another party to periimn the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full lbrae and ell'ect. The Surety hereby wjives any notice of un agreement between Lite Owner and Contractor to extend the tithe in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond Lite time lbr ucc eptanc a nl'bids specified in the bid documents. and the Owner and Ccnilructor Shall obtain the Surety % convent for an a%tension beyond sixty (60) day~. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the tern Contractor in this Bond shall be deemed to be Subcontractor and Cite term Owner shall be deemed to be Contractor. When this Bond has been turnnhed to unnply with a statutory or other legal requirement in Lite locution of the Project. any prov.%ion in this Bond conflicting with tiutd statutory or legal requirement ~hull be deemed deleted herel'roni and provision%emnibi-pung tc. such stutulory or other legal requirement %hall be deemed incorporated herein When so lurnished, the intent is that this Band shalt tie cor%trucd as u statutory• bond and tint as a common lays bond. Signed and sealed this 28th day of January, 2015 Dynalectric Z - (Pniicrpal) (Seal) (11 �rress) By the) Travelers Casualty and Surety Company of America G (Surer j (Seal) !!f'irseam) By firle Rita SagtAAno ttorney-in-Fact S-0054/AS 8/10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL •. A notary public or other officer completing this certificate venfles 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 Califomia ) County of Orange ) On February 02, 2015 before me, Ann Y Qom, Notary Public Date Here Insert Name and Title of the Officer personally appeared William B. Davenport Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(a) is/acre subscribed to the within instrument and acknowledged to me that hem executed the same in his/1VM11Wx authorized capacity(i", and that by his/ # signature( on the instrument the persono), or the entity upon behalf of which the persons) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct /�y� WITNESS my hand and official seal. S NOTARYpLIBLIC 6J ORANGE COUKTY Signature My Comm Expres December 9 2018 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 Bid Bond Document Date 01/28/15 Number of Pages 1 Signer(s) Other Than Named Above Rita Sa�stano, Attomey-m-Fact Capacity(ies) Claimed by Signer(s) Signer's Name William BWilliam B. Davenport Signer's Name KI Corporate Officer — Title(s)E LQg V.PV.P., CFFteaU Corporate Officer — Title(s). ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other ❑ Other Signer Is Representing Signer Is Representing 02014 National Notary Association - www NationalNotary org • 1-800-US NOTARY (1-800-876-6827) Item #5907 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A01k POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St Paul Guardian Insurance Company Attorney -In Fact No 227925 Certificate No 006047988 KNOW ALL MEN BY THESE PRESENTS That Farmington Casualty Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation-duly-orgamzed-under-the-laws-of-the-StatevfIowa marid-fl ar-Fidelity-and-Guaranty-Insurance-Underwnters Inc-is-a-corporation-duly-organized-underthe laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Compames do hereby make, constitute and appoint Thomas Bean, Rita Sagistano, Gerard S Macholz, Susan Lupski, Robert T Pearson, Camille Maitland, George O Brewster, Colette R Chisholm, Virginia M Lovett, Vincent A Walsh, Lee Ferrucci, Desiree Cardlin, and Nelly Renchiwich of the City of Uniondale , State of New York , their true and lawful Attomey(s)-m-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Co ies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of September( 1 , Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company 4th St Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GhSUq(,. $,�,'y�y J`pRE 64 O�Ti IM`r(/ Q,i 1NSUg9 J,}fY ANOQ osse �SEAL+o; '� SSAL aO74 . na1sfs.'�a State of Connecticut City of Hartford ss By Robert L Raney, enior Vice President 4th September 2014 On this the day of , before me personally appeared Robert L Raney, who acknowledged himself to be the Semor Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer 3 O.Ter In Witness Whereof, I hereunto set my hand and official seal � My Commission expires the 30th day of June, 2016 `('(� any► C . Mane C Tetreault, Notary Public 58440-8-12 Printed in U S A TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CT, 06183 ATTORNEY IN-FACf JUS171ACATION PRINCIPAL'S ACKN(YWLEDGhIENT—iF A CORPORATION State afNew York County of ) ss On this day of 20 , befbro me personally appeared , to me known, who, being by mo duly swom, deposes and says: That helshe resides in tie City of that he/she Is the of the corporation described in and which executed die within Instrument, that he/she knows the seal of said corporation, that the seal aftbred to said Instrument is such corporate seal; that it wits so a8lxed by order of the Board of Directors of said corporation, and that he/she signed his/her name Ihato by like order. State of New York, County of PRINCIPAL'S ACKNOWLEDGAIENT—IF INDIVIDUAL OR FIRM ) as On this day of .20 , before me personally appeared to ,M known to be (the mdividuat) (one of die firm of ) described III and who executed the within ttimment, and hu/sho thereupon duly acknawledgod to me that he/she executed the same (as the act and deed of said &in). SURETY COMPANY'S ACKNOWLEDGMENT State ofNew York, Counly of Nassau ) ss. On this 28th day of January 2D15 , before me personally appeared Rita Sagistan0 to me known, who, being by the duty swam, aid depose and say That Who resides in ROIR1tyUi6t County Of Nassau, NY that he/she is Altornel m-Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said Company; that the seal affixed to said lnstrumcal is such corporate seal, and that ielshe signed said instrument its Attomeytin-Fad by authority of ilia Board ofDirectars of said Company, and of ant did further depose and say that the Superintendent If Insurance of the State of New York has, pursuant to Chapter 882 of the Laws of the Stele of New York for the year 1939, constituilr g chapter 28 of the Consolidating Laws of the State of New York as the insurance Law as amended, issued id TRAVELERS CASUALTY AND SURETY COWANY OF AMERICA hivlw certificate that said Company is qualified to become and be accepted as surety or guarantor on all bonds, undertakings, Tecognaarees, guaranties, and other obligations required or permitted by Iaw; and at such nenificale has trot i>Pen seYoked. Notary Public TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA NELLY RENCHIWICH Hartford, Connecilcut 06183 Notary Public, State of New York No. OIRE6218158 FINANCIAL STATEMENT AS OF DECEMBER 31, 2013 Qualified in Queens County AS FILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW YORK Commission Empires March 1, 2018 CAPITAL STOCK $ 6,480,000 ASSETS LIABILiTiES GASH AND INVESTED CASH S 67,109,024 UNEARNED PREMIUMS S 808,71T1871 BONDS INVESTir1ENT INCOME DUE AND ACCRUED U62,214,11W 41,768.502 LOSSES LOSS ADJUSTMENT EXPENSES 809,60,110 400.070.453 OTHER INVESTED ASSETS 26&WG,910 COMMISSIONS 31,78W39 PREMIUM BALANCES 100,839.482 TAXES. LICENSES AND FEES 12A82,322 NET DEFERRED TAX ASSET GIR61098 OTHER EXPENSES 38,MA93 REINSURANCE RECOVERABLE 11,581,414 FUNDS HELD UNDER REINSURANCE TREATIES 94.401 AS4 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 4,010,772 CURRENT FEDERAL AND FOREIGN INCOME TAXES 10,387,407 RECEIVABLES FROM PARENT. SUBSIDIARIES ANDAFFlUATES $0,772,481 REMITTANCES AND ITEMSNOTALLOCATED 13,677,60E STATE SURCHARGES RECEIVABLE 266,771 AMOUNTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 23,616,357 OTHER ASSETS 14,072,822 RETROACTIVE REINSURANCE RESERVE ASSUMED 1,61104 POLICYHOLDER DIVIDENDS e,4821613 PROVISION FOR REINSURANCE 3,070.484 ADVANCE PREMIUM 1107809 PAYABLE FOR SECURITIES LENDING 4,010.772 DERNATIWS 112,003 CEDED REINSURANCE NET PREMIUMS PAYABLE (e404,284) ESCHEAT LMUTY 471,00 OTHER ACCRUED EXPENSES AND LIABILITIES gfZ236 TOTAL LIABILITIES 21285.740,867 CAPITAL STOCK S 6,480,a00 PAID IN SURPLUS 433,M760 OTHER SURPLUS 1,441,439.527 TOTAL SURPLUS TO POUMCLDERS ; 1,881.720,088 TOTALASSETS S 4,147Ae0.454 ' TOTAL LIA ITIES&SURPLUS d 4.147490,464 Securities earned at $8.174.873 In the above statement are deposited with public authonties, as required by law City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk .loan L. Flynn, City Clerk June 12, 2015 Elecnor Belco Electric, Inc 4331 Schaefer Ave Chino, CA 91710 RE Traffic Signal Modifications and Interconnect Conduit Installation — CC-1464 Enclosed please find your original bid bond for CC-1464 Sincerely, 9Jn L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Wartakere, New Zealand m _ Cl) U C �G Lj co L.0 C _J cn Q>-o { >-�—c; M F-- U .i W `y f-- ^I C4� o r C\1 vp /AQ s Z o 2 0 oz � X7 Fleenor Belco Flectric Inc 1\1 SECTION C PROPOSAL for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No. 1464 HSIPL-5181(177) in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed The undersigned acknowledges that the issuance of the Notice to Proceed will occur approximately two months after the award of the contract to allow procurement time for the city furnished equipment BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and tune prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGIIT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, umt prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find Bi(Wer's Bond fur 10% in the amount of which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any - Addenda No. Date Received Bidder's Signature 1 1 /23/2015 C-2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) `Item 4 L` >., Estimate i-,g, w..w,� ,. ns .S�I tl'c'tre. a ".Yli'vx °l gt,el'tgr%t�ivl ik v " 3 , br u a ; Mein; r< z $ :. :-; R y o - 4 µ � ii t�' hic- "'• `. nf��il vi °d,x w # ' iExtez ded it4y';l'...'v�. �F'�"�: ` ter` A d ..: zrQuantrtyy�yxT< ;; ts'�il`"4a;.:j a°�,is.t_ _ ,mot:,. �,, �:. 'iN>` il�',h. i�,�., tp,�^u-V""' r, ,.fit .1t „, ,,� a;fi�'` '�" '� , fi'iw� `r K" ,^�� 4;^`S"�q�t� ' c.�f �tw'� ,. c i.,. ,'" y z,;y �..4sw XX 1 tt w..o `a• , , a..i "�'l>..1�,F! .,t'a.� y+,. ,. Zn{�.,,.! w`i i. ,. k.` : a� �i"5ryh. tunu 4tli �}�O�.il1 ,41.F:..'t Sqw }kxFF.rY n5y�i +<''�i�kt. 'Y�e't31'i VF YT4a�+ss'i,; 1 1 L S 7obilization $11�/0d0 . (M Is 20, 0 uo . OV 2 1 L S Furnish and Maintain Project Traffic Control $ 2-q�000: 0v $ 21j,, dOO,1M Per L. S 3 1 L S Furnish and Install Traffic Striping and Signing $1 y',000- a Per L S 4 4 EA Construct Curb Ramp per Caltrans Standard Plan No. A88A, Case C. /50U• n $ 41500. $ 19,000 • OV Per EA. 5 1 L S Construct Custom ADA Ramp and Walkway at the Southwest Corner of Adams Avenue and Bushard Street 4 OOU • �b 1 �i 0 Od Ua (Includes Concrete, Asphalt, Barricades, $ / $ / . Truncated Domes and Curb and Gutter) Per Sheet 8 Per LS 6 1 EA Construct Curb Ramp Per Caltrans Standard Plan No A88A, Case A (Includes PCC Sidewalk Behind Ramp to Property $ 41 $ *i Cod •0"0 Line) Per EA 7 70 S F Construct 4" Thick PCC Sidewalk over 4" Compacted Subgrade Per City Standard Plan 207 (Sheet 8, Construction Note 7) $ 1 to • 00 $ 1 / (20. 00 Per SF 8 17 L F Construct 6" Curb and Gutter per City Standard Plan 202 (Sheet 8, Construction Note 11) $ (05 •00 $ (�1 OS'•U'D Per L F. 11 C-2 1 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) Item Estimated Item Unit Price Extended Amount No. Quantity 9 10,100 L F Furmsh and Install 2"Interconnect Conduit with 12 Pair #19 Solid Interconnect Cables and Pull Boxes Spaced Approximately 200' (Also Includes Installation into the Traffic $ Z b , 0 0 $ 2 P2, 600 • CPS Signal Cabinets) PerLF 10 1 L S Modify Traffic Signal at Adams Avenue and Bushard Street (Excludes Interconnect Conduit, Interconnect Pull Boxes and interconnect Cable) $ 40,000. at $ 16�p 0 ab Per L S 11 1 L S. Modify Traffic Signal at Magnolia Street and Yorktown Avenue (Excludes Interconnect Conduit, Interconnect Pull Boxes and Interconnect Cable) $ 140 000. UD $ 14V, u00. Uv Per L S 12 1 L S Prepare Project Specific Strom Water Pollution Prevention Plan (SWPPP) Per L S C-2.2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) Toizal A.Wiit Bid Total Amount Bid in Figures- $ 25 . W Total Amount Bid in Words $ f1ye Nr l o Fp ILZ� f. e 16 F*f -pl to V f*?-I c> 9T-I G NT 1+! No t Aw TwLxN - plVe aLk~ AIJO Zmanc.c_v�rs Note: The City will provide the traffic signal equipment, as listed in the pole schedules, (also includes anchor bolts) to the contractor The contractor is to pick up the materials, with its own labor, at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pickup at (714) 536-5530 C-2.3 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor Bid Item(s) , Name and Address of Subcontractor - x x x, , State License Number Class Dollar Amount x ' % of 'Contract el/ q,o A w AV evU L -xJ /►-s PA41--r yoo con- tr/yrp+.sr- cati.,iX, cA 9zen AP1073 4 y TH- Go 1-4+-PF1L uoJOS c.ILh44P. r u/ �q1V C. IEMeg^rp Sr. A14 r8-rlM 1 &4 azBoq loS29-M cr/o 1fIS,9civ. 0 D Z% 3 !9r W 0A*U 1FArrW LI S �S 1190 f3WFVA40 :Sr . 5U/� ✓AVI,&� I (A 6)/ -3 823 i4 CS 1 0113,000 • Z% By submission of this proposal, the Bidder certifies- 1 That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 2/2/15 , at Chino CA Date City State John Wong , being first duly sworn, deposes and says that he or she is Vice Plestdent of h1ecnoi 136co Electric, Inc the party making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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, $zrther, 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid John Wong Name of Bidder MS ure of Bidde chaefer Ave Chino, CA 91710 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen - The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein Date: 2/2; 20l 5 C-5 Hum Belco Electric, Inc Contractor Vice President Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes o If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date: 2/2,'2015 C-7 Elecnor Belco F,lectric, Inc Contractor V, � 0 ,,- Vice President Title f BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct. F,lecnor Belco Electric, Inc Bidder Name 4331 Schaefer Ave Business Address Chino City, 909 ) 993-5470 Telephone Number 738518 A, B, C-10 State Contractor's License No. and Class 7/28/ 1997 Original Date Issued 7/31 /2015 Expiration Date The work site was inspected by Bo Fuentes C A 91710 State Zip of our office on 1 /21 , 2015 The following are persons, firms, and corporations having a principal interest in this proposal. Glenn De Soto - Senioi V P John Wong - V P C-8 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth Llecnor Belco E.lecttric, Inc Company Name Wong Printed or Typed Signature Subscribed and sworn to before me thisO day of , 2015 NOTARY PUBLIC C-9 OLIVIA CHEA Comm # 1931793 ►n !� o� NOTARY PUBLIC CALIFORNIA N LOS ANGELES COUNTY MY COMM EXP APR 8, 2015 NOTARY SEAL Bidder's Project History For the purposes of this project, the bidder shall provide project history of smular work, specifically referencing the construction of traffic signal modifications consisting of, at a minimum the installation of four new traffic signal poles at a single intersection, two of which must include traffic signal mast arms of at least 25 feet in length Bidders ate encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years 1 City of Victorville 14343 Civic Drive Victorville, CA 92393 Name and Address of Public Agency Name and Telephone No of Project Manager: Greg Ileldreth (760) 243-6360 $1,278 412 00 Traf f is Signals May 20 t 4 Contract Amount Type of Work Date Completed Provide additional project description to show similar work Installation of new tragic signals and fiber optic system 2 San Bernardino Associated Governments (Sanbag) 1170 W 3rd St, 2nd Hlor San Beinardino, CA 92410 Name and Address of Public Agency Name and Telephone No of Project Manager Stev,c Moore (951) 310-8154 S t,445.000 00 fraflie Signals January 2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work. Installation of new tral fie signals, modify existing traffic, signals, street lighting, and fiber optic system 3 City of Highland 27215 Base Line Highland, CA 92346 Name and Address of Public Agency Name and Telephone No of Project Manager Carlos 7amano (909) 864-8732 S1,712,000 00 Traffic Signals December2014 Contract Amount Type of Work Date Completed Provide additional project description to show similar work - Installation of new traffic signals, �trect fighting and mterconnec,t Systems C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history In addition to the projects listed herein. l Tom Gebelm 2. Name of proposed Project Manager Telephone No of proposed Project Manager: (909) 993-5470 La Mesa Traffic Signals S 1,278.432 00 Ttaftic, Signals, Ftbet Optic System May 2014 Project Name & Contract Amount Type of Work Date Completed 1- 15 / La Mesa / Nisqualli Interchange $460,602 00 Traffic, Signals, Fiber Optic System March 2014 Project Name & Contract Amount Type of Work Date Completed 1-15 / Clinton Keith Interchange $236 931 00 Traffic, Signals, Interconnect System Match 2014 Project Name & Contract Amount Type of Work Date Completed Brad Blokryl Name of proposed Superintendent Telephone No. of proposed Superintendent (909) 993-5470 La Mesa Traffic Signals S 1278,432 00 Traffic Signal fiber Optic System May 2014 Project Name & Contract Amount Type of Work Date Completed Street Impro%ements at Ktacmer BIN $750,000 00 Traffic Signals May 2014 Project Name & Contract Amount Type of Work Date Completed 201 1-2012 As -Needed Iraffic, Signal Construction $2,100,000 00 Traffic Signals June 2012 Project Name & Contract Amount Type of Work Date Completed C-11 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low -Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager (initial the applicable selections) Will ensure that 10% of all new hires as a result of this project shall meet all requiremnents of Section 3 of CFR Part 135 of the HUD Act of 1968; or X Will hire no new employees in conjunction with this project. Will award 10% of its sub -contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub -contracts related to this project. Contractor Hemor Belc,o Electnc, Ine Contact Person. John Wong Contact Phone (909) 993-5470 Signed Date. 22015 *Note The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub -contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD) Previous non-compliance with Section 3 could result in disqualification. C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http-//www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6.30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https//efiltng.dir.ca.gov/PWCR/ActionServlet?action--displayPWCRegistrationForm DIR's Contractor Registration searchable database: https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid, or no later than contract award date Date 2/2,2015 C-13 hlecnor Belco Electnc, Inc Contractor V, (,\,/ Y � V - 0 Vice President Title Local Assistance Procedures Manual Exhibit 12-H Sample Bid (THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONS77TUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH AREA PART OF THIS PROPOSAL) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Elcc,nor Bcic,o Llcctric Inc , proposed subcontractor hereby certifies that he has X , has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925,11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1 7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5 (Generally only contracts or subcontracts of $10,000 or under are exempt ) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their unplementing regulations Proposed prune contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U S Department of Labor Page 1 of 8 G-14 June 11, 2014 Local Assistance Procedures Manual Exhibit 12-H Sample Bid PUBLIC CONTRACT CODE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285 1(Chapter 376, Stats 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not _been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of California State University The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285 1, Note The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided The above Statement is part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No X If the answer is yes, explain the circumstances in the following space Page 2 of 8 June 11, 2014 C-15 Local Assistance Procedures Manual Exhibit 12-H Sample Bid PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note The above Statement and Questionnaire are part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire Bidders are cautioned that making a false certification may subject the certifier to cnnnnal prosecution Page 3 of 8 June 11, 2014 C-16 Local Assistance Procedures Manual Exhibit 12-H Sample Bid Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY / COUNTY of Huntington Beach DEPARTMENT OF PUBLIC WORKS. In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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 genume 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, partnerslup, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid Note The above Noncollusion Affidavit is part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution John Wong Vice President Page 4 of 8 C-17 June 11, 2014 Local Assistance Procedures Manual Exhibit 12-H Sample Bid DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending, and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years If there are any exceptions to this certification, insert the exceptions in the following space None Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action Notes- Providing false information may result in criminal prosecution or administrative sanctions The above certification is part of the Proposal. Signmg this Proposal on the signature portion thereof shall also constitute signature of this Certification Page 5 of 8 June 11, 2014 C-18 Local Assistance Procedures Manual NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS Exhibit 12-H Sample Bid The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with tlus Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U S Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Page 6 of 8 June 11, 2014 C-19 Local Assistance Procedures Manual Exhibit 12-H Sample Bid DISCLOSURE OF LOBBYING ACTIVITIES C:UMYLbib "1"1715 NUKM "1"U U1SC:LUS1; LU1itiY1NU AU 11V1"11L'S YU"UANT TU 31 US C: 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: Qa. contract a bid/offer/application a. initial b grant b initial award b material change c cooperative agreement c post -award d loan For Material Change Only e loan guarantee year quarter f loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No 4 is Subawardee, Enter Name and Address of Prime Prime Subawardee Tier , if known Congressional District, if known 6 Federal Department/Agency 8 Federal Action Number, ifk sown 10. a. Name and Address of Lobby Entity (If individual, last name, first name, MI) Congressional District, if known 7. Federal Program Name/Description CFDA Number, if applicable 9 Award Amount, if known b. Individuals Performing Services (including address if different from No 10a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) $ actual planned a. retainer b one -tune fee 12. Form of Payment (check all that apply) c commission ea. cash d contingent fee b m-land, specify nature a deferred value f other, specify 14 Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11 Federal Use Only: attached. Yes � No 16. Information requested through this form is authorized b (attach Continuation Sheet(s) if necessary) Po Title. public inspection. Any person who fails to file the required disclosure shall be subs ect to a civd penalty of not less than $10,000 and not more than $100,000 for each such failure Telephone No (909) 993-5470 Date 2 `2/2015 Authorized for Local Reproduction Standard Form - ILL 15 Continuation Sheet(s) 49 ( � � C-20 Page 7 of 8 June 11, 2014 DBE GOOD EFFORT FOR TRAFFIC SIGNAL MODIFICATIONS INTERCONNECT CONDUIT INSTALLATION AT THE INTERSECTIONS OF ADAMS AVE. AND BUSHARD ST. AND MAGNOLIA ST. AND YORKTOWN AVE. CC NO. 1464 HSIPL-5181(177) groupbelco elecnor ELECNOR BELCO ELECTRIC, INC. 4331 SCHAE FE R AVE. CHINO, CA91710 (909) 993-5470 Local Assistance Procedures Manual EXHIBIT 15-G Local Agency Bidder DBE Commitment (Construction Contracts) EXHIBIT 15-G LOCAL AGENCY BIDDER DBE CO'NIMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY City of Huntington Beach LOCATION 11untinntDn BCdLh CA PRO iFCTDESCRIPTION IraJfic Signal Modi icalionb and Init=onnec,t Conduit ImIallation TO I AL CONTRACT AMOUNT S 5481825 00 BID DATE 23 2015 BIDDERS NAME Llec nor Belco Electric, Inc CON TRACT DBE GOAL g CONTRACT ITEM NO ITEM OF WORK AND DESCRIPTION OR SERVICES TO BE SUBCONTRACTED OR MATERIALS O BE PROVIDED (or contracted if the bidder is a DBE) DBECERTNO AND EXPIRATION DATE NAME OF EACH DBE (Must be certified on the date bids are opened - include DBE address and phone number) DOLLAR AMOUNT DBE 10, l 1 Loop Detectors 38031 Exp 2016 Traffic Loop- Crack IttIII Jig S t5 540 00 946 S Lmerald St Anahenn, CA 92804 (714) 520-4026 9-11 Llectii(al Supplies 33975 Exp 2016 A1K Coinnlunications 342,000 00 10016 Ptoricer Blvd 60"',) of S70 000 00 anta Fe S nniz� CA 90670 562 942-1400 For Local Agency to Complete: Local Agency Contract Number C(,-1464 Federal -aid Project Number I-1SIPL 5181 - (177) Federal Share Total Clanned DBE Participation $ S57,540 00 104 % Contract Award Date Local Agency certifies that all DBE certificat,ons have been verified and information is complete and accurate Print Name Signature Date Local AgenLy Representative (Area Code) Telephone Number *Sigtureof Bidder —0 (009) 993-5470 Date (Area Code) rel No Tohn W011,a Person to Contact (Please Type or Print) Local Agenc% Bidder DBE Commiunent (ConstmeRon Coimncts) (Rey 6126109) Disti ibution (1) Copy— Fax or scan a copy to the Caitrans District Local Assistance Engineer (DLAE) within 30 days of contract execution Failure to send a copy to the DLAE withm 30 days of contract execution may result in de -obligation of funds for this project (2) Copy — Include in award package to Caltrans District Local Assistance (3) Original — L.oca1 agency files BP-(g) (Page 1 of 2) Page 15-1 OB 12-04 June 29, 2012 EXHIBIT 15-H DBE INFORMATION —GOOD FAITH EFFORTS Federal -aid Project No DBE INFORMATION - GOOD FAITH EFFORTS 51s1(177) Bid Opening Date 2/3/2015 The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 9 15 % for this project The information provided herein shows that a good faith effort was made Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts Biddeis should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has met the DBE goal This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e g , a DBE firm was not certified at bid opening, or the bidder made a mathematical error Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions A The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication) Publications Dates of Advertisement The Weekly Bid Flash l /23/2015 - 2/3/2015 B The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc ) Names of DBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation AJK Communications 1/23/2015 1/27/2015 2/2/2015 (Phone, Email) rattic Loops Ciac mg lone, mail) BP-(h) (Page 1 of 3) Page 15-1 OB 12-04 June 29, 2012 Exhibit 15-H DBE Information -Good Faith Effort Local Assistance Procedures Manual C The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE fines Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items M Of (Y/N) Contract Electrical Supplies Y Electrical Supplies S42,000 00 7 6% Loop Detectors N Loop Detectors S15,54000 2 8% D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs Did not receive much feedback from our advertisement Belco solicited AJK Communications and Traffic Loops Crackfillmg Names, addresses and phone numbers of firms selected for the work above AJK Communications 10016 Pioneer Blvd Santa Fe Springs, CA 90670 (562) 942-1400 Traffic Loops Crackfillmg 946 S Emerald St Anaheim, CA 92804 (714) 520-4026 E Efforts made to assist interested DBEs in obtaining bonding, Imes of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs Belco offered assitance with bonding, insurance or technical information in our project advertisement Page 15-2 BP-(h) (Page 2 of 3) June 29, 2012 OB 12-04 Local Assistance Procedures Manual Exhibit 15-H DBE Information - Good Faith Effort F Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate Belco offered assistance but there was a lack of interest from DBE vendors and subcontractors for this project other than firms that were utilized G The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i e , lists, Internet page download, etc ). Name of Agency/Organization Method/Date of Contact Results Caltians Website H Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary) AJK Communications and Traffic Loops Crackfilling responded positively in becoming partners for this project NOTE USE ADDITIONAL SHEETS OF PAPER IF NECESSARY BP-(h) (Page 3 of 3) Page 15-3 OB 12-04 June 29, 2012 John Wong From: The Weekly Bid Flash <support@theweeklybidflash corn> Sent: Friday, January 23, 2015 10 04 AM To: John' Wong Subject: Weekly Bid Flash DBE Ad Affidavit - Traffic Signal Modifications and Interconnect Conduit Installation CC No 1464 HSIPL-5181(177) Proof of Publishing Affidavit To Whom It May Concern Be it known that this is a sworn affidavit that Elecnor Belco Electric, Inc. did place an advertisement we published on 1123/2015 in our nationwide publications, Construction Star, Inc and The Weekly Bid Flash, seeking Certified Disadvantaged subcontractors and/or material suppliers for the project Traffic Signal Modifications and Interconnect Conduit Installation CC No 1464 HSIPL- 5181(177) A copy of the advertisement is below - _ Date Of Advertisement Placement 1/23/2015 10 01 40 AM Elecnor Belco Electric, Inc An Equal Opportunity Employer, is requesting quotations from all qualified DBE sub -contractors and material suppliers for the following project Traffic Signal Modifications and Interconnect Conduit Installation CC No 1464 HSIPL-5181(177) City/Location Huntington Beach, CA County Orange Owner City of Huntington Beach Bid Date Tuesday 2/3/2015 at 2 00 PM We are requesting bids for the following trades and/or supplies Electrical materials and supplies, directional boring, civil work NAICS Classifications Sector 23--Construction . All Other Specialty Trade Contractors CSI Classifications DIVISION 16 - ELECTRICAL . ELECTRICAL MATERIAL WHOLESALERS Bid documents can be viewed at or obtained from Plans and specifications are available at Elecnor Belco Electrds main office in Chino Please contact our office at (909) 993- 5470 or via email bfuentes@elecnor com to have plans and specifications emailed to your company or to be picked up at our office Plans and specifications are also available for free via the LA BAVN website Elecnor Belco Electric, Inc will assist certified DBE vendors and subcontractors in obtaining bonding, lines of credit, insurance and plans/specifications Elecnor Belco Electric, Inc 4331 Schaefer Ave Chino, CA 91710 Phone- (909) 993-5470 Fax (909) 993-5476 John Wong Iwong@elecnor com _ 1 Published on 1/23/2015 10 00 00 AM by The Weekly Bid Flash and The Construction Star Trade and Focus Publications located at www theweeklybidflash corn and www constarl corn Phone 1 800 479 5314 Fax 1 619 688 0585 This solicitation Ad will run until the bid date Our publication is a listed approved source by the State of CA, Dept of General Services, Office of Small Business Certification & Resources, in its Resource Packet Since, 1989 our firm has been proud to help businesses reach Certified Disadvantaged firms statewide If you should need any further information, please do not hesitate to contact us at 800-479-5314 Thank you again' Construction Bidboard Inc 11622 El Camino Real, Suite 100 San Diego, CA 92130 www theweeklybidflash com 800-479-5314 rr t i7 FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Biook Blvd, Suite 600, Owings Mills, MD 21117 Bonds .. . Stocks Cash and Short Term Investments Reinsurance Recoverable Other Accounts Receivable . TOTAL ADM11TED Assr. fs. . Statement of Financial Condition As Of December 31, 2013 ASSETS . ... . . ..... ... ........ . . . LIABILITIES, SURPLUS AND OTHER FUNDS $ 139,272,722 22,258,887 6,595,113 17,970,134 33,409,916 $ 219,506,772 Reserve for Taxes and Expenses ....... $ 1,787,480 Ceded Reinsurance Premiums Payable ...... .... 42,146,005 Securities Lending Collateral Liability 6,613,750 TOTAL LIABILITIES ... $ 50,547,235 Capital Stock, Paid Up. ...... $ 5,000,000 Surplus . 163,959,537 Surplus as regards Policyholders.. ..... 168,959,537 TOTAL $ 219,506,772 Securities carried at $58,378,690 in the above statement are deposited with various states as required by law Securities carried on the basis prescribed by the National Association of Insurance Commissioners On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31, 2013 would be $223,222,696 and surplus as regards policyholders $172,675,461 1, DENNIS F KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit ofilie assets and liabilities of the said Company on the 31st day of December, 2013. 1 Secretary State of Illinois City of Schaumburg I SS Subscribed and swom to, before me, a Notary Public of the State of Illinois, in die City of Schaumburg, this 15th day of March, 2014 r Norary Pirblrc OFFICIAL SEAL DARRYL JOINER Notary Public - State of Illinois My Commission Expires May 3, 2014 P4 dk�: FI-4, F-m-fr 1,2.14103 4, I I tr! 11 rN, V-P 1 - - � -_ p 2-15 I 0,,", , , 'z `,V' jp� I I C, C W IN A %313,pl A A -iN W,� qu as --g E4 4P. 01 rg, g," siXR ,q -, "MR-MMI I W50, 4611),❑ 03 r. 8— — ll 0 — — 0 0 — 0 0 0 0.0 ro- 2 H CD 4n 4n QS CD 64 kr) S4 4n c4, 464 464 464 GS 464==64 64 CD 464 4n 464 4n GS V V V V A V V V V A V V V V A V V V VIA L"DIODDE8 ONPEID DONPO —1EJE1OP r 00 A — �; qr �4 Iu E,06 Do ll0 TV � 44 62 6,0 C, I zvi-41m Z It .4 0 0 0 O ci en 0 C-27 a 1p I F-A ki g: fib, ,A2 P I i N. gill, NO rwjr 2p ac. Vid) A a:�Ron U� 72 99 114A, 'V 0 0 0 'a 9 i 0 0 9 9 go, 0 0 0" 0 0 0 V" to 0 0 Ei 0 0 -90 0 0 4 'E" 0 0 2 2 Eq V Eq V = 6s V kn Gs V kn Eq s Eq Eq Gq Eq tn Gq A VVVVA Eq C) Eq kn rEq kn 6S VVVVA Eq G4 kn Eq kn G4 010VOID, D :11-1 El I I [Ell El IN El El t—N Sr pli c*4 N C,4 iz ,,jr 40 C-28 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Traffic Signal Modifications and Interconnect Conduit Installation CC-1464 HSIPL-5181(177) January23, 2015 Notice to All Bidders Please note the following clarification to the Project Plans, Specifications, and Technical Provisions 1. The Federal Labor Rates contained in Appendix H — Part 2 of the Project Specifications for the Traffic Signal Modifications and Interconnect Installation - CC1464 HSIPL-5181(177) shall be replaced with the attached FEDERAL LABOR RATES dated January 23, 2015. The federal labor rates dated January 23, 2015 shall be the federal labor rates in effect for the above named project. This is to acknowledge receipt and review of Addendum Number One, dated January 23, 2015 Company Name 112-Ouls Date All bidders must acknowledge the receipt of this Addendum with your bid proposal Should you have any questions regarding this Addendum, please call William F Janusz at (714) 536-5431 Escutia, Jim From: Janusz, Bill Sent: Monday, February 09, 2015 9 11 AM To: Escutia, Jim Subject FW City of Huntington Beach - Bid - CC1464 DBE Submission Attachments: Executed DBE HB pdf Jim Please print out and place with Belco-Elecnor's bid Thank you M William F Janusz, P E , PTOE Principal Civil Engineer City of Huntington Beach 2000 Main Street, P O Box 190 Huntington Beach, CA 92648 (714) 536-5431 From: OLIVIA CHEA [mailto olivia cheaCa)elecnor com] Sent: Monday, February 09, 2015 9 04 AM To: Janusz, Bill Cc: John Wong Subject: City of Huntington Beach - Bid - CC1464 DBE Submission Good morning Bill, Please see attached for Elecnor Belco Electric Inc's DBE submission pertaining to Traffic S►gnai Modifications and Interconnect Conduit Instaiiat►on CC1464, bid date February 3, 2015 Should you have any questions, please feel free to contact us Thank You f Olivia Chea Project Manager Transportation Division I AM helsh. etemor group 4331 Schaefer Ave Chino, CA 91710 Cell 951807-8208 Tel 909 993-5470 ext 263 Fax 909 993-5476 www elecnor com 1 The information and any attachments contained in this email message maybe privileged, confidential, and protected from disclosure If you are not the intended recipient, any dissemination or copying is strictly prohibited If you think that you may have received this email message in error, please notify the sender at the email address above If you have received this email in error, you are instructed to delete all copies and discard any printouts without reading the information contained within 'heck A License - License Detail - Contractors State License Board Page 1 of Contractor's License Detail for License # 738518 DISCLAIMER. A license status check provides information taken from the CSLB license database Before relying on this information, you should be aware of the following limitations CSLB complaint disclosure is restricted by law (B&P 7124 6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below Click on the link or button to obtain complaint and/or legal action information Per B&P 7071 17 , only construction related civil judgments reported to the CSLB are disclosed Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration Due to workload, there may be relevant information that has not yet been entered onto the Board's license database Business Information ELECNOR BELCO ELECTRIC INC 4331 SCHAEFER AVENUE CHINO, CA 91710 Business Phone Number (909) 993-5470 This license is current and active. All information below should be reviewed C10 - ELECTRICAL B - GENERAL BUILDING CONTRACTOR A - GENERAL ENGINEERING CONTRACTOR Entity Corporation Issue Date 07/28/1997 Expire Date 07/31/2015 License Status Classifications Bonding Information Contractor's Bond IThis license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY and Number 100228463 and Amount $12,500 �ffective Date 08/03/2013 ontractor's Bond History Bond of Qualifying Individual This license filed Bond of Qualifying Individual number LPM9151260 for DAVIS MATTHEW RICHARD in the amount of $12,500 with FIDELITY AND DEPOSIT COMPANY OF MARYLAND Effective Date 03/31/2014 This license filed Bond of Qualifying Individual number LPM9172203 for WONG JOHN LOON-HAE in the amount of $12,500 with FIDELITY AND DEPOSIT COMPANY OF MARYLAND Effective Date 10/28/2014 Workers' Compensation ttps•//www2 cslb ca gov/OnlineServices/CheckLicenseIl/LicenseDetail aspx?LicNum=738518 2/10/201 ;heck A License - License Detail - Contractors State License Board Paae 2 of icy Number A6CW0824 )ctrve Date 06/07/2014 )ire Date 06/07/2015 rkers' Compensation Hisl Other Personnel listed on this license (current or disassociated) are listed on other licenses ' Ups //www2 cslb ca gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=738518 2/10/201 Personnel List - Contractors State License Board Page 1 of 2 Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License # 738518 Contractor Name ELECNOR BELCO ELECTRIC INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name GLENN GORDON DE SOTO Title OFFICER Association Date 06/18/2012 Name MATTHEW RICHARD DAVIS Title RME Association Date 04/15/2014 Classification C10 Additional There are additional classifications that can be viewed by selecting this link Classification Name JOHN LOON-HAE WONG Title RME Association Date 11 /14/2014 Classification A Personnel No Longer Associated with License Name CRAIG JAY SOTELO Title CEO / PRESIDENT Association Date 06/18/2001 Disassociation Date 08/08/2005 https //www2 cslb ca gov/OnlineServices/CheckLicenseIl/PersonnelList aspx?LicNum=73 . 2/10/2015 Personnel List - Contractors State License Board Page 2 of 2 Name JEFFREY JOHN BERNARDINO Title RMO / CEO / PRES Association Date 07/28/1997 Disassociation Date 04/15/2014 Classification Additional Classification Name Title Association Date Disassociation Date C10 There are additional classifications that can be viewed by selecting this link KATHERINE SPEIK BERNARDINO OFFICER 07/28/1997 06/18/2012 https //www2.cslb ca gov/OnlmeServices/CheckLicenseII/PersonnelList.aspx?LicNum=73 . 2/10/2015 Contractor's License Personnel Detail - Contractors State License Board Page 1 of 1 Home I Online Services I License Detail I Personnel List I Personnel Detail Contractor's License Personnel Detail Contractor License # 738518 Contractor Name ELECNOR BELCO ELECTRIC INC Name JOHN LOON-HAE WONG Title and Class History Title RME Classification A GENERAL ENGINEERING CONTRACTOR Association Date 11/14/2014 Bonding History Surety Company FIDELITY AND DEPOSIT COMPANY O Bond # LPM9172203 Bond Amount $ 12,500 Effective Date 10/28/2014 https //www2 cslb ca.gov/OnlineServices/CheckLicenseII/PersonnelDetall aspx9LicNum= 2/10/2015 Unified Certification Program Page 1 of 1 Back To Query Form Search Returned 1 Records Mon Feb 09 09 40 34 PST 2015 Query Criteria Firm/DBA Name AJK Communications Firm Type DBE ---------- Firm ID 33975 Firm/DBA Name AJK COMMUNICATIONS Address Line1 11805 SMITH AVE Address Line2 City SANTA FE SPRINGS State CA Zip Code1 90670 Zip Code2 Mailing Address Line1 Mailing Address Lme2 Mailing City Mailing State Mailing Zip Code1 Mailing Zip Code2 Certification Type DBE EMail kirank@ajkcommunications corn, cell phone 714-273-3523 Contact Name KIRAN KAUR Area Code (562 ) Phone Number 942-1400 Fax Area Code (562 ) Fax Phone Number 942-1800 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00, Districts 00, DBE NAICS 238210, 425120, ACDBE NAICS Work Codes C8702 MANAGEMENT INFORMATION SYSTEMS, C9858 RESIDENTIAL ELECTRICAL, E4890 COMMUNICATIONS SERVICES, Licenses C10 Electrical Contractor, Trucks Gender F Ethnicity ASIAN SUBCONTINENT Firm Type DBE Back To Query Form http //www.dot ca gov/ucp/QuerySubmit do 2/9/2015 Unified Certification Program Page 1 of 1 Back To Query Form Search Returned 1 Records Mon Feb 09 09 39 38 PST 2015 Query Criteria Firm/DBA Name traffic loops crackfilling Firm Type DBE Firm ID 38033 Firm/DBA Name TRAFFIC LOOPS CRACKFILLING, INC Address Line1 1915 W BALL RD Address Line2 City ANAHEIM State CA Zip Code1 92804 Zip Code2 Mailing Address Line1 946 S EMERALD ST Mailing Address Line2 Mailing City ANAHEIM Mailing State CA Mailing Zip Code1 92804 Mailing Zip Code2 Certification Type DBE EMall trafficloops@sbcglobal net Contact Name MAI-LAN NGUYEN Area Code (714 ) Phone Number 520-4026 Fax Area Code (714 ) Fax Phone Number 520-4027 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00, Districts 00, DBE NAICS 238210, 238990, ACDBE NAICS C4040 CLEAN & SEAL PAVEMENT JOINTS - ROUT & SEAL CRACKS, C8501 PAVEMENT MARKING, Work Codes C8608 DETECTOR, C8611 RAMP METERING SYSTEM, C8903 ELECTRICAL, C9858 RESIDENTIAL ELECTRICAL, Licenses C10 Electrical Contractor, C32 Parking and Highway Improvement Contractor, Trucks Gender F Ethnicity ASIAN PACIFIC Firm Type DBE Back To Query Form http //www dot ca gov/ucp/Query Submit do 2/9/2015 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Elecnor Belco Electric, Inc 4331 Schaefer Avenue Chino, CA 91710 as-Pnncipal—hereinafter-called-the-Principal,—and—Fidelity-and-Deposit C—ompany-of-Maryland 1400 American Lane, Tower I, 18th Floor Schaumburg, IL 60196-1056 - a corporation duly organized under the laws of the State of MD as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 2000 Main St, Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, the Principal has submitted a bid for Traffic Signal Modifications and Interconnect Conduit Installation, CC No 1464 HSIPL-5181(177) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials fumished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this Lucy Bernatchy 3rd (W3 vjar" (Witness) day of February _ , 2015 Elecnor Belco Electric, Inc Fidelity and (Surety) AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 (Tide) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT ................................................................... State of Connecticut County of Hartford On February 3, 2015 before me, Erin L Kiernan, Notary Public Date Name and Title of Notary personally appeared Aiza Name and or Names of 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 han, and offici seal Signature tl:uLa &� o Prc Signature Erin L Kiernan, Notary u�Ficu My commission expires 12/31/2016 OPTIONAL ERIN L. I(IERNAtJ, NOTARY PUBLIC Or CONNECTICUl' per Corte *ft E#m 12131M6 Place Notary Public Seal Above Though the information below is not required by law, it may prove valuable to the persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document Document Date Signer's Name ❑ Individual ❑ Corporate Officer — Title(s) _ ❑ Partner - ❑ Limited ❑ General ❑ Guardian or Conservator ❑x Attorney -in -Fact ❑ Trustee ❑ Other Signer is representing RIGHTTHUMBPRINT OF SIGNER Number of Pages ❑ Individual ❑ Corporate Officer — Title(s) ❑ Partner - ❑ Limited [:]General ❑ Guardian or Conservator ❑ Attorney -in -Fact ❑ Trustee ❑ Other Signer is representing RIGHTTHUMBPRINT OF SIGNER r EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys- 1n-Fact The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto, and may with or without cause modify of revoke any such appointment or authority at any time " CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate, and I do further certify that Article V, Section 8, of the By -Laws of the-CompaniesLs stilLttLfQLEe. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998 RESOLVED "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company maybe affixed by facsimile on any Power of Attorney Any such Power or any certificate thereof bearing such facsirmle signature and seal shall be valid and binding on the Company " This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990 RESOLVED "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 3 day of February 20 15 wa OLIpjf1%i 88AL Gerald F Haley, Vice President City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachea.gov Office of the City Clerk Joan L. Flynn, City Clerk June 12, 2015 Pro Tech Engineering, Corp 1051 N Patt St Anaheim, CA 92801 RE Traffic Signal Modifications and Interconnect Conduit Installation — CC-1464 Enclosed please find your original bid bond for CC-1464 Sincerely, V Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Waitakere, New Zealand �,',iE€�* Ff z '�:�`z. eT "�";•"" "e w. w+ .u' ,;r4;;"I w.vo I q- iy�E,"aa ti; =rr ,,r•,-;";r,Sy»,,. m,g,y.�.,,.aiu `�'nt'. y :'a._.nM�" : �" Cv"�'w -zt"� r`r i4�i''"'r���� '�, ��' ..?';e'+�n��:;�.�w��,"""�ybt�^h^a"ci""t e,��`�;a'�i,"{�, '` %�"'�;_y,'�-•' ,R*y+,�.�,>� �l '����?�uF*;_ r���f z;� d df "� €i . �s 4, �_r �:�v:-'�Y•�4f,+�. 3,i�,.3 .#.zit �p -� �' ' Y.`�,�i£�r <_' +� r�!"�,� . " h r _ , ,o- ,_ S>w.,,� a �r�����'�'rrm'�t+i''4`w" s„1"y��i��+y#vq..���'>�A'�yx�;�i�-„iv�,m�'"; s�� �. ��c�f�; .%"•yr.R `t:.(f.,�`wYk;r� M , Li "` cwf ,_yi ^"""`t �'ty ,'}"i K '-`'�'`�`;Y+,r'•z ""8. �. -t�`esyya it r.µ-x2 '43"+ `"` ";r ��� � �' u � � i S�`��u o,"�.` �i�� � a a}fgr`'',"°i ��' t •� lh��. 'r 'N..N S �< _ � "6`>i � � � r i d"' ,{r .� :+T 1 `}'�'�y Ire t'rr�p �' z � ; '" r i i� 4-��"u, �", ����.Ax� ';''«'�'i'�_S."�i �� 'U-,�r�e-'•`f .a, c *s�„ti" � r ",, z¢a �r�.`� y.}�',,y"ryqp" fi @F-A " ``�,r }efr"ryiN CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No.1464 HSIPL-5181(177) in the CITY OF HUNTINGTON BEACH 2000 MAIN STREET HUNTINGTON BEACH, CALIFORNIA 92648 (714) 536-5431 BIDS DUE: February 3, 2015 2:00 PM, 2ND FLOOR City Clerk's Office TRAVIS IC HOPKINS, DIRECTOR DEPARTMENT OF PUBLIC WORKS CITY OF HUNTINGTON BEACH PLANS SPECIFICATIONS AND CONTRACT DOCUMENTS for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No.1464 HSIPL-5181(177) Prepared Under the Supervision of. VX.Jq No M �t F�rG�N�1 William F. Janusz, R.C.E. No. 44002 Approved by: Date Thomas M. Herbel, PE, City Engineer, R.C.E. No. 53300 li Date NOTE: Ythere are any questions relative to this project, please call William F Janusz at CITY OF HUNTINGTON BEACH OF PUBLIC WORKS 2000MAIN STREET HQN7INGTONBEACH, CALIFORNIA 92648 1 (714)536-5431 1 TABLE OF CONTENTS SECTION A SECTION B l' Proposal Forms ............ ........ ................ '.... .......................... -... .... -.... ....... '-B-1 2' Proposal Guarantee ...... ............. ...... ............................ .......... --........ .................. B-} 3' Proposal Signature ....... .... ........................................................ ..... ........ ............... .]B-1 4. Delivery of Proposal ................. ... ........... -... ' ....... ........ .... .... ....... ... ..... ....... ' -B-2 5'Return of Proposal Guarantee ....... ........................ ...................................... .............. B-2 t. Taxes ....... ....... ............................. ..... ................................... ----'_----'.............. 7' Disquahfication ofBidders .................... ................... .............. .... ..................... ....... B-2 8.Contractor' oLicense Requirement -----' '.................. ... ...... ......... ... ... .... .......... B-2 9.References ....... ........ .................... .... - ' ........................................ ........ ... ........... B-3 lCL Listing of Subcontractors ....... -'........ ... ----- ........ ........................ -............ B-] ll' Discrepancies and Misunderstandings '-''..-.--' -'- .... -............. '' -''----'--]B-3 12' Equivalent Mutenxdm.......................... ......... ... ....... .................. .............................. B-3 13_Tann ______,_........ ............... ................ ...................... ...... ...... B-3 l4.Award ofContract ..... ............ .......... .................. ... ............ ----'---' ......... ..]B-4 15'Matenol Guaranty .---.---'--'---'-----' ......................... .................... .......... '-B-4 16. Execution nfContract ............. .............................. .................. ..................... .......... B4 l7.Submission ofBonds and Insurance ....... ....... ..................... ... ................ ............... B-4 l8.Addenda ................ ............................... -- ... .... .................... ........... .... ............... B-5 19. Bid Protest ................................................... ........ ............................ ............. .........B-5 20' Questions to the Engineer ............... .................................................. ' -. — ........ -B-5 ° , . ` ~ ~. � SECTION C PROPOSAL .... -'........ -... ... ... -''........ -.... ... ... ....... -........ -..... .......................... C-1,2 Project Bid Schedule .............. ...... .... ........ .. ............. ...... -... .... '.. -'.C-2.l-C-2.3 List of Subcontractors ....... .... ... ........... ..- ..... '''''... '' -'-'-'''' -- ''-''-'C-3 NoDcmlluazwnAffidavit ........ ..... `'... .... ........... ''-..... ............... '..................... ... ]C-4 UtilityAgreement ..... ....... ... .......... _.......... ..... ___ ....... ............................ ............... C-5 Disqualification Questionnaire ..... ~'......... . ^........ ...... .............. .... ... ... .... '.... 'C-" Compensation Insurance Certification ........... .... '.... ...... ..... ........ -..... -.---'- C-7 Bidder's Information ' --- ....... -. - ---- ~. - -. ' ' ' --' ...... _.. . -. . _. ' .......... ...C-8 Bidder's Critical Staff ..... ...... -... -............... .... .... ... ... -............ ...... ...... ........ .C-ll SECTION D SECTION E SPECL4,L PROVISIONS `'---'-'`~---`—`''~'-`—`--`'`-``^`~`'`'-~--'`^`~-^`—~-```E-} PART� � GENERAL PROVISIONS SECTION lTERMS, DEFINITIONS, - 1-2 DEFINITIONS 2-1 AWARD AND EXECUTION OF CONTRACT 2-4 CONTRACT BONDS 2-5 PLANS AND SPECIFICATIONS 2-9 SURVEYING 2-lQAUTHORITY OF BOARD AND THE ENGINEER 2-11 INSPECTION SECTION 3—CHANGES IN WORK .............. ....................... --^-. .--' -E-5 3-3 EXTRA WORK 4-1 MATERIALS AND WORKMANSHIP iv SECTION5 - UTILITIES................................................................................ E-7 5-1 LOCATION 5-2 PROTECTION 54 RELOCATION 5-5 DELAYS SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK ....... ... . . . . ... . ......... .. E-8 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-7 TIME OF COMPLETION 6-9 LIQUIDATED DAMAGES SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR .......................E-10 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES 7-2 LABOR 7-3 LIABILITY INSURANCE 7-5 PERMITS 7-8 WORK SITE MAINTENANCE 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 7-10 PUBLIC CONVENIENCE AND SAFETY 7-12 ADVERTISING SECTION 8 - FACILITIES FOR AGENCY PERSONNEL ....... ........ ....... .... E-17 8-1 GENERAL SECTION 9 - MEASUREMENT AND PAYMENT ...... ... ... ... ........ ....... .... E-17 9-3 PAYMENT PART 2 CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS ........ .......... .. ............. .... .................... E-19 200-1 ROCK PRODUCTS 200-2 UNTREATED BASE MATERIALS SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS ................................ .............. E-19 201-1 PORTLAND CEMENT CONCRETE SECTION 203 - BITUMINOUS MATERIALS .................................. ............. E-20 v 203-6 ASPHALT CONCRETE SECTION 213 - ENGINEERING FABRIC .............................................. E-21 213-3 PAVEMENT REPAIR MEMBRANE PART 3 CONSTRUCTION METHODS SECTION 300 - EARTHWORK ........... ........... ........ ... ....... . ............ .......... E-23 300-1 CLEARING AND GRUBBING 300-2 UNCLASSIFIED EXCAVATION SECTION 302 - ROADWAY SURFACING .... .... ................ ........ .. ... ......... E-25 302-1 COLD MILLING OF EXISTING PAVEMENT 302-5 ASPHALT CONCRETE PAVEMENT SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION .......... E291 303-5 CONCRETE CURBS, WALKS GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION .... .......... E-30 306-1 OPEN TRENCH OPERATIONS SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS ........... ...E-32 SECTION 310 - PAINTING ... .... ...... ... .......... ..... ... ........... ........ ........... .E-33 310-5 PAINTING VARIOUS SURFACES Imc F ,, -II� ! APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS APPENDIX B DOWNLOAD ADDITIONAL COPIES OF PROJECT PLANS AND SPECIFICATIONS APPENDIX C DOWNLOAD CALTRANS STORM WATER QUALITY HANDBOOK, PREPARING A STORM WATER POLLUTION PREVENTION PLAN APPENDIX D CONTRACTOR BUSINESS LICENSE APPLICATION APPENDIX E INSURANCE AND INDEMNITY REQUIREMENTS APPENDIX F BOND FORMS APPENDIX G LOCATION MAP APPENDIX H FEDERAL LABOR STANDARDS PROVISIONS APPENDIX I AGENCY STANDARD PLANS APPENDIX J STANDARD SPECIAL PROVISIONS FOR TRAFFIC SIGNALS AND LIGHTING SYSTEMS APPENDIX K MAINTENANCE BOND APPENDIX L UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER vii SECTION A NOTICE INVITING SEALED BIDS for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No.1464 HSIPL-5181(177) in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:00 PM on February 3, 2015. Bids will be publicly open in the Council Chambers unless otherwise posted. Copies of the Plans, Specifications, and contract documents are available from the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648, upon payment of a 25.00 nonrefundable fee if picked up, or payment of a 35.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery) This is a Davis -Bacon project and the Federal Regulations will be enforced. Any contract entered into pursuant to this notice will incorporate the provisions of the Federal Labor Standards, which are on file at the office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648 The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code, Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. A-1 No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A at the time of contract award. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension, the unit price will govern. Project Description: The project consists primarily of modifying two traffic signals, installing traffic signal interconnect conduit and installing ADA compliant ramps. • The contract shall allow the Contractor 60 working days to complete the contract. • The engineer's estimate of probable construction cost for the work included in the basis of award is $650,000. • The Project Disadvantage Business Enterprises (DBE) goal is 9.15% The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNT NGTON BEACH, CALIFORNIA, the 2nd day of September 2014, by Resolution No. 2014-69. Attest: Joan L. Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 SECTION B INSTRUCTIONS TO BIDDERS 1. ProposaI Forms Bids shall be submitted in writing on the Proposal forms provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY may reject any proposal not meeting these requirements. The bid shall be filed with the City Clerk, Second Floor City Hall, 2000 Main Street, Huntington Beach, California, which shall be endorsed with the Project Title and CC Number as it appears on the Notice Inviting Sealed Bids. The sealed envelopes will be publicly opened and read at the time and place stated in the Notice Inviting Bids. Bidders or their authorized agents are invited to be present at the opening. Unauthorized conditions, limitations, or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without interlineations, alterations or erasures. Alternative proposals will not be considered unless requested. No oral, telegraphic, or telephonic proposals or modifications will be considered The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after the time fixed for opening of bids, provided that the request is in writing, that it has been executed by the bidder or his duly authorized representative, and that it is filed with the AGENCY. 2. Proposal Guarantee Proposals must be accompanied by a proposal guarantee consisting of a certified or cashier's check or bid bond payable to the AGENCY in the amount not less than 10% of the total amount named in the proposal. Any proposal not accompanied by such a guarantee will not be considered. Said check or bond shall be made payable to the AGENCY, and shall be given as a guarantee that the bidder, if awarded the Work, will enter into a contract within 10 working days after the award and will famish the necessary bonds as hereinafter provided. In the case of refusal or failure to enter into said contract, the check or bond, as the case may be, shall be forfeited to the AGENCY. 3. Proposal Signature If the proposal is made by an individual, it shall be signed and his full name with his address shall be given; if it is made by a firm, it shall be signed with the copartnership name by a member of the firm who shall sign his own name and the name and address of each member shall be given; and if it is made by a corporation, the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seal, and the names and titles of all officers of the corporation shall be given. B-1 4. Delivery of Proposal Proposals shall be enclosed in a sealed envelope plainly marked on the outside: "SEALED BID" for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street And Magnolia Street and Yorktown Avenue CC No. 1464 HSIPL-5181(177) in the CITY OF HUNTINGTON BEACH - DO NOT OPEN WITH REGULAR MAIL DELIVER TO THE OFFICE OF THE CITY CLERK, 2000 MAIN STREET, SECOND FLOOR Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the Office of the City Clerk prior to the bid-openmg hour stipulated in the Notice Inviting Sealed Bids. Late proposals will not be considered. 5. Return Of Proposal Guarantees The proposal guarantees of the second and third lowest bidders will be held until the awarded bidder has properly executed all contract documents. Within 10 working days after the award of contract, the remaining proposal guarantees accompanying all other proposals will become null and void and returned to the unsuccessful bidders. 6. Taxes No mention shall be made in the proposal of Sales Tax, Use Tax or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. 7. Disqualification of Bidders In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime contractor. W2 8. Contractor's License Requirement This project requires the Contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164 All traffic signal electrical work must be performed by a traffic signal contractor who possesses a C-10 electrical Contractors License. A contractor who does not possess all the required licenses as stated at the time of contract award will be deemed non -responsive and will be disqualified. The City has carefully reviewed the requirements for this project and has determined that the specified requirements will ensure the best quality completion of this project. 9. References All reference information called for in the bid proposal must be submitted with the bid proposal. Failure to provide reference information of history of similar work and experience with the bid proposal at the time of bid opening may lead to rejection of such proposal as non -responsive. 10. Listing of Subcontractors Bidders shall list in the bid proposal the name and place of business of each subcontractor who will perform work or labor or render services for the Contractor in an amount in excess of one- half of one percent of the Contractor's total bid. 11. Discrepancies and Misunderstandings Bidders must satisfy themselves by personal examination of the work site, plans, specifications and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements and difficulties under which the Work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Should a bidder find any errors, omissions, or discrepancies in the plans, specifications, and other contract documents or should he be in doubt as to their meaning, he shall notify the AGENCY. Should it be found necessary, a written addendum will be sent to all bidders. Any addenda issued during the bidding period shall form a part of the contract and shall be included with the proposal. 12. Equivalent Materials Requests for the use of equivalents to those specified, must be submitted to the AGENCY 10 working days prior to the need of such materials Within that time, the AGENCY will issue a written response indicating approval or disapproval of such request. It is the sole responsibility of the successful bidder to prove to the AGENCY that such a material is truly an equivalent. 13. Legal Responsibilities All proposals must be submitted, filed, made and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same or expressly referred to herem or not. Any bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions and requirements set forth, contemplated and referred to in the Plans, Specifications and other contract documents, and to full compliance therewith. B-3 Additionally, any bidder submitting a proposal shall, by such action thereby, agree to pay at least the mimmum prevailing per diem wages as provided in Section 1773, et. seq. of the labor code for each craft, classification or type of workman required as set forth by the Director of Industrial Relations of the State of California. 14. Award of Contract The award of contract, if made, will be to the lowest responsive and responsible bidder as determined solely by the AGENCY. The AGENCY reserves the right to reject any or all proposals, to waive any irregularity, and to take the bids under advisement for a maximum period of 60 days. In no event will an award be made until all necessary investigations are made to the responsibility and qualifications of the bidder to whom the award is contemplated. 15. Material Guarantee The successful bidder may be required to furnish a written guarantee covering certain items of work for varying periods of time from the date of acceptance of the work by the AGENCY. The work to be guaranteed, the form, and the time limit of the guarantee will be specified in the special provisions. Said guarantee shall be signed and delivered to the AGENCY before acceptance of the contract by the AGENCY. Upon completion of the contract, the amounts of the two contract bonds required in Section 2-4, "CONTRACT BONDS," of the Standard Specifications for Public Works Construction, may be reduced to conform to the total amount of the contract bid prices for the items of work to guaranteed, and this amount shall continue in full force and effect for the duration of the guarantee period. However, the Labor and Material Bond can not be reduced until the expiration of 35 days after the date of recordation of the Notice of Completion. 16. Execution of Contract The successful bidder shall execute a written contract with the AGENCY on the form of agreement provided, and shall secure all insurance and bonds required by the Specifications within 10 worlring days from the date of the award. Failure to enter into a contract shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder fails to execute the contract, the AGENCY may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder fails to execute the contract, the AGENCY may award the contract to the third lowest bidder. On the failure of such second or third lowest responsible bidder to execute the contract, such bidder's guarantees shall be likewise forfeited to the AGENCY. The work may then be re -advertised. 17. Submission of Bonds And Insurance The successful bidder will be required to furnish the necessary bonds and insurance to the AGENCY within 10 working days from the award of contract. See Appendix F for the City approved Payment and Performance Bond Forms. The Contractor may use any standard form for the Bid Bond. The successful bidder shall provide a certificate stating that the bonding company is admitted to do business in the State of California. This certification may be obtained from the Executive Officer and Clerk of the Superior Court at the following address & phone: B-4 Orange County Superior Court Probate Court Operations 341 The City Drive P O. Box 14171 Orange, CA 92613-1571 (714) 935-6061, Contact Linda C. Wallace Prior to the issuance of the Notice to Proceed, the AGENCY must be furnished with a Policy Endorsement, from the successful bidder's insurance company, naming the AGENCY as an additional insured. 18. Addenda The effect of all addenda to the contract documents shall be considered in the bid package and said addenda shall be made part of the contract documents and shall be returned with the bid package Failure to submit any such addenda with the bid package may render the bid irregular and may result in its rejection by the AGENCY. 19. Bid Protest To be considered timely, a bid protest must be filed within the following time limits: (a) Protests based upon alleged defects or improprieties in the bid documents shall be filed prior to the date of bid opening. (b) All other protests must be filed within five calendar days after the protester knew or should have known the basis of the protest, but no later than five calendar days after the date of when the Bids were due to the AGENCY. 20. Questions to the Engineer Questions regarding the bid documents (i.e. plans, specifications, contract documents, bid forms, etc.) will be received by the Engineer up to five working days prior to the bid opening as specified in SECTION A. Questions asked of the Engineer after this time will not be addressed. B-5 SECTION C PROPOSAL for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No.1464 HSIPL-5181(177) in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. The undersigned acknowledges that the issuance of the Notice to Proceed will occur approximately two months after the award of the contract to allow procurement time for the city furnished equipment. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc, and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit pries shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default m executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond forte/o ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda N. ' Date Received - - ` x Bidder's S Mature ` C-2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5 181(17 7) , a'z lL� ���._ ��?��'-4H'."' .. �'�.t 'tiµ� ]1 F.nW.. •aye. .c - 2wz30z }i4=t. �'"'�1y-su•X°�-r..e"Se±d-."� 4 3B _ 1 1 L.S Mobilization. $2,000.00 $2,000.00 Per L S. 2 1 L S Fumish and Maintain Project Traffic Control. $5F000.00 $ 5F000.00 Per L. S. 3 1 L.S Furnish and Install Traffic Striping and Signing $ 15,000.00 $15,000.00 Per L. S. 4 4 EA. Construct Curb Ramp per Caltrans Standard Plan No. A88A, Case C. $4,500.00 $18,000.00 Per EA 5 1 L S Construct Custom ADA Ramp and Walkway at the Southwest Corner of Adams Avenue and Bushard Street (Includes Concrete, Asphalt, Barricades, $6,500.00 $6,500.00 Truncated Domes and Curb and Gutter) Per Sheet 8 Per L.S. 6 1 EA. Construct Curb Ramp Per Caltrans Standard Plan No. A88A, Case A (Includes PCC Sidewalk Behind Ramp to Property $4,500.00 $4.500.00 Line) Per EA 7 70 S F Construct 4" Thick PCC Sidewalk over 4" Compacted Subgrade Per City Standard Plan 207 (Sheet 8, Construction Note 7) $18.00 $1,260.00 Per S.F. 8 17 L F Construct 6" Curb and Gutter per City Standard Plan 202 (Sheet 8, Construction Note 11). $ 48.00 $816.00 Per L.F. C-2.1 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) Item Estimated - .Item Unit Price Extended Amount= No. !2ua6t!tX_- 9 10,100 L.F. Furnish and Install 2"Interconnect Conduit with 12 Pair #19 Solid Interconnect Cables and Pull Boxes Spaced Approximately 200' (Also $23.00 $232,300.00 Includes Installation into the Traffic Signal Cabinets). Per L.F. 10 l L S Modify Traffic Signal at Adams Avenue and Bushard Street (Excludes Interconnect Conduit, Interconnect Pull Boxes and interconnect Cable) $113,500.00 $113,500.00 Per L.S 11 I L S. Modify Traffic Signal at Magnolia Street and Yorktown Avenue. (Excludes Interconnect Conduit, Interconnect Pull Boxes and Interconnect Cable) $189,250.00 $189,250.00 Per L S 12 1 L.S. Prepare Project Specific Strom Water Pollution Prevention Plan (SWPPP) $1,500.00 $1,500.00 Per L. S C-2 2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) TQW .AmQtuit Btd^' ' ; Total Amount Bid in Figures $ 589-626.00 Total Amount Bid in Words: $Five Hundred Eighty nine Thousand Six Hundred Twenty Six Dollars no Cents. Note: The City will provide the traffic signal equipment, as listed in the pole schedules, (also includes anchor bolts) to the contractor. The contractor is to pick up the materials, with its own labor, at the City Yard, 17371 Gothard Street. Contact George Ruff two working days in advance for pick up at (714) 536-5530. C-2.3 Pab03150138p Pro Tech Engineering Corp 7144460802 p1 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or reader service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor Bid Ilem(s} Name and Address of Subcontracrlar State Class -i Dollar license amount Number % of Contract 3 BC Traffic Specialist 638 Southern Ave. Orange CA 877686 A,C31, C-32 $20,000.00 3.5% j 10 & 11 Traffic Loops Crackfilling, Inc 946 Emerald Street Anaheim, CA 652956 0-10, C-32 $20,000.00 3.5°/a 12 Appian UDBE SWPPP 7 i6 da Rd. El $obrante, CA 38334 $1,500.00 0.25% E � By submission of this proposal, the Biddex certifies: 1 That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2 That the AGENCY will be furnished copies of all sut-n-ontracts entered into and bonds f nmished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 9/9/1 .ti , at Anaheim , Date City State Mike Niknafs being first duly sworn, deposes and says that he or she is President of _Pro Tanh FnqinPtmnnq Carp _ the party making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Pro Tech Engineering Corp Name of Bidder 01 Signa a of id r V 1051 N. Patt Street Anaheim. CA 92801 Address of Bidder C-a UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 2/2/2015 C-5 Pro Tech Engineering Corp Contractor Mike Niknafs President Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? 0 Yes ® No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 2/2/2015 C-7 Pro Tech Engineering Corp Contractor Mike Niknafs President Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct - Pro Tech Engineering Corp Bidder Name 1051 N. Patt Street Business Address Anaheim CA 92801 City, State Zip ( 714 ) 446-0800 Telephone Number 731356 State Contractor's License No. and Class 1/31/1996 Original Date Issued 1 /31 /2017 Expiration Date The work site was inspected by Mike Vddosola of our office on January 30 , 2015. The following are persons, firms, and corporations having a principal interest in this proposal. Mike Niknafs President Mike Vddosola, Vice President Sohela Kaid+, Sec./ Treas. C-s The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth Pro Tech Engineering Corp Company Name Mike Niknafs Printed or Typed Signature Subscribed and sworn to before me this 2nd day of =A KAI01 Moe Commis,,,, #F 2025876 Notary Public - California i Orange County r �7A fiwlComm-Ex ires Jun 20. 2017 NOTARY PUBLIC Sohela Kaidi �Lo�A, NOTARY SEAL C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal modifications consisting of, at a minimum the installation of four new traffic signal poles at a single intersection, two of which must include traffic signal mast arms of at least 25 feet in length. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of Costa Mesa Name and Address of Public Agency Name and Telephone No of Project Manager: Tom Banks 714-754-5028 $278,500 00 Traffic Signal Modifications 1/31/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work- _17th Street and Tustin Ave. Complete signals, Poles, Wiring, Cabinet Mod. Traffic Loops, Conduit Crossing, Boring Installations. 2. City of Escondido _ Name and Address of Public Agency Name and Telephone No. of Project Manager: Kevin Brickley 760-839-6446 $626,500.00 Street Lighting 1/15/2014 Contract Amount Type of Work Date Completed Provide additional project description to show similar work. Complete new Pedestrian 30 ft. walkway on both side of Escondido Creek, and Fiber Optic & Street Light conduit system wiring. Foundations Restoration 3. City of Cypress Name and Address of Public Agency Name and Telephone No. of Project Manager. Keith Carter 714-229-8809 $658,480.00 Traffic Signal Fiber Optic Communication Phase 3 1/31/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Mike Viladolsa Name of proposed Project Manager Telephone No. of proposed Project Manager: 626-255-1091 City of Costa Mesa Traffic Signal Modification 1/31/2015 Project Name & Contract Amount Type of Work Date Completed Mike Vddosola Street Lighting 1 /15/2014 Project Name & Contract Amount Type of Work Date Completed Escondido Creek Lighting Street Lighting 1/15/2015 Project Name & Contract Amount Type of Work Date Completed 2 Mike Viladolsa Name of proposed Superintendent Telephone No. of proposed Superintendent: _626-255-1091 Fullerton Street Lighting Street Lighting 1/15/2015 _ Project Name & Contract Amount Type of Work Date Completed Traffic Signal Fiber Optic Communication Phase 1/31/2015 Project Name & Contract Amount Type of Work Date Completed Caltrans Lighting Project Highway Lighting 12/31 /2015 Project Name & Contract Amount Type of Work Date Completed C-11 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low -Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager (initial the applicable selections): Will ensure that 10% of all new hires as a result of this project shall meet all requiremnents of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. X Will award 10% of its sub -contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub -contracts related to this project. Contractor- Pro Tech Engineering Corp Contact Person: Mike Niknafs Contact Phone: 714-446-0800 Signed: Date: Mike Niknafs 2/2/2015 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub -contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http-//www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link — Call (844) 522-6734 https:Hefihng.dir,ca gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR. as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid, or no later than contract award date. Date: 2/22015 C-13 Pro Tech Engineering Corp Contractor Mike Niknafs Mii k President Title Local Assistance Procedures Manuai (THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTEANENDORMIENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Exhibit 12-H Sample Bid The bidder Pro Tech Engineering Corp _, proposed subcontractor Contractor hereby certifies that he has _X_ , has not participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-15. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor Page 1 of 8 C-14 June 11, 2014 Local Assistance Procedures Manual PUBLIC CONTRACT CODE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT Exhibit 12-H Sample Bid In conformance with Public Contract Code Section 10285.1(Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not 2 been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a Use certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNA= In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No X If the answer is yes, explain the circumstances in the following space Page 2 of 8 June ll, 2014 C-15 Local Assistance Procedures Manual PUBLIC CONTRACT CODE 10232 STATEMENT Exhibit 12-H Sample Bid In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable fording of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 3 of 8 June 11, 2014 C-16 Local Assistance Procedures Manual Noncollnsion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY / COUNTY of Anaheim, Orange DEPARTMENT OF PUBLIC WORKS. Exhibit 12-H Sample Bid In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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 colhuied, 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. Note: The above Noncollusion Affidavit is part ofthe Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affiidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 4 of 8 June 11, 2014 C-17 Local Assistance Procedures Manual Exhibit 12-H Sample Bid DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility For any exception noted above, indicate below to whom it applies, initiating agency, and dazes of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Page S of 8 June 11, 2014 C-18 Local Assistance Procedures Manual NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS Exhibit 12-H Sample Bid The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and behet that. (I) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated fimds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," m conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U S. Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language ofthis certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Page 6 of 8 June 11, 2014 C-19 Local Assistance Procedures Manual Exhibit 12-H Sample Bid DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS I ORM "10 DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 US C 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ® a. contract ® a. buVoffer/application ® a. mitial b grant b. initial award b material change c cooperative agreement c post -award d. loan For Material Change Only: e loan guarantee year quarter E loan insurance date of last report 4. Name and Address of Reporting Entity ® Prime Subawardee Tier , if known Congressional District, if known 6. Federal Department/Agency: City of Huntington Beach 8. Federal Action Number, if known- HSIPL-5181(177) 10. a. Name and Address of Lobby Entity (If individual, last name, first name, W N/A 5. If Reporting Entity In No. 4 is Sabawardee, Enter Name and Address of Prime: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable _5 181(177) 9. Award Amount, iflmown b. Individuals Performing Services (including address if different from No l0a) (last name, first name, MT) (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (cheek all that apply) 13. Type of Payment (check all that apply) $ n W) ® actual planned a. retainer b. one-time: fee 12. Form of Payment (check all that apply): c commission ®a. cash d. contingent fee b m-kind, specify nature N/A a deferred value $0.00 f. other, specify_ None 14. Brief Description of Services Performed or to be performed and Date(s) of Service, Including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11- (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes No 16 Information requested through this form is authorized by Title 31 U S C Section 1352 This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into This disclosure is required pursuant to 31 U S C 1352 This Information will be reported to Congress semiannually and will be available for public Inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $ 10,000 and not more than $ 100,000 for each such failure Federal Use Only - IF / f,710 ►� - i .a. Title President Telephone No.-714-446-0800 Date 2/2/15 Authorized for Local Reproduction Standard Form - LLL C-20 Page 7 of 8 Jane 11, 2014 Local Assistance Procedures Manual Exhibit 12-H Sample Bid iTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACI MIUS This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U S.0 section 1352 The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional information I. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action 2. Identify the statics of the covered Federal action 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4 Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee, e g , the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard 7. Enter the Federal program name or description for the covered Federal action (item 1) If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments 8. Enter the most appropriate Federal identx mg number available for the Federal action identification in item 1(e.g., Request for Proposal (RFP) number, Invitation for Bid (711) number, gram announcement number, the contract grant or loan award number, the application/proposal control number assigned by the Federal agency) Include prefixes, e g , "RFP-DE-90-001 " 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or S. 10 (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a) Enter Last Name, First Name and Middle Initial (MI) 11 Enter the amount of compensahon paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10) indicate whether the payment has been made (actual) or will be made (planned) Check all boxes that apply If this Is a material change report, enter the cumulative amount of payment trade or planted to be made 12. Check the appropriate box. Check all boxes that apply If payment is made though an m-kind contribution, specify the nature and value of the in -kind payment 13. Check the appropriate box. Check all boxes that apply If other, specify nature 14 Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered Include all preparatory and related activity not just time spent in actual contact with Federal officials Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted 15 Check whether or not a continuation sheet(s) is attached 16 The certifying official shall sign and date the farm, print his/her name title and telephone number Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and mamtainmg the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office ofManagement and Budget, Paperwork Reduction Project (0348-0046), Washington, D C 20503 sa ra.i<►artnic6m xw a.oa�a% Page 8 of 8 June ll, 2014 C-21 Feb 03 1501 38p Pro Tech Engineeung Corp 7144460302 p 2 Local Assistance F:ocedures Manual MUM 15-G Local Arucy Bidder DDE Cummktmeat (Comsttrnr m Coutratts) Ex MIT 15.G LOCAL. AGENCY BIDDR,R DBE C0b0dM MNT (CtD1YMtUCt ON CONTRACTS) NOTE: PLEASE RIEPER TO MSMUCMM^s ON THE REVERSE SIDE OF TaM FORM ll?CAiAGXNCY City ai Huntington Beach. LOCATION: pls_omce Dlmanzm. Traffic[]Stana(l Moda 2 AdamsiBushard & MaCnal rktown .ov.LcwnLAC'! Amouw. s 589L626.00_- au)vA=__2/3r2015 at 2 00 PM ^_ BmEws ,...Pm TPrh FnP_g-prig C nip CONTRACT DBB ODAf NIRACf bKx CFVORSAVDVSSCXW N xsmvI Ton t ON-IRACM,-AMA EPIAiS ID BS pmvmm (or cm*mud 11*0 esaL�BS Tma ODY%vw.ncw WJU q0AW l3FEPXH DRa frost be cottSed mt ft dart bids3� m opmad-molnkMrs addTm pi�onoamnl�nj U.ARA)WUIfI A ra 00. For Local Agency to Complete. LOW AWWY Czdraa H.MbW CC-14 64 Ped=-4a.i?mj=cNumber HSIPL 5181-1177,j Y'odanl Sbsa caotraet i.a�lAg�y cahCa thataII E>HB om45�oas fimc baa?armfiodand lofoocdioa a =mPkm and tom. P,3nt2 oma s,gaamc�- —'" tab, L-W AmcY Rs;—=tdtn (Am Cc&)Triaph¢o X-b- _ _ total CL�ud �Bs � �.43.500 { 1 cfBSalder 212/15 714-446-0500 DO (errs cads) roL No Mike Niknafs _ Pam to Cwma Tkm 7yw or W4 znalAgsgHddraD3SCaaadoert{o mCr�ae�) Di9tribufts. (1) COW-Fwt crt snm a copy to rho C (DL.A4 Vbhit 30 dope Of ara4a to PWban to 9=6ampywthe DLAfi30 4m afo=twt cmzutwa way nwUmdo-o6rgu oitraftfor d=pr ett ! j Ccpy-kiWu& in award pa*ato Calkew DmIc9l=& Attutaaoe (3) Orl"-L-d gpaoy dim OB l2-04 Twz 29, 2012 C-22 OLD REPUBLIC SURETY COMPANY BOND NO PROTE-460 KNOW ALL MEN BY THESE PRESENTS That we, PRO TECH ENGINEERING CORPORATION DBA PRO TECH ELECTRIC, (hereinafter called the Principal), and OLD REPUBLIC SURETY �ONPANY,_a_corporatio-n--ozganized_and_doing-husinoss_under-and_b-y vtrtu-e—of the laws of the State of WISCONSIN, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH, (hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars (10% OF BID AMOUNT), for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid for TRAFFIC SIGNAL MODIFICATIONS AND INTERCONNECT CONDUIT INSTALLATION CC-1464, in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. INT WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 2nd day of FEBRUARY, 2015 BY ENGINEERING CORPORATION DBA PRO TECH ELECTRIC Oil relol\/W:M , Attorney-m-Fact zip! -ANX —* OLD RIE UBLf SURETY COMPANY-- POWER OF ATTORNEY KNOW_ALL-_MEN BY THESE PRESENTS ==That OLD REPUBLIC SUREr— COMPANY, a Wisconsin stock insurance corporation, does make, constitute and =- appoint JE RANDY SPOHN, MATTHEW R DOBYNS, HAMILTON KENNEY, OF SANTA ANA,-CA= itstrue and lawful Attorneys}in=Fact, with full power and authonry, not exceeding $50,000,000`for and on behalf of the company as surety, to execute and dehv_ei and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung = _ bonds), as follows ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED_AN AGGREGATE OF = _ TEN MILLI.ON DOLLARS ($10,000,000)-=_=---�---------------- FOR AN_Y_-_-SIN_GLE OBLIGATION, -REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION =_ and to bind OLD REPUBLIC SURETY COMPANY theeby,_afid all of the acts of said Attorn_eys=m-Fact, pursuant to these presents, are ratified and confirmed _ - Thus document is not valid unless-pnntedon colored background_arid is multi -colored This appointment is made under and by authonryry of the board of directors_=_ at Fe a special meeting held on bfilky 18, 1982 This Power of=Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982 RESOLVED that, the president, any vice-president, or assistant vice president; in conjunction with the secretary or any assistant secretary, may appoint attorneys=in-fact or agents with authonry as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to =- execute and deliver and affix the seal of the company to bonds, undertaGjs,-recogmzances, and suretyship obligations of all kinds, and said officers may remove — _� any such attomey_m=fact or agent and revoke - ay -Power of Attorney previously granted to such person =_ _ RESOLVED FURTHER, that any bond, undertakmg recognizance, or suretyslp obligation shall be valid and binding upon_the Company =- (t) when signed by tfie president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant = _- _ ' = secretary, or__ =_- (n) when signed by the'piesident, any vice president of assistant vice president, secretiiMssistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent, or (m) when duly executed and sealed (if a seal be required) by one or more_attomeys-m-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney_rs_sued by the company to such person or persons RESOLVED FURTHER, that the signature ofany authonzed officer and -the seal of the company maybe affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, und_e_rtaking, recognizance, or other suretyship obligations of the companyand such signature andseal so used shall have the -same force and effect as though -manually affixed _ =-AN WITNESS WHEREOF, OLD REPUBLIC SURETY =COMPANY has caused these presents to be signed by its proper officer, and its corporate seal -to be - _ _affixed this 3RD =-=day of OCTOBER, 2014-=- +rp, tyryh OLD REPUBLIC SURETY COMPANY sume SEA I z == Ass ri Secera�Y - __ aj = in �— N`= - _ STATE OF WISCONSIN COUNTY OF WAUKESHA-SS'' _ _ = President = -=---=0n thus 3RD day of OCTOBER 2014 � _ , personally came before me ` Alan Pavlic-- and -� =__ — Phylhs M Johnson=-_ to me known t6be the individuals and officers of the= OLD REPUBLIC SURETY -COMPANY who executed=the-above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, —did severally depose and say, that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the -board of directors of said corporation = Notary Public == My commission expires 9/28/2018 CERTIFICATE =-=_ _=_ -- __ _ (Expiration of notary commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, arenow in force = - - -=== eoo ' +4 _ _ _ _ Signed and sealed at the_ City of Brookfield, WI this 2nd day of February- 2015 - __ —SEAL `___ -= RS BONDING & INSURANCE-- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 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 ORANGE ebruary 2nd2 personally appeared RANDY SPOHN , ® who proved to me on the basis of satisfactory evidence to be the person{) whose names) is/afe subscribed to the within Instrument and acknowledged to me that he/she/they executed the same In his/hef the+f authorized capacity (tes-), and that by his/Iei,/thew signature(s) on the instrument the person(s), or the entity upon behalf of which the person{) 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. ERIKA GUIDO COMM # 202267, WITNESS hand and official seal. o NOTARY PUBLIC CALIFORNIA o ORANGE COUNTY to ;I My comm expires May 5, 2017 �r t ignat re 9t Notary Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk June 15, 2015 PTM General Engineering Services, Inc 5942 Acorn St Riverside, CA 92504 RE Traffic Signal Modifications and Interconnect Conduit Installation—CC-1464 Enclosed please find your original bid bond for CC-1464 Sincerely, iotI)e a 4*4%, Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Wartakere, New Zealand a v c Vl v L N OA C C BOA 1LA N Q i V .00i v M C N C d > Ln a � oc v c Vl v L N OA C C BOA 1LA N Q i V .00i v M C N C d > Ln a � oc 00 Rt m N v m 01 m U C M = L LJ GJ N m ++ M U 7 * O Ln _ `° kD y- U c M O +, N C O U Q r-4 2 I� -o m L m 7 GJ LL A f0 Rt LD � a � Gj Gj U C H Z - -�MM _-CO GO GO saws i 3 SECTION C PROPOSAL for the Traffic Signal Modifications and Interconnect Conduit Installation At the intersections of Adams Avenue and Bushard Street and Magnolia Street and Yorktown Avenue CC No. 1464 HSIPL-5181(177) in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform' all the work therein described, and to furnish all labor, material, equipment and mcident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following pnces The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed The undersigned acknowledges that the issuance of the Notice to Proceed will occur approximately two months after the award of the contract to allow procurement time for the city furnished equipment BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bid bond 10% of total bid amount in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any Addenda Xo. Date Received '' Bidder's Signature C-2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) t E It I L S Mobilization I FPeOr $ VJOM o C) $ `t>nnn cr--) L S 2 _ 1 L S. Furnish and Maintain Project Traffic Control. $ eszco 00 vf��apo Per L.S. 3 1 L S Furnish and Install Traffic Striping and Signing Per L S 4 4 EA Construct Curb Ramp per Caltrans Standard Plan No A88A, Case C $ LkkQ0 OC-) $ VaROO 00 Per EA. 5 1 L.S Construct Custom ADA Ramp and Walkway at the Southwest Comer of Adams Avenue and Bushard Street (Includes Concrete, Asphalt, Barricades, $ \kcoo oo $ k q)00 Do Truncated Domes and Curb and Gutter) Per Sheet 8 Per L S 6 1 EA Construct Curb Ramp Per Caltrans Standard Plan No A88A, Case A (Includes PCC Sidewalk Behind Ramp to Property $ Lk(cco CC) $ quco 00 Line) Per EA 7 70 S F Construct 4" Thick PCC Sidewalk over 4" Compacted Subgrade Per City Standard Plan 207 (Sheet 8, Construction Note 7) $-6 00 $ LkLO 00 Per S F 8 17 L F Construct 6" Curb and Gutter per City Standard Plan 202 (Sheet 8, Construction Note 11) $ C) 0 Per L F IL- C-2.1 Proiect Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) Item Estimated ' Item_ ' ', - Unit Price Extended Amount No. Quantity _ 9 10,100 L F. Furnish and Install 2"Interconnect Conduit with 12 Pair #19 Solid Interconnect Cables and Pull Boxes Spaced Approximately 200' (Also Includes Installation into the Traffic $ CO— $ lulum Ob Signal Cabinets) Per LF 10 1 L S Modify Traffic Signal at Adams Avenue and Bushard Street (Excludes Interconnect Conduit, Interconnect Pull Boxes and interconnect Cable) $ ��1y z oo $ U 2141. Oo Per L S 11 1 L S. Modify Traffic Signal at Magnolia Street and Yorktown Avenue (Excludes Interconnect Conduit, Interconnect Pull Boxes and Interconnect Cable) $ klDNDOO $ 11p30Cb b Per L S 12 1 L.S Prepare Project Specific Strom Water Pollution Prevention Plan (SWPPP) Per L S $ ! CO $ 2-CCCO �Do C-2.2 Project Bid Schedule Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue CC-1464 HSIPL-5181(177) _ Total Amount Bid Total Amount Bid in Figures• $- GJ�`I eS`1 o o Total Amount Bid in Words - Note: The City will provide the traffic signal equipment, as listed in the pole schedules, (also includes anchor bolts) to the contractor The contractor is to pick up the materials, with its own labor, at the City Yard, 17371 Gothard Street Contact George Ruff two working days in advance for pick up at (714) 536-5530. C-2.3 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount In excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor Bid Items) Name and Address of Subcontractor State License Number Class Dollar, y Amoun t % of Contract 1p \\ 0-w-9. (VVN CIAg28o4 Cko IS,�Ao 00 2.�8 1 1� B & T Works Inc 23905 Clinton Keith Rd, Suite 114-351, Wddomar, CA 92595 Licenses t1784833 Exp 9-30- (4a Class A & C12 Tel (951) 775 6617 Fax (951) 696 3749 1_ (Prime Performance Contractors l �7�y pj�p Co 9 11 2711 Ridgehne Dr # 105, Corona, CA 92882 License No 979710 Exp 12/31/tSClass A Tel 951) 362-1359 J o z - By submission of this proposal, the Bidder certifies. 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 126 15, at Riverside CA Date City State Elizabeth H Mendoza de McRae , being first duly sworn, deposes and says that he or she is President/CFO of PTM General Engineering Services Inc the party making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid 0 PTM General Engineering Services Inc Naml of Bidder Elizabeth H Mendoza de McRae President/CFO of Bidder 5942 Acorn St Riverside, CA 92504 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen. The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Traffic Signal Modifications and Interconnect Conduit Installation at the intersections of Adams Avenue at Bushard Street and Magnolia Street at Yorktown Avenue, (1)(we)(rt) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 126 15 G5 PTM General Engineering Services Inc ontractor Elizabeth H Mendoza de McRae By President/CFO Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes a No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date- 12615 C-7 PTM General Engineering Services Inc Contractor Elizabeth H Mendoza de McRae By President/CFO Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct• PTM General Engineering`Services Inc Bidder Name 5942 Acorn St Business Address Riverside, CA 92504 City, State Zip ( 951 )710 1000 Telephone Number 891265 A10 State Contractor's License No. and Class 100606 Original Date Issued 2_?.A 15 Expiration Date Brian Mendoza The work site was inspected by Secretary/V P of our office on 1 26 15 , 2015 . The following are persons, firms, and corporations having a principal interest in this proposal: PTM General Engineering Services Inc Elizabeth H Mendoza de McRae President/CFO Brian Mendoza Secretary/V P C-8 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth General Engineering Services Inc Signature of Bidder Elizabeth H Mendoza de McRae President/CFO Printed or Typed Signature Subscribed and sworn to before me this26th day of _ January , 201 5 NOTARY PUBLIC Su hx�� C-9 NOTARY 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 ORANGE ) On 01' 018- 90/r before me, PHILIP E 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 PHILIP VEGA is true and correct c COMM # 1977088 En NOTARY PUBLIC CALIFORNIA WITN4mynd Official seal LOS ANGELES COUNTYMy Comm Expues MtiY 312016 Signanature 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 ❑ 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 NationalNotary org - 1-800-US NOTARY (1-800-876-6827) Item #5907 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of traffic signal modifications consisting of, at a minimum the installation of four new traffic signal poles at a single intersection, two of which must include traffic signal mast arms of at least 25 feet in length. Bidders aie encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years City of Newport Beach 3300 Newport Blvd, Newport beach, CA 91730 Name and Address of Public Agency Name and Telephone No. of Project Manager Brad Sommers 949 644 3326 $547,050 00 Traffic Signal 11 2012 Contract Amount Type of Work Date Completed Provide additional project description to show similar work CalTrans 1727 30th St., Sacramento, CA 95816 Name and Address of Public Agency Name and Telephone No. of Project Manager Danh Thai 949 279 8803 $354,453 00 Upgrade Traffic Signals 112012 Contract Amount Type of Work Date Completed Provide additional project description to show similar work City of Rosemead 8838 E. Valley Blvd Rosemead, CA 91770 Name and Address of Public Agency Name and Telephone No. of Project Manager. Sean Sullivan 626 569 2189 $655,045.00 Safe Routes to School 12013 Contract Amount Type of Work Date Completed Provide additional project description to show similar work C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. I Brian Mendoza Name of proposed Project Manager Telephone No. of proposed Project Manager: 951 722 5755 Traffic Signal Rehabilitation $547,050 Traffic Signal 112012 Project Name & Contract Amount Type of Work Date Completed Upgrade Traffic Signals $354,453 Traffic Signal 112012 Project Name & Contract Amount Type of Work Date Completed Hellman/San Gabriel Intersection Improvements $482,024 00 Traffic Signal 12013 Project Name & Contract Amount Type of Work Date Completed 2. Brian Mendoza Name of proposed Superintendent Telephone No. of proposed Superintendent: 951.722 5755 Traffic Signal Rehabilitation $547,050 Traffic Signal 112012 Project Name & Contract Amount Type of Work Date Completed Upgrade Traffic Signals $354,453 Traffic Signal 112012 Project Name & Contract Amount Type of Work Date Completed Hellman/San Gabriel Intersection Improvements $482,024 Traffic Signal 12013 Project Name & Contract Amount Type of Work Date Completed 7 &)1:(- / C47 a*4" C-11 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low -Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager (initial the applicable selections). Will ensure that 10% of all new hires as a result of this project shall meet all requiremnents of Section 3 of CFR Part 135 of the HUD Act of 1968; or _ Will hire no new employees in conjunction with this project Will award 10% of its sub -contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub -contracts related to this project. Contractor PTM General Engineering Services Inc Contact Person Elizabeth H Mendo a de McRae Contact Phone 951 710 1000 Signed Date 1 26 15 *Note- The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub -contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD) Previous non-compliance with Section 3 could result in disqualification. C-12 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PubllcWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling.dir ca gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states. "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid, or no later than contract award date. Date: 126 15 PTM General Engineering Services Inc 0i actor izabeth H Mendoza de McRae By President/CFO Title C-13 Local Assistance Procedures Manual (THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICHAREA PART OF THIS PROPOSAL) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Exhibit 12-H Sample Bid The bidder PTM General Engineering Services Inc proposed subcontractor hereby certifies that he has X , has not — participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925,11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former Presidents Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1 7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5 (Generally only contracts or subcontracts of $10,000 or under are exempt) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations Proposed prune contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U S Department of Labor Page 1 of 8 G-14 June 11, 2014 Local Assistance Procedures Manual Exhibit 12-H Sample Bid PUBLIC CONTRACT CODE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285 1 (Chapter 376, Stats 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has — , has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public=Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285 1. Note The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided The above Statement is part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of aviolation of law or a safety regulation? Yes No X If the answer is yes, explain the circumstances in the following space Page 2 of 8 June 11, 2014 C-15 Local Assistance Procedures Manual Exhibit 12-H Sample Bid PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately precedmg two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note. The above Statement and Questionnaire are part of the Proposal Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire Bidders are cautioned that making a Use certification may subject the certifier to criminal prosecution. Page 3 of 8 June 11, 2014 C-16 Local Assistance Procedures Manual Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY / COUNTY of Huntington Beach/Orange County DEPARTMENT OF PUBLIC WORKS. Exhibit 12-H Sample Bid In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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. Note The above Noncollusion Affidavit is part of the Proposal Stgmng this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution Page 4 of 8 June 11, 2014 C-17 Local Assistance Procedures Manual Exhibit 12-H Sample Bid DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of penury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined meligible by any Federal agency within the past 3 years, • does not have a proposed debarment pending, and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years If there are any exceptions to this certification, insert the exceptions in the following space Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action Notes- Providing false information may result m crnninal prosecutYon or administrative sanctions The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification Page 5 of 8 June 11, 2014 C-18 Local Assistance Procedures Manual NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS Exhibit 12-H Sample Bid The prospective participant certifies, by signing and submitting this bid or proposal, to the best of lus or her knowledge and belief, that (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, 'Disclosure of Lobbying Activities," in conformance with its instructions This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U S Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly Page 6 of 8 June 11, 2014 C-19 N/A= Not Applicable Local Assistance Procedures Manual Exhibit 12-H Sample Bid DISCLOSURE OF LOBBYING ACTIVITIES UUMMI! I tl 1 rill. r Ul(M 1 U Uibt;LUJC LU]JU Y lhij A1;11 V i l LIZ YU"UAN 1 1 U 31 US U 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: rI a. contract N/A a bid/offer/applicationF-1 a. mrhal N/A b grant b initial award b material change c cooperative agreement c post -award d loan N/A For Material Change Only e loan guarantee year quarter f loan insurance date of last report 4. Name and Address of Reporting Entity 5 If Reporting Entity in No 4 is Subawardee, Enter Name and Address of Prime Prime rl Subawardee N/A Tier , if known N/A Congressional District, if known 6. Federal Department/Agency N/A 8 Federal Action Number, if known N/A 10 a Name and Address of Lobby Entity (If individual, last name, first name, MI) N/A Congressional District, if known 7. Federal Program Name/Description. N/A CFDA Number, if applicable 9. Award Amount, if known N/A b. Individuals Performing Services (including address if different from No 10a) (last name, first name, MI) N/A (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply) 13 Type of Payment (check all that apply) $ N/A actual planned a. retainer b one -tune fee N/A 12. Form of Payment (check all that apply). c commission ea cash d contingent fee b m-kind, specify nature a deferred N/A value U f other, specify 14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11 N/A (attach Continuation Sheet(s) if necessary) 15 Continuation Sheet(s) attached. Yes No 16. Information requested through this form is authorized by Title 31 U S C Section 1352 This disclosure of lobbying Signature reliance was placed by the tier above when tus transaction Elizabeth H Mendoza de c ae was made or entered into This disclosure is required Print Name President/CFO pursuant to 31 U S C 1352 This information will be reported to Congress semiannually and will be available for d P Title. resient public inspection. Any person who fails to file the required Tit/CFO disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure Telephone No 951 710 1000 Date 126.15 Federal Use Only i.i.i. Rev C-20 Authorized for Local Reproduction Standard Form - LLL Page 7 of 8 June 11, 2014 Local Assistance Procedures Manual Exhibit 12-H Sample Bid INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prune Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U S C section 1352 The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress m connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information 1 Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2 Identify the status of the covered Federal action 3 Identify the appropriate classification of this report If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action 4 Enter the full name, address, city, state and zip code of the reporting entity Include Congressional District if known Check the appropriate classification of the reporting entity that designates if it is or expects to be a prune or subaward recipient Identify the tier of the subawardee, e g , the fast subawardee of the prime is the fast tier Subawards include but are not limited to subcontracts, subgrants and contract awards under grants 5 If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prune Federal recipient Include Congressional District, if known 6 Enter the name of the Federal agency making the award or loan commitment Include at least one organization level below agency name, if known For example, Department of Transportation, United States Coast Guard 7 Enter the Federal program name or description for the covered Federal action (item 1) If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments 8 Enter the most appropriate Federal identifying number available for the Federal action identification m item 1 (e g, Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant or loan award number, the appbcation/proposal control number assigned by the Federal agency) Include prefixes, e g , "RFP-DE-90-001 " 9 For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5 10 (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a) Enter Last Name, First Name and Middle Initial (MI) 11 Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobby mg entity (item 10) Indicate whether the payment has been made (actual) or will be made (planned) Check all boxes that apply If this is a material change report, enter the cumulative amount of payment made or planned to be made 12 Check the appropriate box Check all boxes that apply If payment is made through an in -land contribution, specify the nature and value of the in -land payment. 13 Check the appropriate box Check all boxes that apply If other, specify nature 14 Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered Include all preparatory and related activity not just tune spent m actual contact with Federal officials Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted 15 Check whether or not a continuation sheet(s) is attached 16 The certifying official shall sign and date the form, print his/her name title and telephone number Public reporting burden for this collection of information is estimated to average 30 minutes per response, including tune for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0044 Washington, D.0 20503 SF-u.Lmsm,aow tier m-m-wi&NDin) Page 8 of 8 June 11, 2014 C-21 Local Assistance procedures Manna] EXHWIT 15-G Local Agency Bidder DBE Commitment (Construction Contracts) Dana 15-G LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCALAGENCy City of Huntington Beach LOCATION, Huntington Beach PROJECTDh4CRIPITON Traffic Signal Modifications at Interconnect Conduit Installation TOTAL ccNTRAcT AMOUNT s 557,057 00 BID DATE 2, 1 15 BIDDER'SNAMB PTM General Engineering Services Tnc. coNPRAcf DBE GOAL• 9 15 $ CONTRACT ITEM NO THM OF WORK AND DESCRIPTION R SERVICES TO BE WE CONTRACTED OR MATERIALS rO BE PROVIDED (or contracted ifthe idder is a DBE) DBF CERT NO AND EXPIRATION DATE RA1,4E OF EACH DBE (Must be certified on the date bids are opened - mcludo DBE address and phone number) DOLLAR -AMOUNT BB Ptn BI # 10 & Ptn of electrical install 38033 fraffic Loops & Crackftllin 1554000 11 946 S Emerald St Anaheim, CA 92804 714 520 4026 Pin BI # Portion 0 13941 Roswell Ave #A Chinn CA 91710 90968081)1 For Local Agency to Complete: Local Agency Contract Number CC-1464 Federal -aid ProjectNumbcr HSIPL 5181- (177) Federal Share. Contract Award Date Local Agency cartif es that all DBE c rWications have been vcaifmd rind 1a&rmuhon is complete and acanata PnntN=w Srgnaturc Date Local Agency Representatives (Area Code) Telcphoae Niunber Total Claimed DBE Participation $ 5336100 9 57% % r S%ngare of Bidder 1 26 15 951 710 1000 Date (Area Coda) Tel No Elizabeth H Mendoza de McRae President/CFO P=oa to Contact (Please Type or Print) LDW Aaaa y Bufde DBE Conmamiee (Coosta aaa Ceaeacm) (Rev 6noo9) Distribution, (1) Copy -Pax ar scan a copy to the Calt ans Drstnct Local Assistance Eagmeer (DLAE) wnhm 30 days of contract wreeu iom Fail= to send a copy to the DLAE within 30 days of conduct execution may result m de -obligation of funds for this project (2) Copy -Include in award padmgo to Caltnuis Distdot Local Assistance (3) Ongrnal - LorA agency files Page 15-1 OB 12-04 June 29, 2012 C-22 Traffic Loops Crackfilling, Inc. 946 S Emerald Street, Anaheim CA 92804 • Tel (714) 520 4026 Fax (714) 520 4027 CA State License No 652956 • Class C-10 & C-32 • DBE & UDBE No 38033 DIR Registration No 1000003794 • Expiration Date 06/30/2015 Email Mailan@ticinc-ca com or Estimating@ticinc-ca com Date 2/2/2015 Quotation Attn Estimator Owner City of Huntington Beach Project Traffic Signal Modifications & Interconnect Conduit Installation Adams Ave & Bushard"St and Magnolia St & Yorktown Ave, CC No 1464, HSIPL-5181 (177) Bid Date 02/03/2014 (a� 2 00 PM BID ITEM DESCRIPTION Install New Bicycle Loop Detector 10-partial — Install Traffic Loop Detectors Type E Install New Bicycle Loop Detector 11-partial Install Traffic Loop Detectors Type D Install Traffic Loop Detectors Type E QTY UNIT UNIT PRICE ITEM TOTAL 4 EA 28500 1,14000 13 EA 4 EA 24000 3,12000 28500 1,140 OOc 12 EA 285 00 3,42000 28 EA 24000 6,72000 TOTAL BID AMOUNT. $ 15,540 00 *Quote is good for 180 days from the date of this proposal • 10 days notice required for scheduling -Site must be ready with cat -track or permanent striping prior to loop installation -Additional charges may incur for extra move-ons Our quote includes: 1- Lay out, saw cut, wash, blow, dry, seal, and megg 2- Loop saw cut shall be filled with Hot Melt Sealant 3- Insurance coverage up to $1 million, general aggregate up to $2 million 4- One move -on 5- Traffic control Our quote excludes: 1- Bond fee, permit fee, utilities fee, advance sign posting of any kind, or notifying residents 2- Traffic control plan 3- Weekend work 4- Conduit, stub -out, splice All inclusions and exclusions are to be incorporated into our contract If either party becomes involved in litigation or arbitration arising out of this contract, the court or arbitration panel shall award attorney's fees and costs to the prevailing party Please call if you have any questions or need more information Sincerely, Mai -Lan Nguyen Page 1 of 1 13841 Roswell Ave Unit A Chino California 91710 Ph 909-680-8123 lytefonnsL(Ogmail corn DBE 37133 Date 02/02/2015 To PTM General Engineering Services Inc Attn Estimating Dept Fax No 951 710 1006 Re Date of Bid 02/03/2015 Description I raffic Signal -Modifications & InterLonne,t Conduit Installation at Adzms Ave & Bushard and Magnolia Sl and Yorktown Ave Dear PTM We are pleased to quote the following Bid Item No 10 Description Temporary & Misc Unit Measure LS Total Cost 1350000 fr yours, ee IM Temporary & Misc LS 2176000 9 Conduit & Ground Wire LF (10100 00 x 2 75 = 27775 00) 2777500 Summary BI#10 1350000 BI #11 21760 00 BI #9 27775 00 Total Plus Tax $63035 00 EXMBIT 15-G Local Assistance Procedures Manual Local Agency Bidder DBE Commitment (Construction Contracts) INSTRUCTIONS - LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) ALL BIDDERS: PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract- Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs Prime contractors shall indicate all work to be performed by DBEs including, if the prune is a DBE, work performed by its own forces, if a DBE The DBE shall provide a certification number to the Contractor and expiration date Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number) IMPORTANT: Identify all DBE firms participating in the project regardless of tier Names of the First -Tier DBE Subcontractors and their respective itecn(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions (If 100% of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE ) See Section `Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms Exhibit 15-G must be signed and dated by the person bidding Also list a phone number in the space provided and print the name of the person to contact_ Local agencies should complete the Local Agency Contract Award, Federal -aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing Page 15-2 June 29, 2012 OB 12-04 C-23 Local Assistance Procedures Manual Exhibit 15-H DBE Information - Good Faith Effort Ex Brr 15-H DBE INFORMATION —Goon FArm EFFORTS DBE INFORMATION - GOOD FAITH EFFORTS Federal -aid Project No 5181(177) Bid Opening Date 2315 The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 9.15 % for this project The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has met the DBE goal This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, a g, a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions: A The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement Goals Met B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation Goals Met Page 15-1 OB 12-04 June 29, 2012 C-24 Exhibit 15-H DBE Information -Good Faith Effort Local Assistance Procedures Manual C The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) Of ff IN Contract Goals M D The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Goals Met Names, addresses and phone numbers of firms selected for the work above: Goals Met E Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: Goals Met Page 2 June 29, 2012 OR 12-04 C-25 Local Assistance Procedures Manual Exhibit 15-H DBE Information - Good Faith Effort F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate - Goals Met G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i e , lists, Internet page download, etc): Name of Agency/Organization Method/Date of Contact Results Goals Met H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary). Goals Met NOTE USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. Page 3 OB 12-04 June 29, 2012 C-26 m Cd O O O U a 0 MEN 91 IRNI , da MAS 0" 71 NVA go LL, c5 kL-11, IN 'ar, r, 0 0 0 0 0 0 14 14 O 0 0 fad c5 m H C) W) W), C) V) kn 69696969 69 Gq 69 69 69 G11 to6s CAI 6s to6s 69 to to to,T ,,�VVVVIVVVVA A v V V V A V V V V A slop olo AEI[:Ioo- P 0 D 00 4,, Ln c.4 0) < u CO c.4 q U r�4 co co O n en . b r�4 0, Cl$ 51MQ .. .. 14 < -) U E� v) 'n x 0 U w x U U x en w en uu N 2 .9 H 5 &Z L? o6 -n cu w z co c Z 1�5 r. — u 815, C-27 Na v a mill _ o 'u„4 y t f i r vsy si' , F r� m � o 0 0 0 o v g a o 0 0 q ty o 0 0 o 0 0_ � ^to spy 5'' 69sef'sse D t{�Oj^�0 o `. i-i se S� se secg�6S t �6Sse�6Ssese Fti rs3 Cos cg69�,. v v v v n t v v v v n v v v JA v v v v nEl Ell WPIEI DO q ry I l0 m y t' 66 ri U m O '� U 66 co, U '� 0 Q m U M 0 U sF-.'y' U l0 H '-I 00 U H V1 f0 U I H N 4 O i 4�,'i e t'. w Yi1 a� N W oo U O Ln ' Ou'i x c nro X vuM^ °' •--#rn nu n i, n (7 ` O LL X LL rl Wo O1 u C O v 0 WL C W 1 n` c x LL ' m w wt,4 y I) c" v O n�m� I O m 00 YN0v O An M u-Dv E 'M-I O n N C T M 01 2 c'D W td Q n m 'w U p. Z� N p Z M N � y 01 rs !n 01 i? R u Cj U fl J ` M p6 C N c7 C C ' N N � N W a J I aS J I I ry ry p M U U 06 ti I U U Im C\l Q 0 0 m N I F, I T U 1i Ory1 U Itim U 00 1 U O 00 _ M 00 00 N x f N 3 x LL n x O LL H M am) Q O Im ELN 0-0, 01 0 Y ry OG i W c M Y 00 rn't ` m yO 'm00 oe O 13 ,--1 H r--4 v R i ` l0 C 00 y 000 u - 1A" ' C-28 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Traffic Signal Modifications and Interconnect Conduit Installation CC-1464 HSIPL-5181(177) January 23, 2015 Notice to All Bidders Please note the following clarification to the Protect Plans, Specifications, and Technical Provisions 1. The Federal Labor Rates contained In Appendix H — Part 2 of the Project Specifications for the Traffic Signal Modifications and Interconnect Installation - CC1464 HSIPL-5181(177) shall be replaced with the attached FEDERAL LABOR RATES dated January 23, 2015. The federal labor rates dated January 23, 2015 shall be the federal labor rates In effect for the above named project This is to acknowledge receipt and review of Addendum Numb, ted January 23, 2015 E i eth H Mendoza de McRae PTM General Engineering Services Inc. President/CFO Company Name By 12815 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal Should you have any questions regarding this Addendum, please call William F Janusz at (714) 536-5431 General Decision Number CA150035 01/23/2015 CA35 Superseded General Decision Number CA20140035 State California Construction Types Budding, Heavy (Heavy and Dredging) and Highway County Orange County in California BUILDING CONSTRUCTION PROJECTS, DREDGING PROJECTS (does not include hopper dredge work), HEAVY CONSTRUCTION PROJECTS (does not include water well drilling), HIGHWAY CONSTRUCTION PROJECTS Note Executive Order (EO) 13658 establishes an hourly minimum wage of $10 10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015 If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10 10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract The EO minimum wage rate will be adjusted annually Additional information on contractor requirements and worker protections under the EO is available at www dol gov/whd/govcontracts Modification Number Publication Date 0 01/02/2015 1 01/16/2015 2 01 /23/2015 ASBE0005-002 06/30/2014 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) $ 35 44 1936 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) .. $ 24 34 1609 ASBE0005-004 O6/24/2013 Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, 5 stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) $ 16 95 10.23 " BRCA0004-010 05/01/2014 Rates Fringes BRICKLAYER; MARBLE SETTER. $ 36 35 1322 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty -Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3 00) above the standard San Bemardino/Riverside County hourly wage rate BRCA0018-004 06/01 /2014 Rates Fringes MARBLE FINISHER... .... . $ 28 45 1138 TILE FINISHER... . $ 23 78 9.84 TILE LAYER..... $ 35 14 1433 BRCA0018-010 09/01/2013 Rates Fnnges TERRAZZO FINISHER $ 26 59 1034 TERRAZZO WORKERISETTER $ 33 63 11 13 CARP0409-001 07101 /2010 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer .. .. $ 37 35 1108 (2) Millwright $ 37 85 1108 (3) Piledrivermen/Demck Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) $ 37 48 11.08 (4) Pneumatic Nailer, Power Stapler $ 37 60 1108 (5) Sawfiler ... $ 37 44 1108 (6) Scaffold Builder. $ 28 55 1108 (7) Table Power Saw Operator.. . $ 37 45 1108 FOOTNOTE Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams dnven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by pilednvers). $0.13 per hour additional. CARP0409-005 07/01 /2010 Rates Fringes Drywall DRYWALL INSTALLER/LATHER . $ 37.35 11.08 STOCKER/SCRAPPER $ 10 00 , 667 CARP0409-008 08/01 /2010 Rates Fringes Modular Furniture Installer $17.00 741 ELECO011-002 05/26/2014 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer .. $ 28 30 1243 Technician $ 30 10 1248 SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following TV monitoring and surveillance, background -foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems, inclusion or exclusion of terminations and testings of conductors determined by their function, excluding all other data systems or multiple systems which include control function or power supply, excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems Does not cover work performed at China Lake Naval Ordnance Test Station Fire alarm work shall be performed at the current inside wireman total cost package ------------ E LEC0441-001 09/01 /2014 Rates Fnnges CABLE SPLICER ..... .$ 43 56 15.76 ELECTRICIAN $ 41 64 1570 " ELEC0441-003 05/26/2014 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Fringes Communications System Installer . $ 29 09 1160 Technician $ 30 89 1166 SCOPE OF WORK The work covered shall include the installation, testing, service and maintenance, of the following systems that utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, secunty and entertainment purposes for TV monitoring and surveillance, background foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms and low voltage master clock systems A Communication systems that transmit or receive information and/or control systems that are intnnsic to the above listed systems SCADA (Supervisory controVdata acquisition PCM (Pulse code modulation) Inventory control systems Digital data systems Broadband & baseband and carriers Point of sale systems VSAT data systems Data communication systems RF and remote control systems Fiber optic data systems B. Sound and Voice Transmission/Transference Systems Background -Foreground Music Intercom and Telephone Interconnect Systems Sound and Musical Entertainment Systems Nurse Call Systems Radio Page Systems School Intercom and Sound Systems Burglar Alarm Systems Low Voltage Master Clock Systems Multi-Media/Multiplex Systems Telephone Systems RF Systems and Antennas and Wave Guide C *Fire Alarm Systems -installation, wire pulling and testing D. Television and Video Systems Television Monitoring and Surveillance Systems Video Security Systems Video Entertainment Systems Video Educational Systems CAN and CCTV E. Security Systems, Perimeter Security Systems, Vibration Sensor Systems Sonar/Infrared Monitoring Equipment, Access Control Systems, Card Access Systems *Fire Alarm Systems 1 Fire Alarms -In Raceways Wire and cable pulling in raceways performed at the current electrician wage rate and fringe benefits. 2 Fire Alarms -Open Wire Systems installed by the Technician. ELECO441-004 02/24/2014 Rates Fringes ELECTRICIAN (TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & STREET LIGHTING) Cable Splicer/Fiber Optic Splicer ..... ... $ 41 74 1520 Electrician. $ 41 14 1518 Technician . $ 30 86 1488 SCOPE OF WORK Electrical work on public streets, freeways, toll -ways, etc, above or below ground. All work necessary for the installation, renovation, repair or removal of Intelligent Transportation Systems, Video Surveilance Systems (CCTV), Street Lighting and and Traffic Signal work or systems whether underground or on bridges. Includes dusk to dawn lighting installations and ramps for access to or egress from freeways, toll -ways, etc Intelligent Transportation Systems shall include all systems and components to control, monitor, and communicate with pedestrian or vehicular traffic, included but not limited to, installation, modification, removal of all Fiber optic Video System, Fiber Optic Data Systems, Direct interconnect and Communications Systems, Microwave Data and Video Systems, Infrared and Sonic Detection Systems, Solar Power Systems, Highway Advisory Radio Systems, highway Weight and Motion Systems, etc Any and all work required to install and maintain any specialized or newly developed systems All cutting, fitting and bandaging of ducts, raceways, and conduits The cleaning, rodding and installation of "fish and pull wires". The excavation, setting, leveling and grouting of precast manholes, vaults, and pull boxes including ground rods or grounding systems, rock necessary for leveling and drainagae as well as pouring of a concrete envelope if needed. JOURNEYMAN TRANSPORTATION ELECTRICIAN shall perform all tasks necessary toinstall the complete transportation system. JOURNEYMAN TECHNICIAN duties shall consist of Distribution of material at job site, manual excavation and backfill, installation of system conduits and raceways for electrical, telephone, cable television and comnmunication systems. Pulling, terminating and splicing of traffic signal and street lighting conductors and electrical systems including interconnect, dector loop, fiber optic cable and video/data ELEC1245-001 06/01 /2013 Rates Fringes LINE CONSTRUCTION (1) Lineman, Cable splicer .$ 50 30 1500 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment) $ 4017 1456 (3) Groundman . $ 30 73 1348 (4) Powderman $ 44 91 1348 HOLIDAYS New Years Day, M L King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day E LEV0018-001 01101 /2014 Rates ELEVATOR MECHANIC FOOTNOTE, Fringes $ 49 03 26 785 PAID VACATION. Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of seance, and 6% for 6 months to 5 years of service. PAID HOLIDAYS- New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day ENG10012-003 07/07/2014 Rates Fringes OPERATOR Power Equipment (All Other Work) GROUP 1 .... $ 39.05 22.25 GROUP 2. $ 39 83 2225 GROUP 3 $ 4012 22.25 GROUP 4...... $ 41 61 22.25 GROUP 5.... ... . $ 41 86 2225 GROUP 6...... ...$ 41.83 2225 GROUP 8 ... . ..... $ 41 94 2225 GROUP 9 .... ... $ 42 19 2225 GROUP 10 $ 42 06 22.25 GROUP 11 $ 42 31 2225 GROUP 12 $ 42 23 2225 GROUP 13 ..$ 42 33 2225 GROUP 14 $ 42 36 2225 GROUP 15 .$ 42 44 2225 GROUP 16 .. $ 42 56 2225 GROUP 17.... $ 42 73 2225 GROUP 18.. $ 42 83 2225 GROUP 19 .$ 42 94 2225 GROUP 20 $ 43 06 2225 GROUP 21. $ 43 23 2225 GROUP 22 $ 43 33 2225 GROUP 23 $ 43 44 2225 GROUP 24 ..$ 43 56 2225 GROUP 25 . $ 43 73 2225 OPERATOR- Power Equipment (Cranes, Pdedriving & Hoisting) GROUP 1.. ... $ 40 40 2225 GROUP 2...... .... $ 41 18 2225 GROUP 3 $ 41 47 2225 GROUP 4 . . . .. .$ 41 61 2225 GROUP 5. ...$ 41 83 2225 GROUP 6 $ 41 94 2225 GROUP 7. .$ 42 06 2225 GROUP 8 $ 42 23 2225 GROUP 9 $ 42 40 2225 GROUP 10 . .$ 43 40 2225 GROUP 11.. $ 44 40 22.25 GROUP 12 $ 45 40 2225 GROUP 13 ... .$ 46 40 2225 OPERATOR Power Equipment (Tunnel Work) GROUP 1 .$ 40 90 2225 GROUP 2... $ 41 68 2225 GROUP 3 $ 41 97 2225 GROUP 4.... . $ 4211 2225 GROUP 5 $ 42 33 22.25 GROUP 6 . $ 42 44 2225 GROUP 7 .. $ 42 56 2225 PREMIUM PAY $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment. $2.00 per hour additional Combination mixer and compressor operator on gunite work shall be classed as a concrete mobile mixer operator SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1. Bargeman, Brakeman, Compressor operator, Ditch Witch, with seat or similar type equipment, Elevator operator -inside, Engineer Oiler, Forklift operator (includes loed, lull or similar types under 5 tons, Generator operator, Generator, pump or compressor plant operator, Pump operator, Signalman, Switchman GROUP 2 Asphalt -rubber plant operator (nurse tank operator), Concrete mixer operator -skip type, Conveyor operator, Fireman, Forklift operator (includes loed, lull or similar types over 5 tons, Hydrostatic pump operator; oiler crusher (asphalt or concrete plant), Petromat laydown machine, PJU side dum jack, Screening and conveyor machine operator (or similar types), Skiploader (wheel type up to 3/4 yd without attachment), Tar pot fireman, Temporary heating plant operator, Trenching machine oiler GROUP 3. Asphalt -rubber blend operator, Bobcat or similar type (Skid steer); Equipment greaser (rack), Ford Ferguson (with dragtype attachments); Helicopter radioman (ground), Stationary pipe wrapping and cleaning machine operator GROUP 4 Asphalt plant fireman, Backhoe operator (mini -max or similar type), Boring machine operator, Boxman or mixerman (asphalt or concrete), Chip spreading machine operator, Concrete cleaning decontamination machine operator, Concrete Pump Operator (small portable), Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum), Equipment greaser (grease truck), Guard rail post driver operator, Highline cableway signalman, Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel), Power concrete curing machine operator; Power concrete saw operator, Power -driven jumbo form setter operator, Power sweeper operator, Rock Wheel SawrTrencher; Roller operator (compacting), Screed operator (asphalt or concrete), Trenching machine operator (up to 6 ft ), Vacuum or much truck GROUP 5. Equipment Greaser (Grease Truck/Multi Shift) GROUP 6: Articulating material hauler, Asphalt plant engineer, Batch plant operator; Bit sharpener, Concrete joint machine operator (canal and similar type), Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type), Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum), Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type, Kalamazoo Switch tamper, or similar type, Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(eoncrete or asphalt), Mechanical finisher operator (concrete, Clary -Johnson -Bidwell or similar), Micro tunnel system (below ground), Pavement breaker operator (truck mounted), Road oil mixing machine operator, Roller operator (asphalt or finish), rubber -bred earth moving equipment (single engine, up to and including 25 yds struck), Self-propelled tar pipelirnng machine operator, Skiploader operator (crawler and wheel type, over 3/4 yd and up to and including 1-1/2 yds ), Slip form pump operator (power driven hydraulic lifting device for concrete forms), Tractor operator -bulldozer, tamper -scraper (single engine, up to 100 h p flywheel and similar types, up to and including D-5 and similar types), Tugger hoist operator (1 drum), Ultra high pressure wateget cutting tool system operator, Vacuum blasting machine operator GROUP 8 Asphalt or concrete spreading operator (tamping or finishing), Asphalt paving machine operator (Barber Greene or similar type), Asphalt -rubber distribution operator; Backhoe operator (up to and including 3/4 yd ), small ford, Case or similar, Cast -in -place pipe laying machine operator; Combination mixer and compressor operator (gunite work), Compactor operator (self-propelled), Concrete mixer operator (paving), Crushing plant operator; Drill Doctor, Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum), Elevating grader operator; Grade checker; Gradall operator, Grouting machine operator; Heavy-duty repairman, Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type, Kolman belt loader and similar type, Le Toumeau blob compactor or similar type, Loader operator (Athey, Euclid, Sierra and similar types), Mobark Chipper or similar, Ozzie padder or similar types, P C slot saw, Pneumatic concrete placing machine operator (Hackley-Presswell or similar type), Pumperete gun operator, Rock Drill or similar types, Rotary drill operator (excluding caisson type), Rubber -tared earth -moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds up to and including 50 cu yds struck), Rubber -tired earth -moving equipment operator (multiple engine up to and including 25 yds struck), Rubber -tired scraper operator (self -loading paddle wheel type -John Deere, 1040 and similar single unit), Self- propelled curb and gutter machine operator, Shuttle buggy, Sluploader operator (crawler and wheel type over 1-1/2 yds up to and including 6-1/2 yds ), Soil remediation plant operator, Surface heaters and planer operator, Tractor compressor dnll combination operator, Tractor operator (any type larger than D-5 - 100 flywheel h p. and over, or similar -bulldozer, tamper, scraper and push tractor single engine), Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator, Trenching machine operator (over 6 ft depth capacity, manufacturers rating), trenching Machine with Road Miner attachment (over 6 ft depth capacity) Ultra high pressure waterjet cutting tool system mechanic, Water pull (compaction) operator GROUP 9- Heavy Duty Repairman GROUP 10. Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types -Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types -drilling depth of 105' maximum), Dual drum mixer, dynamic compactor LDC350 (or similar types), Monorail locomotive operator (diesel, gas or electric), Motor patrol -blade operator (single engine), Multiple engine tractor operator (Euclid and similar type -except Quad 9 cat), Rubber -tired earth -moving equipment operator (single engine, over 50 yds struck); Pneumatic pipe ramming tool and similar types, Prestressed wrapping machine operator; Rubber -tired earth -moving equipment operator (single engine, over 50 yds struck); Rubber bred earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds and up to 50 yds, struck), Tower crane repairman, Tractor loader operator (crawler and wheel type over 6-1/2 yds ), Woods mixer operator (and similar Pugmill equipment) GROUP 11 Heavy Duty Repairman - Welder Combination, Welder - Certified GROUP 12 Auto grader operator, Automatic slip form operator, Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similartypes - Hughes Super Duty, auger200 or similar types - drilling depth of 176 maximum), Hoe ram or similar with compressor, Mass excavator operator less tha 750 cu yards, Mechanical finishing machine operator, Mobile form traveler operator, Motor patrol operator (multi -engine), Pipe mobile machine operator, Rubber -tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu yds struck), Rubber -tired self- loading scraper operator (paddle -wheel -auger type self -loading - two (2) or more units) GROUP 13 Rubber -tired earth -moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds struck) GROUP 14, Canal liner operator, Canal trimmer operator, Remote- control earth -moving equipment operator (operating a second piece of equipment $1 00 per hour additional), Wheel excavator operator (over 750 cu yds ) GROUP 15 Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds and up to and including 50 yds struck), Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine -up to and including 25 yds struck) GROUP 16: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds struck), Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds and up to 50 yds struck) GROUP 17 Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Eucid, Caterpillar and similar, over 50 cu yds. struck), Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18 Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds struck) GROUP 19. Rolex concrete belt operator (or similar types), Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds struck), Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20 Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds struck), Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21 • Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu yds. struck) GROUP 22 Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds struck) I GROUP 23 Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds and up to and including 50 yds struck), Rubber -tired earth -moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds struck) GROUP 24 Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck), Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds and up to 50 yds. struck) GROUP 25- Concrete pump operator -truck mounted, Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu yds struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1 Engineer oiler, Fork lift operator (includes coed, lull or similar types) GROUP 2 Truck crane oiler GROUP 3: A frame or winch truck operator, Ross tamer operator 0obsite) GROUP 4. Bridge -type unloader and turntable operator; Helicopter hoist operator GROUP 5. Hydraulic boom truck, Stinger crane (Austin-Westem or similar type), Tugger hoist operator (1 drum) GROUP 6 Bridge crane operator, Cretor crane operator; Hoist operator (Chicago boom and similar type), Lift mobile operator; Lift slab machine operator (Vagtborg and similar types), Material hoist and/or manlift operator, Polar gantry crane operator, Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, camshell operator (over 3/4 yd and up to 5 cu yds mrc), Tugger hoist operator GROUP 7• Pedestal crane operator, Shovel, backhoe, dragline, clamshell operator (over 5 cu yds mrc); Tower crane repair, Tugger hoist operator (3 drum) GROUP 8 Crane operator (up to and including 25 ton capacity), Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity), Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity), Shovel, backhoe, draglrne, clamshell operator (over 7 cu yds., M R C ) GROUP 9 Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc), Highline cableway operator, Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc), K-crane operator, Polar crane operator, Self erecting tower crane operator mammum lifting capacity ten tons GROUP 10 Crane operator (over 50 tons and up to and including 100 tons mrc), Derrick barge operator (over 50 tons up to and including 100 tons mrc), Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M R C ), Tower crane operator and tower gantry GROUP 11 Crane operator (over 100 tons and up to and including 200 tons mrc), Derrick barge operator (over 100 tons up to and including 200 tons mrc), Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc), Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12 Crane operator (over 200 tons up to and including 300 tons mrc), Derrick barge operator (over 200 tons up to and including 300 tons mrc), Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc), Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13, Crane operator (over 300 tons), Derrick barge operator (over 300 tons); Helicopter pilot, Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons), Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1 Skiploader (wheel type up to 3/4 yd without attachment) GROUP 2 Power -driven jumbo form setter operator GROUP 3• Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4 Bit sharpener, Equipment greaser (grease truck), Slip form pump operator (power -driven hydraulic lifting device for concrete forms), Tugger hoist operator (1 drum), Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5. Backhoe operator (up to and including 3/4 yd ), Small Ford, Case or similar, Drill doctor; Grouting machine operator, Heading shield operator, Heavy-duty repairperson, Loader operator (Athey, Euclid, Sierra and similar types), Mucking machine operator (1/4 yd , rubber -tired, rail or track type), Pneumatic concrete placing machine operator (Hackley-Presswell or similar type), Pneumatic heading shield (tunnel), Pumperete gun operator, Tractor compressor dnll combination operator; Tugger hoist operator (2 drum), Tunnel locomotive operator (over 30 tons) GROUP 6 Heavy Duty Repairman GROUP 7. Tunnel mole boring machine operator ENGINEERS ZONES $1 00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below That area within the following Boundary Begin in San Bernardino County, approwmately 3 miles NE of the intersection of 1-15 and the California State line at that point which is the NW comer of Section 1, T17N,m R14E, San Bernardino Mendian Continue W in a straight line to that point which is the SW comer of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Mendian Continue North to the intersection with the Inyo County Boundary at that point which is the NE comer of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE comer of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM Continue W along the Kern and Tulare County boundary, until that point which is the NW comer of T25S, R32E, MDM Continue S following R32E lines to the NW comer of T31 S, R32E, MDM Continue W to the NW comer of T31 S, R31 E, MDM. Continue S to the SW corner of T32S, R31 E, MDM Continue W to SW comer of SE quarter of Section 34, T32S, R30E, MDM Continue S to SW corner of T11 N, R17W, SBM Continue E along south boundary of T11 N, SBM to SW comer of T11 N, R7W, SBM Continue S to SW corner of T9N, R7W, SBM Continue E along south boundary of T9N, SBM to SW comer of T9N, R1 E, SBM Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1 S, R1 E, SBM Continue E along south boundary of T1 s, SBM (Riverside County line) to SW corner of T1S, R10E, SBM Continue S along west boundary of R10E, SBM to Imperial County line at the SW comer of TBS, R10E, SBM Continue W along Imperial and Riverside county line to NW comer of T9S, R9E, SBM Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW comer of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt Diablo Mendian Continue south along the west side of R16E to the SW comer of T30S, R16E, MDM Continue E to SW comer of T30S, R17E, MDM Continue S to SW corner of T31 S, R17E, MDM Continue E to SW corner of T31 S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Mendian numbering area and becomes R30W Follow the west side of R30W, SBM to the SW comer of T9N, R30W, SBM Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW comer of Section 34 T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW comer of the SE quarter of Section 32, T7N, R24W, SBM Continue E along the south edge of T7N, SBM to the SE comer to T7N, R21 W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of TBN, R21 W Continue W along the Ventura County and Kern County boundary to the SE comer of T9N, R21 W Continue North along the East edge of R21 W, SBM to the NE corner of T12N, R21 W, SBM. Continue West along the north edge of T12N, SBM to the SE comer of T32S, R21E, MDM [T12N SBM is a think strip between T11N SBM and T32S MDM] Continue North along the East side of R21 E, MDM to the Kings County and Kern County border at the NE comer of T25S, R21 E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW comer of T25S, R16E, MDM $2 00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below That area within the following Boundary Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt Diablo Mendian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM Continue SSE along the entire westem boundary of Inyo County, until the intersection with Kem County at the point which is the SW comer of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE comer of section 34, T24S, R40E, MDM Continue E along the Inyo and San Bernardino County boundary until the point which is the NE comer of the Western half of the NW quarter of Section 6, T25S, R42E, MDM Continue S to that point which is the SW comer of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, RUE, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ENG10012-004 08/01/2014 Rates Fringes OPERATOR- Power Equipment (DREDGING) (1) Leverman $ 48 60 2240 (2) Dredge dozer . $ 42 63 2240 (3) Deckmate . .. ..... $ 42 52 2240 (4) Winch operator (stem winch on dredge). $ 41 97 2240 (5) Fireman -Oiler, Deckhand, Bargeman, Leveehand... ... ....$ 41.43 2240 (6) Barge Mate .......$ 42.04 2240 I RON0377-002 01 /01 /2015 Rates Fringes Ironworkers - Fence Erector $ 27 08 1824 Ornamental, Reinforcing and Structural . $ 33 50 2820 PREMIUM PAY $6 00 additional per hour at the following locations, China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Ndand, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center -Goldstone, San Clemente Island, San Nicholas Island, Susanvdle Federal Pnson, 29 Palms - Manne Corps, U S Manne Base - Barstow, U S Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Manne Corps Logistics Center $2.00 additional per hour at the following locations - Port Hueneme, Port Mugu, U S Coast Guard Station - Two Rock LAB00300-005 01 /01 /2014 Rates Fringes Asbestos Removal Laborer $ 28 00 1525 SCOPE OF WORK. Includes site mobilization, initial site cleanup, site preparation, removal of asbestos -containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery, scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations LABO0345-001 07/01 /2014 Rates Fringes LABORER (GUNITE) GROUP 1. ... $ 34.79 17.92 GROUP 2. $ 33 84 17.92 GROUP 3... .....$ 30.30 1792 FOOTNOTE GUNITE PREMIUM PAY. Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2• Gunmen GROUP 3 Reboundmen LABO0652-001 07/01/2014 Rates Fringes LABORER (TUNNEL) GROUP 1 $ 35 74 1648 GROUP 2 $ 36 06 1648 GROUP 3 . $ 36 52 1648 GROUP 4 $ 37.21 1648 LABOR E R GROUP 1 $ 30 19 1648 GROUP 2 $ 30 74 1648 GROUP 3 . $ 31 29 1648 GROUP 4..... ... $ 32 84 1648 GROUP 5... ...... . $ 3319 1648 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms, Concrete screeding for rough strike -off; Concrete, water curing, Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber, Fire watcher, limber, brush loader, paler and debns handler, Flag person, Gas, oil and/or water pipeline laborer, Laborer, asphalt -rubber material loader, Laborer, general or construction, Laborer, general clean-up, Laborer, landscaping, Laborer, jetting, Laborer, temporary water and air Imes, Matenal hose operator (walls, slabs, floors and decks), Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds, Streetcar and railroad construction track laborers, Rigging and signaling, Scaler, Slip form raiser, Tar and mortar, Tool cnb or tool house laborer, Traffic control by any method, Window cleaner, Wire mesh pulling - all concrete pouring operations GROUP 2 Asphalt shoveler, Cement dumper (on 1 yd or larger mixer and handling bulk cement), Cesspool digger and installer, Chucktender, Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks, Concrete curer, impervious membrane and form oiler, Cutting torch operator (demolition), Fine grader, highways and street paving, airport, runways and similar type heavy construction, Gas, oil and/or water pipeline wrapper - pat tender and form person, Guinea chaser, Headerboard person - asphalt, Laborer, packing rod steel and pans, Membrane vapor barner installer, Power broom sweeper (small), Riprap stonepaver, placing stone or wet sacked concrete, Roto scraper and tiller, Sandblaster (pot tender), Septic tank digger and installer(lead), Tank scaler and cleaner, Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder, Underground laborer, including caisson bellower GROUP 3- Buggymobile person, Concrete cutting torch, Concrete pile cutter; Driller, jackhammer, 2-1/2 ft dnll steel or longer; Dn-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in pipe and over, by any method, inside and out, High scaler (including drilling of same), Hydro seeder and similar type, Impact wrench multi -plate, Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing), Operator of pneumatic, gas, electnc tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein, Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services, Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter, Tamper, Barko, Wacker and similar type, Trenching machine, hand -propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types), Concrete core cutter (walls, floors or ceilings), grinder or sander, Concrete saw person, cutting walls or flat work, scoring old or new concrete, Cribber, shorer, lagging, sheeting and trench bracing, hand -guided lagging hammer, Head rock slinger; Laborer, asphalt- rubber distributor boot person, Laser beam in connection with laborers' work, Oversize concrete vibrator operator, 70 Ibs and over, Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, sold gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated, No -joint pipe and stripping of same; Prefabricated manhole installer, Sandblaster (nozzle person), water blasting, Porta Shot -Blast GROUP 5 Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing, Driller All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1, Batch plant laborer, Changehouse person, Dump person; Dump person (outside), Swamper (brake person and switch person on tunnel work), Tunnel materials handling person, Nipper, Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc ) GROUP 2 Chucktender, cabletender, Loading and unloading agitator cars, Vibrator person, lack hammer, pneumatic tools (except driller); Bull gang mucker, track person, Concrete crew, including rodder and spreader GROUP 3• Blaster, driller, powder person, Chemical grout jet person, Cherry picker person, Grout gun person; Grout mixer person, Grout pump person, Jaddeg miner, Jumbo person, Kemper and other pneumatic concrete placer operator, Miner, tunnel (hand or machine); Nozzle person, Operating of troweling and/or grouting machines, Powder person (primer house), Primer person, Sandblaster; Shotcrete person, Steel form raiser and setter, Timber person, retimber person, wood or steel, Tunnel Concrete finisher GROUP 4 Diamond driller, Sandblaster, Shaft and raise work LABO0652-003 07101 /2014 Rates Fringes Brick Tender $ 2912 15.78 LABO 1184-001 07101 /2014 Rates Fringes Laborers (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer. $ 3165 1333 (2) Vehicle Operator/Hauler.$ 3182 1333 (3) Horizontal Directional Drill Operator $ 33 67 1333 (4) Electronic Tracking Locator.. . $ 35 67 1333 Laborers (STRIPING/SLURRY SEAL) GROUP 1 $ 32 56 1628 GROUP 2 $ 33.86 1628 GROUP 3 $ 35 87 1628 GROUP 4 . $ 37 61 1628 LABORERS - STRIPING CLASSIFICATIONS GROUP 1 Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds, carstops, operation of all related machinery and equipment, equipment repair technician GROUP 2 Traffic surface abrasive blaster, pot tender - removal of all traffic Imes and markings by any method (sandblasting, waterblasting, grinding, etc) and preparation of surface for coatings Traffic control person. controlling and directing traffic through both conventional and moving lane closures, operation of all related machinery and equipment GROUP 3 Traffic delineating device applicator Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process Traffic protective delineating system installer removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers, operation of all related machinery and equipment, power broom sweeper GROUP 4 Striper layout and application of traffic stripes and markings, hot thermo plastic, tape traffic stripes and markings, including traffic control, operation of all related machinery and equipment LABO 1414-001 08/07/2013 Rates Fringes LABORER PLASTER CLEAN-UP LABORER $ 27 45 1636 PLASTER TENDER.. $ 30 00 1636 Work on a swing stage scaffold $1 00 per hour additional. PAI N0036-001 07101 /2014 Rates Fringes Painters* (Including Lead Abatement) (1) Repaint (excludes San Diego County) $ 26 89 1228 (2) All Other Work $ 30.27 1228 REPAINT of any previously painted structure Exceptions - work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. PAI N0036-008 10/01 /2014 Rates Fringes DRYWALL FINISHER/TAPER $ 35 18 1591 PAIN0036-015 06/01/2014 Rates Fringes GLAZIER ......... ..... ...$ 37.95 22.69 FOOTNOTE. Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1 25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up PAIN 1247-002 01 /01 /2014 Rates Fringes SOFT FLOOR LAYER. ... .. . $ 29 85 1256 PLAS0200-009 08/06/2014 Rates Fringes PLASTERER $ 37 43 1328 P LAS0500-002 07/07/2014 Rates Fringes CEMENT MASON/CONCRETE FINISHER.. $ 31 85 19.55 PLUM0016-001 07/01 /2014 Rates Fringes PLUMBER/PI PEFITTER Plumber and Pipefltter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq ft of floor space and work on strip malls, light commercial, tenant improvement and remodel work ....... . _ $ 44.71 2036 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq ft of floor space ..... $ 43.33 1938 Work ONLY on stnp malls, light commercial, tenant improvement and remodel work........... $ 34 59 1771 P LU M0345-001 07/01 /2014 Rates Fnnges PLUMBER Landscape/Imgation Fitter $ 29 27 1975 Sewer & Storm Dram Work $ 33 24 1713 ROOF0036-002 08/01 /2014 Rates Fringes ROOFER $ 35 02 1357 FOOTNOTE. Pitch premium Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1 75 per hour "pitch premium" pay SFCA0669-008 07/01 /2013 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES Rates Fnnges SPRINKLER FITTER $ 34 19 1937 SFCA0709-003 01/01/2014 SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES BEYOND THE CITY LIMITS OF LOS ANGELES. Rates Fringes SPRINKLER FITTER (Fire) $ 40 61 2402 a SHEE0105-003 01/01/2015 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES Rates Fringes SHEET METALWORKER (1) Commercial - New Construction and Remodel work $ 40 79 2375 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C, heating, ventilating systems for human comfort $ 40 79 23.75 TEAM0011-002 07/01 /2014 Rates Fringes TRUCK DRIVER GROUP 1 $ 27 99 24.14 GROUP 2 $ 28 14 24.14 GROUP 3 $ 28 27 24.14 GROUP 4 $ 28 46 2414 GROUP 5 $ 28 49 2414 GROUP 6 $ 28 52 2414 GROUP 7 $ 28 77 2414 GROUP 8.. $ 29 02 2414 GROUP 9... ... $ 29 22 2414 GROUP 10 .$ 29 52 24.14 GROUP 11. $ 30 02 2414 GROUP 12 $ 30 45 2414 WORK ON ALL MILITARY BASES PREMIUM PAY. $3.00 per hour additional [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1 Truck driver GROUP 2 Driver of vehicle or combination of vehicles - 2 axles, Traffic control pilot car excluding moving heavy equipment permit load, Truck mounted broom GROUP 3. Driver of vehicle or combination of vehicles - 3 axles, Boot person, Cement mason distribution truck, Fuel truck driver, Water truck - 2 axle, Dump truck, less than 16 yds water level, Erosion control driver GROUP 4. Driver of transit mix truck, under 3 yds, Dumperete truck, less than 6-1/2 yds water level GROUP 5• Water truck, 3 or more axles; Truck greaser and tire person ($0 50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work, Slurry truck driver GROUP 6 Transit mix truck, 3 yds. or more, Dumperete truck, 6-112 yds. water level and over, Vehicle or combination of vehicles - 4 or more axles, Oil spreader truck, Dump truck, 16 yds to 25 yds. water level GROUP 7. A Frame, Swedish crane or similar; Forklift driver, Ross carrier driver GROUP 8- Dump truck, 25 yds to 49 yds water level, Truck repair person, Water pull - single engine, Welder GROUP 9• Truck repair persontwelder, Low bed driver, 9 axles or over GROUP 10 Dump truck - 50 yds or more water level, Water pull - single engine with attachment GROUP 11 Water pull - twin engine, Water pull - twin engine with attachments, Winch truck dnver- $1 25 additional when operating winch or similar special attachments GROUP 12- Boom Truck 17K and above WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5 5 (a) (1) (n)) The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate) Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey Example PLUM0198-005 07/01 /2014 PLUM is an abbreviation identifier of the union which prevailed in the surrey for this classification, which in this example would be Plumbers 0198 indicates the local union number or district council number where applicable, i e , Plumbers Local 0198 The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014 Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification As this weighted average rate includes all rates reported in the survey, 9 may include both union and non -union rates Example SULA2012-007 5/13/2014 SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates LA indicates the State of Louisiana 2012 is the year of survey on which these classifications and rates are based The next number, 007 in the example, is an internal number used in producing the wage determination 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier Survey wage rates are not updated and remain in effect until a new survey is conducted Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications, however, 100% of the data reported for the classifications was union data EXAMPLE UAVG-OH-0010 08/29/2014 UAVG indicates that the rate is a weighted union average rate. OH indicates the state The next number, 0010 in the example, is an internal number used in producing the wage determination 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be, • an existing published wage determination " a survey underlying a wage determination " a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program If the response from this initial contact is not satisfactory, then the process descnbed in 2 } and 3 ) should be followed With regard to any other matter not yet npe for the formal process descnbed here, initial contact should be with the Branch of Construction Wage Determinations Wnte to Branch of Construction Wage Determinations Wage and Hour Division US Department of Labor 200 Constitution Avenue, N W Washington, DC 20210 2 ) If the answer to the question in 1 ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 8 and 29 CFR Part 7) Wnte to Wage and Hour Administrator U.S Department of Labor 200 Constitution Avenue, N W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice matenal, etc ) that the requestor considers relevant to the issue 3 ) if the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) Write to Administrative Review Board U.S Department of Labor 200 Constitution Avenue, N W Washington, DC 20210 4 ) All decisions by the Administrative Review Board are final END OF GENERAL DECISION r CERTIFICATE OF CORPORATE RESOLUTION j� Brian Mendoza , Secretary of PTM General Engineering Service's Inc (Corporation) do hereby certify that at a duly constituted meeting of the Stockholders and Directors of the Corporation held at the office of the Corporation on December 30 , 2007(year), it was upon motion duly made and seconded, that it be VOTED Elizabeth H Mendoza de McRae, President/CFO OR . Brian Mendoza, Vice President/Secretary Authorized to sign L execute contracts and submit bids with either one of the corporate officer's signatures It was upon further motion made and seconded that it be further VOTED That Elizabeth H Mendoza de McRae, President/CFO OR Brian Mendoza, vice President/Secretary in the capacity'as , of the Corporation is empowered, authonzed and directed to execute, deliver and accept any and all documents and undertake all acts reasonably required or incidental to accomplish the foregoing vote, all on such terms and conditions as he in his discretion deems to be in the best interests of the Corporation I further certify that the foregoing votes are in fulti force this date without jescission, modification or amendment Signed this c 'day Gceu.�- , or%�« (year) A TRUE RECORD ATTEST Sectetary,/Clerk (Corporate Seal) Brian Mendoza Vice PreS_Ldent/Secretary Brian Mendoza P.O. Box 7745 Riverside, CA 92513-7745 Email: brian@ptni-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 project; CAREER EXPERIENCE Freeway Electric/PTNI General Engineering Services, Inc. Riverside, CA 06/2006 to Date Chief Estimator/Supervisor of Outside Operation's 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 managed clews 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 oidet negotiations and equipment inirchase and rentals High Light Electric Inc /Pete & Sons Consti uctiod Inc. Riverside, CA 10/96 to 06/2006 Chief Estimator In charge of managing the estimating department and finalizing bid packages Coordinating the beginning phase of an awai ded project between the company and agency ,or prime contractor, project submittals, contract review Successfully bid on projects totaling $12 million with an average spread 6% Area Supervisor Coordinated and managed 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 signals, 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 Continued BIUAN AUNDOZA . Page 2 CAREER EXPERIENCE CONTINUED ADE Electric [fie, in Riveiside, CA 10/1998-10/1996 Vice President and Head of Outside Operations Managed Outside operations foi all ptojects ranging in size horn $1 to $2 5 million Headed an around the clock electric crew and coordinated with CC Mel es to repair the I-10 Santa Monica Freeway after it collapsed during the 1994 Northiidk-e Earthquake to complete the fast paced pioject in 66 days Maintain (,00idination between MBE Electric and subcontiaetois, general conttactoi and pi oject mneis implemented and enfoi ced safety guidelines Handled administrative Work monthly progress estimates material requisitions contract change oidei negotiations Vasco Corporation in San Fernando, CA 10/1987-06/1998 Foreman (Part Time) Managed day to day operations of work crews and vaiious projects ranging in size from $1,000 to $5,000 in Eastern Los Angeles County, traffic signals; street lighting, signal interconnect Raymor Electric in Rosemead, CA 06/1986-10/1987 Crew Leader (Part Tirne) In charge of work eiew on piolects ranging from $25,000 to $250,000 through out Lo,- Angeles County WORK SKILLS • Capable of operating heavy equipment such as skip loaders, cranes, and backhoes; • Hands-on experience with hand tools and power tools, • Capable of over seeing fast -paced and high profile projects, _ • 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 i BRIAN MENDOZA • Page 3 CAREER EXPERIENCE CONTINUED PROFESSIONAL MEMBERSl4IPS • International Brotherhood of Electrical; Workers (IBEW) • National Electrical Contractors Association (NECA) ACCREDITATION • IBEW-Journeyman Wireman, CSLB-Electrical Contractors, Certified Trench Safety Coordinator • English (Native) • Spanish (Fluent) 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 of Los Angeles for "Small Business" in 1997 • Recipient of the Certificate of Recognition by the City of Riverside 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 REFERENCES Caltrans project`#07-1224U4 (Electrical cohtract amount $4 5 million) Project completed in 2005 Description of project- Installation of traffic signals, ramps metering, sign illumination, Highway lighting, fiber optic communication, and electrical irrigation along the I-10 Freeway in Los Angeles County • Doug Dwason-Project Manager for prime' contractor, Balfour Beatty Cell (949)232-3276 and Office (909)397-8040 • Patty Galvan- Resident Engineer Office (909)594-4270 0 Veronica Ross -Electrical Inspector Cell (714)606-6311 BRIAN MENDOZA . Page 4 C-IREER ElYPERIENCF CONUNUI*D City of Redlands Contract 9208300-72304/41008 (Electrical contract amount is $218 800) Project completed in 2003 Description ofproject Installation of traffic signals modification of iainp meteiing lighting and sign illwnination • Bill Hensley -Senior Civil Engineer- Office (909)798-7586 ext 2 • Iuan Olvera-Piojert Manager for general contractor, H&H Construction- Cell (951)453-77I? and Office (909)473-733'1 Caltrans project #08-4567V4) E,lectucal contract amount is $938 238) Project completed in 2005 Description of project, Installation of lighting s} stein along the I-5 Fleev�'aS Jr, San Bernaidino County • Gaiy Vogel -Project Manager form prime contractor, Gianite Construction Cell (661)549-3953 and Office (661)726-4447 Sanbag Projects, Segment 1, 2, 3, early segment 9,'segment 9, and alder Ave. (Total electrical contract amount was S3 2 million) Project completed in 2004 Description of projects Installation of traffic signals, ramp m-�,terrng, sign illumination, highway lighting, fiber optic communication, and electrical irrigation along the 1-10 Freeway in San Bernardino County • Harold Lantis-S mbag Contract Manager- Cell (760)802-7730 and Office (909)875-8029 ext 213 • Tim Hanable-Caltrans Inspector- Cell (951)712-0021 • Al Ortega- Project Manager foi prime contractor Yeager Shanska- Cell (714)240- 5333 City of Indio Project 14ST0137 (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 Baxter -Area Manager for prime contractor, Y"eager Shanska Construction - Cell (909)721-9749 and Office (760)343-5472 • Tommy Young -Project Manager foi prime 'contractor- Cell (951)232-6618 and Office (760)343-5472 • Mehran Sepehri-City Engineer- Cell (760)250-220I Additional Professional References; • Zale Harris-Caltrans Inspector- Cell (951)289-0047 • Ray Robles-Caltrans area supervisor- Cell (909)799-0646 registration rayment success Page 1 of 1 Division of Labor Standards Enforcement Thank you for your payment Payment Confirmation Number XXLGKHSBBDPCI Registration Number 1000001433 Contractor Name PTM GENERAL ENGINEERING SERVICES INC —NOTICE If paying by ACH/EFT, please allow up to 7 days for processing Behan to Pubk Wodm Homepage j Copyright i 120I4 St ito of C.ihfot nta S https://efiling.dir.ca.gov/PWCR/ActionServlet?action=paymentComplete 9/22/2014 Local Assistance Procedures Manual EXHIBIT 15-G Local Agency Bidder DBE Commitment (Construction Contracts) EMBIT 15-G LOCAL AGENCY BIDDER DBE CONIlVIITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM IACALAMNCY- City of Huntington Beach LOCATION, Huntington Beach PRomcrt SCRmoi; Traffic Signal Modifications at Interconnect Conduit Installation TOTAL CONTRACT AMOUNT $ BID DATE 2 3 15 BLDDEWSNAMB PTM General Engineering_ Services Tnc_ CONTRACT DBE GOAL• 9 15%- NO. T13M OF WORK AND DESCRIPTION R SERVICES TO BE CONTRACTED OR MATERIALS rO BE PROVIDED (or contracted rf the Adder is a DBE) D13FCERTNO AND EXPIRATION DATE RAIM OP EACH DEB (Must be ceRified on the date bids are opened - mclude DBE address and phone mrmbru) DOLLARAMUNT DBE For Local Agency to Complete: Local Agency Contract Number CC-1464 Federal -aid ProjectNtrmber HSIPL 5181- (177) Federal Sham: Contact Award Daft Local Agency omt les OW 4 DBE cerbficabons have been verified and information is complete and accurate. PnatNamo Signature Date Local Agency Representaf ve (Area Code) Telephone Number- Total Claimed DBE Pamctpabon Signatake o fStdacr 126 15 951 710 1000 Date (Area Code) Tel No Elizabeth H Mendoza de McRae President/CFO Petson to Contact (Please Type or Ptmt) Good Agony Bdder DBE Cow (mow CaehaM) (Bev &2&vg) Dtatribution. (1) Copy -Fax or sown a copy to the C91rans Daftm Local Assatanw Bugmeer (DL AE) within 30 days of contact exemmoa. Faiiore to send a copy to the DLAB wrthm 30 days of contact execution may result m de-obhgahoa of finds for this project (2) Copy -Include in award package to Caltreas DwWot Local Assistance ()) Ongmsl - Local agency files Page 15-1 OB 12-04 June 29, 2012 C-22 BOND NO BBSU KNOW ALL MEN BY THESE PRESENTS, That We, PZM_GENERALENGINEERIN_G_SERVLC as Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY a corporation authorized to transact a general surety business in the State of NEW JERSEY as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH inafter called the Obligee) in the full and just sum of TEN PERCENT OF AMOUNT BID Dollars, ($ 1 0% ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents WHEREAS, the said PRINCIPAL has submitted the accompanying bid for TRAFFIC SIGNAL MODIFICATIONS AND INTERCONNECT CONDUIT INSTALLATION NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, If the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and Sealed this 20TH PTM GENERAL 5NGINEERING SERVICES, INC day of JANUARY Elizabeth H Mendoza de McRae PRESIDENT/CFO By Principal INTERNATIO Surety PHILIP E VEGA 2015 YEAR TY INSURANCE COMPANY Attorney -In -Fact '�.£tr'_7 :}�" ={G= -'1Cla -<. _.rr,-,[_"3' < i ��& -1�� «%' 7i✓" �.=�_ t'--c(y;<s'lr-'` `h`}"; �.. r��r,�: sit .�A. 'C �'(v_s_.S M�'74`ztrss:l�3aR::�¢_v-.a4i '���'7 <,r f�, - �t _ �... ', - F '"�'> _:x �i' i >•' -t `• '�:-+: "' ' c"�S '^' Shy d r�'1�+-+'. �. •d .���'., is �` ' � . � : %',., G�^v it ✓a `' `_tN c _° ^ Y,C W lr� -a` , I t' iv el973)624` P0 AT �"V© t•,. ` =j RNATfONAL FIDELITY( INSURANCE COMPANY " - - ALLEGHENY CASUALTYf COMPANYr'- �'.�,, „ ONE NEWARK CENTER, 20TH FLOOR NEWARK, ~NEW JERSEY 071'02-5207 KNOW ALL MEN BY THESE PRESENTS That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing Under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsvivania. having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint KEVIN E VEGA, BRITTON CHRISTIANSEN, PHIL.IP E VEGA, MYRNA SMITH Covina, CA their true and-lawful-attorney(s)4n-fact to execute, -seal -and- deliver-for-and-on-its-behalfas-surety; any -and -all bonds -and undertakings, contracts -of indemn>t}� and other wn4ngs obligatory in the nature thereofwhich are or may be allowed, required or permitted by law, statute rule, reggulation, contract or otherwise and the execution of such instruments) in pursuance of these presents, shall be as binding upon the said tNTERNATIONAL FIDELITY INSURANCL COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duty held on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY 'CASUALTY COMPANY at a meeting duly held on the 15th day of August, 2000 "RESOLVED, that (1) the President, Vice President Executive Vice President or Secretary, of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto, and (2) any such Officers of the Corporation may appointand revoke the appointments of joint -control custodians, agents for acceptance of process, and Attomeys-in-fact with authority to execute waivers and consents on behalf of the Corporation, and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed_" IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and r attested these presents on this 22nd day of July, 2014 STATE OF NEW JERSEY County of Essex � t7 ROBERT W MINSTER Executive Vice President/Chief Operabrig Officer (interriabona€ Fidelity insurance Company) and President (Allegheny Casualty Company) On this 22nd day of July 2014, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duty sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY , that the seals affixed to said instrument are the Corporate Seals of said Companies, that the said Corporate Seals and his signature were duly -affixed by order of the Boards of Directors of said Companies. _ , - IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, -at the City of Newark, New Jersey the day and year first above written ``,`���,,,,t;,,,.•�•�� _ �t.SlOy - -;•per NOTARY r - oat* PVol1C � • . A NOTARY PUBLIC OF NEW JERSEY +&2�g 5 c �•'. My Commission Expires Apn[ 16, 2010 OF MEW ,,,o„kill 000 CER11FICATION I, the undersigned officer of INTERNATIONAL FiDELITY,INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that l have compared the foregoing copy of the Power of Attorney and affidavit, and the copy ofthe Sections of the By -Laws of said Companies asset forth,`n said Power of Attomey, with the onginals on file in the home office of said companies, and that the same aretcorrect transcripts thereof, and of the whole - of the Said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, It have hereunto set my hand this a. day of im(A teray, avf� J '_z = si_., �- y- _ � � •' i,�, _a ;M y,_ i:.�•'F r � " � � rt �>�. ''!�`� 5_ _ � z r' 3 ,'^rs�. '_ 'j _ w `MARIA BRANLifi; ASsiStant Sect etary x prj,�+ - ,°>> hy,� �, 17I_� ! xs -. v • ` - ¢, ~r o -� ^ ' _ :4\EwH...i.s"�M.va`T:~„{ ,-.�r•. >,9,.� �� �„d i�= �i yigr:�.',-,F �u� {` rr s - P • .t :''''f-W ,i .,_r `ca'", y - tK ..,�^nw>•u �`6 i.' f�l�"rc`4..; i* d e "°% x a - „'n' & . -,ti-.,:0�. t s - _ .... a. 'S".«r .., _<IY -,�.- i8^a,' .L'e,'-. +'`w,,`7 N'.r" t'M191..':.. W� w.«ti.$"��aa' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of Los Angeles On JAN 2 12015 before me, Monica Blaisdell, Notary Public Date Here Insert Name and Title of the Officer personally appeared Philip E . Vega MONICA BLAISDELL Commission # 1970845 Z� Notary Public - California z Orange County r My Comm Expires Mar 26, 2016 Place Notary Seal Above _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personjq whose name( is/af;e- subscribed to the within instrument and acknowledged to me that he/s$ /%ey executed the, same in his/ftoob&r authorized capacity(*eX- and that by his/hr/thaiii,i signatureoW on the instrument the personK, or the entity upon behalf of which the person 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 Signature A" l" a&ahx Siamture of Nnfary Public 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 On 0/'110' ,?01r Date before me, PHILIP E VEGA, NOTARY PUBLIC Here Insert Name and Title of the Officer personally appeared ELIZABETH H MENDOZA de MCRAE Name(s) of Signers) 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 L PHILIP VEGACOMM # 1977088NOTARY PUBLIC CALIFORNIA o LOSANGELES COUNTY MY Comm Expires MAY 31 2016 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my ha and official seal Signature 4fSignature 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 ❑ 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 NationalNotary org ' 1-800-US NOTARY (1-800-876-6827) Item #5907