Loading...
HomeMy WebLinkAboutThomco Construction Inc. - 2018-11-19 RECEIVED,&I: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating 161/ (Date) CITY OF HUNTINGTON BEACH ;} INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk ) DATE: SUBJECT: Bond Acceptance I have received the bonds for /n 1- (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. °�` �(r 7C) Payment Bond (Labor and Materials) Bond No. •�` �G' 70 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. Approved (Council Approval Date) CC No. ^^�� Agenda-Item No. V MSC No. City Clerk Vault No. ( CAD• �C Other No. SIRE System ID No. e� g1forms/bond transmittal to treasurer RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) 0: , � CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION 10ki TO: City Treasurer FROM: City Clerk p DATE: I�1l t 11 D SUBJECT: Bond Acceptance I have received the bonds for �)'Y1CC� C�mS7�yc�7 d-Y�J (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. Approved ),:�ie—1 (Council Approval Date)CC No. Agend�-I#� No. /g_ 41`7S MSC No. EIZ0 City Clerk Vault No. �(�� 90 Other No. SIRE System ID No. 0 gAorms/bond transmittal to treasurer CDBG FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND Thomco Construction,Inc. FOR MSC-520 YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT 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 Thomco Construction, Inc. a California Corporation , hereinafter referred to as "CONTRACTOR." WHEREAS, the Federal Department of Housing and Urban Development is providing partial funding for this Contract to CITY through a Community Development Block Grant; WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as MSC-520 Youth Shelter ADA Upgrades and Roof Replacement 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. SF:16-5215-142605.doe/rev 12/2016 1 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 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; SF:16-5215-142605.doe/rev 12/2016 2 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; D. The 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 as specified in the particular Plans, Specifications, Special Provisions and Addenda applicable to the Project; E. All bid documents, including the Notice Inviting Bids, the Special Instructions to Bidders, CONTRACTOR'S proposal, (attached as Exhibit "A"), "Form HUD-4010," the Federal Labor Standards Provision of the United States (attached as Exhibit "B"), and "Standard Federal Equal Employment Opportunity Construction Contract Specifications," as established by Federal Executive Order 11246 (attached as Exhibit "C"). 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 SF:16-5215-142605.doe/rev 12/2016 3 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. 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 Three Hundred Fifty-seven Thousand Four Hundred Forty-eight Dollars ($ 357,448.00 ) 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 90 (ninety) 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 SF:16-5215-142605.doe/rev 12/2016 4 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 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 SF:16-5215-142605.doc/rev 12/2016 5 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 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: l. A bond in the amount of one hundred percent (100%) of the Agreement price to guarantee CONTRACTOR's faithful performance of the work; and 2. A bond 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. SF:16-5215-142605.doc/rev 12/2016 6 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 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 each calendar day's delay in completing the work in excess of the number of working/calendar days SF:16-5215-142605.doe/rev 12/2016 7 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. 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 SF:16-5215-142605.doe/rev 12/2016 8 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. DEMANDS FOR ADDITIONAL TIME OR MONEY A. Definitions. (1) "Change Order" means a document signed by 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 CONTRACTOR for any of the following: (a) A time extension; (b) Payment of money or damages arising from work done by, or on behalf of, CONTRACTOR pursuant to this Agreement and payment of which is not expressly pennitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site SF:16-5215-142605.doc/rev 12/2016 9 differing materially from those indicated in this Agreement or the Contract Documents, or 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 PROJECT; or (f) A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order may be granted except where 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 thirty (30) 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 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 CONTRACTOR took to produce the additional information requested, whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. SF:16-5215-142605.doe/rev 12/2016 10 E. If CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, CONTRACTOR may so notify the City Engineer, in writing, either within fifteen (15) days of receipt of the City Engineer'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 CONTRACTOR's request, the DPW shall schedule a meet and confer conference within thirty (30) days to seek to resolve. F. 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 City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute, 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 time 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. 13. VARIATIONS 1N 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 SF:16-5215-142605.doe/rev 12/2016 1 1 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. 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 (l 00%) 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 (30) 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 SF:16-5215-142605.doe/rev 12/2016 12 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. 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 fled under the provisions of the statutes of the State of California. SF:16-5215-142605.doc/rev 12/2016 13 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 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 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 SF:16-5215-142605.doc/rev 12/2016 14 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 defend, hold harmless and 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 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 (the "Additionally Insured Parties") as Additional Insureds, and shall specifically provide that any other insurance coverage which may be SF:16-5215-142605.doc/rev 12/2016 15 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. 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. SF:16-5215-142605.doc/rev 12/2016 16 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 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. 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. 23. CALIFORNIA PREVAILING WAGE LAW AND FEDERAL DAVIS- BACON ACT. 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 SF:16-5215-142605.doc/rev 12/2016 17 � 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. C. This Agreement also is subject to the Federal Davis-Bacon Act. The minimum rate of wages for each craft or type of worker needed to execute the PROJECT shall be those as determined by the United States Secretary of Labor. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, CONTRACTOR and subcontractors shall pay not less than the higher wage rate. 24. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code, Sections 1810 et sect, 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 SF:16-5215-142605.doe/rev 12/2016 18 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. 25. 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. 26. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 27. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, CONTRACTOR agrees as follows: A. CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. CONTRACTOR will take affirmative action to ensure that applicants are SF:16-5215-142605.doc/rev 12/2016 19 employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: 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. CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. B. CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of CONTRACTOR, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. C. CONTRACTOR will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with CONTRACTOR's legal duty to furnish information. SF:16-5215-142605.doe/rev 12/2016 20 D. CONTRACTOR will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of CONTRACTOR's commitments under Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. E. CONTRACTOR will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the United States Secretary of Labor. A copy of Executive Order 11246, as amended, is attached as Exhibit C. F. CONTRACTOR will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. G. In the event of CONTRACTOR's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and CONTRACTOR may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. SF:16-5215-142605.doc/rev 12/2016 21 H. CONTRACTOR will include the provisions of sub-paragraphs A through G in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each sub-contractor or vendor. CONTRACTOR will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor 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-contractor or vendor as a result of such direction, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. 28. RECORD RETENTION Financial records, supporting documents, statistical records, and all other CONTRACTOR records pertinent shall be retained for a period of three years from the date of the City filing the Notice of Completion of the PROJECT. The only exceptions are the following: A. if any litigation, claim, or audit is started before the expiration of the 3- year period, the records must be retained until all litigation, claims, or audit findings involving the records have been resolved and final action taken. B. When the non-Federal entity is notified in writing by the Federal awarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for indirect costs, or pass-through entity to extend the retention period. C. Records for real property and equipment acquired with Federal funds must be retained for 3 years after final disposition. SF:16-5215-142605.doc/rev 12/2016 22 D. When records are transferred to or maintained by the Federal awarding agency or pass-through entity, the 3-year retention requirement is not applicable to the non- Federal entity. E. Records for program income transactions after the period of performance. In some cases recipients must report program income after the period of perfoi7nance. Where there is such a requirement, the retention period for the records pertaining to the earning of the program income starts from the end of the non-Federal entity's fiscal year in which the program income is earned. F. Indirect cost rate proposals and cost allocations plans. This paragraph applies to the following types of documents and their supporting records: indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). (I) If submitted for negotiation. If the proposal, plan, or other computation is required to be submitted to the Federal government (or to the pass- through entity) to form the basis for negotiation of the rate, then the 3-year retention period for its supporting records starts from the date of such submission. (2) If not submitted for negotiation. If the proposal, plan, or other computation is not required to be submitted to the Federal government (or to the pass- through entity) for negotiation purposes, then the 3-year retention period for the proposal, plan, or computation and its supporting records starts from the end of the fiscal year (or other accounting period) covered by the proposal, plan, or other computation. SF:16-5215-142605.doe/rev 12/2016 23 29. NOTICE OF THIRD-PARTY CLAIM Pursuant to Public Contracts Code Section 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. 30. 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 29 and any damages shall be assessed as set forth in Section 29. 31. 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 SF:16-5215-142605.doc/rev 12/2016 24 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, 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. 32. 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. 33. 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. 34. 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. SF:16-5215-142605.doc/rev 12/2016 25 35. 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. 36. 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 Thomco Construction, Inc. ATTN: Jerry Thompson , Public Works ATl'N: Diana L. Thompson,President 2000 Main Street 1279 N. Patt Street Huntington Beach, CA 92648 Anaheim, CA 92801 SF:16-5215-142605.doe/rev 12/2016 26 37. 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. 38. 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. 39. 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. 40. 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 SF:16-5215-142605.doe/rev 12/2016 27 bear its own attorney's fees and the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 41. 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. 42. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 43. 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 SF:16-5215-142605.doe/rev 12/2016 28 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. 44. 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. 45. 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. 46. 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, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. SF:16-5215-142605.doc/rev 12/2016 29 1 i IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed s by and through their authorized officers on November 19th ,2018 s 1 i CON CTOR: CITY OF HUNTI�IGTON B CH, a ` municipal oraWnorf' th to of California ay: 1 Fc*.1 N �- • I kF-tjH P Sa Mayor (print name) ITS: Chairm Preside ice-President City Clerk alle,1//g 2 (circle one) INITIATED AND APPROVED: AND By: Director of P lic Works 121> Hps NJ (print name) REVIJ APPROVED: ITS- ecretar Chief Financial Officer / Asst. Secretary/Treasurer (circle one) r City Manager It APPROVED } I a s City Att I 6 E S i SF:16-5215-142605.doc/rev 12/2016 30 EXHIBIT A (Contractor's Proposal) SF:16-52 15-142605.doc/rev 12/2016 31 SECTION C PROPOSAL for the construction of MSC-520 YOUTH SHELTER ADA UPGRADES and ROOF REPLACEMENT 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 therefore, 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 90 working days, starting from the date of the Notice to Proceed. 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 re-advertise 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. Accompanying this proposal of bid, find Bidder's Bond for 10% in the amount of (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for_% ",as the case may be) 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. Any standard Surety Bid Bond form is acceptable. C-t Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidd is Signature ONE October 18, 2018 TWO October 22, 2018 PROJECT WORK SCHEDULE: 1. The contract shall allow the Contractor 90 working days to complete the contract. 2. The Contractor shall start the project no later than December 17,2018. 3. The Contractor shall complete the project no later than April 25,2019. Bi r shall signify receipt of Project Work Schedule here: Bidder's Signatu e PROJECT BID SCHEDULE Item No'.'." Item r " Bid°Amount>m.Fi ures.. 1. MSC-520 Youth Shelter Construct ADA restroom and kitchen ADA Upgrades & Roof and accessible path improvements and $ 357>448.00 Replacement demolish and replace existing roof per plans and specifications Total Lump Sum Bid Amount $ 357,448.00 Total Bid Amount in Words: Three hundred fifty-seven thousand four hundred forty-eight dollars. C-z 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. Bad ," 11 Iteaat(S) t..:° g,r, %i 0 r�D11a . �i .,. Name,and Address of Subcontractor and C1ask _DIR#_ „ < 4inaunt o Contrdct _.. , #876494 C-21, Quality Environmental, Inc. C-61/D-63,C- 22,DOSH No. Abatement 13123 Lakeland Rd. Ste A,Santa Fe Springs,CA 90670 947 1000001511 11,770.00 3.3% Zarate Construction, Inc. #929583 B, Concrete 2024 S. Gamsey St., Santa Ana,CA 92707 C27 1000017001 6,600.00 1.8% #876494 C-21, Quality Environmental, Inc. C-61/D-63,C- 22,DOSH No. Demolition 13123 Lakeland Rd. Ste A,Santa Fe Springs,CA 90670 947 1000001511 31,570.00 8.8% Top Notch Doors Inc. Doors/Fram es/HW 8604 Pecan Ave., Rancho Cucamonga, CA 91739 #834058 C-6 1000012587 8,250.00 2.3% Thomas Gilstrap Construction #599696 B, Drywall 9565 Wichita Dr., Riverside, CA 92503 C-9 1000007869 10,238.80 2.9% Pride Electric Enterprises Electrical 3456 Webster Avenue, Perris,CA 92571 #816595 C-10 1000024908 11,667.70 3.3% Cardinal Sheet Metal, Inc. Flashing& #720833 C-43, Sheet Metal 3184 Durahart St., Riverside, CA 92507 C-20 1000003451 6,175.40 1.7% Allied Mechanical Air Systems Inc. HVAC 113111 Brooks Drive Suite K,Baldwin Park,CA 91706-7901 #602765 C-20 1 1000016729 1 5,940.00 1 1.7% 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 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 Items) State Lic# , Dollarl %of ' E Name.and Address o 'Subcontractor„' i ;fl`�'and Class,. DIR# Amount°''?!` , _Contract.f Viking Insulation Company Insulation 3014 Floyd Street, Burbank, CA 91504-2505 #297771 C-2 1000000476 1,248.50 0.3% Charley Tuttle's Custom Welding And Metal Fabrication,Inc. #859267 C-23, Metal C-34, C-51, Fabrication 8087 West Lilac Road, Bonsall,CA 92003-4331 C-60 1000001963 1,887.60 0.5% L&T Industries, Inc. Millwork 4084 Mission Blvd.,Montclair, CA 91763 #811582 C-6 1000013738 21,945.00 6.1% Specialized Painting Co., Inc. #641031 C-33, Painting 530 West Central Avenue Suite A, Brea, CA 92821 C-2 1000005530 5,302.00 1.5% DC Plumbing #1007848 TPlumbin,LPO Box 832, Los Alamitos, CA 90720 C-36 1000059290 23,430.00 6.6% JJ Roofing Roofing PO Box 5657, Riverside, CA 92517-5657 #409528 C-39 1000001581 48,474.80 13.6% W.S. Klein Contractor,Inc. Rough Carpentry F 138 Arena St.,El Segundo, CA 90245 #735376 B 1000009829 27,857.50 7.8% JNJ Tile Co., Inc. #665139 C-54, IL Tile 9713 Orange Ter., Pico Rivera,CA 90660 C-15 110000061281 29 700.00 1 8.3% 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 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. Bad Name and A_ddress,of Subcoralracton ! ared Class ��;DIR Ainounl°; Gontrac"t , ., .. .. .4� .. Toilet& YTI Enterprises, Inc. Bathroom #830286 C-61 / Acc. 1260 S. State College Pk ,Anaheim, CA 92806 D34 1000005750 15,510.00 4.3% 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 on10/25/18, at Anaheim , CA Date City State Diana L. Thompson being first duly sworn, deposes and says that he or she is President of Thomco Construction,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. Thomco Construction,Inc. Name of Bidder tu A- A-46 61--- Signature of Bidder 1279 N. Patt Street Anaheim, CA 92801 Address of Bidder C-4 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202 (see Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Doctment 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 California Subscribed and sworn to (or affirmed) before me County of rti on this Z c� day of nC_`{"OVoe,V' , 20 by Date Month Year jeMy HOLLY HILL (and (2Notary Public CaliforniaName(s) of Signer(s) Orange County Commission#2249757 Comm.Expires Jul 13,2022 proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature a�:Q� 4L�'k Sig re 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: Document Date: Number of Pages: Signer(s)Other Than Named Above: • ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5910 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 PROJECT NAME, (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. Thomco Construction,Inc. Contractor 6A;�j /Diana L.Thompson By President Title Date: 10/25/18 • C-s 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 IN 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. Thomco Construction, Inc. Contractor B President Title Date: 10/25/18 • C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Thomco Construction,Inc. Bidder Name 1279 N.Patt Street Business Address Anaheim, CA 92801 City, State Zip (714 ) 447-0010 Telephone Number 730401 B State Contractor's License No. and Class 12/10/1996 Original Date Issued 2/29/2020 Expiration Date The work site was inspected by Dillon Thompson of our office on October 16 ,2018. The following are persons, firms, and corporations having a principal interest in this proposal: Diana L.Thompson/President Robert G.Thompson/Vice-President 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. Tbomco Construction,Inc. C p y Name Signature of Bidder Diana L.Thompson Printed or Typed Signature Subscribed and sworn to before me this day of ,201_ . (Please see attached jurat) NOTARY PUBLIC . NOTARY SEAL C-8 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202 ,S See Attached Document (Notary to cross out lines 1-6 below) C See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) J i Signature of Docufnent 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 California Subscribed and sworn to (or affirmed) before me County of -��� on this 2i' " day of CC- U"P_( 20 ,1 A by Date Month Year (1) L .N'n01MQSbY) (and (2) ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence .• HOLLY HILL to be the person(s) who appeared before me. r; Notary Public-California = Orange County q Commission a 13 Jul , My Comm.Expires Jul 13 2022 Signature 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: Document Date: Number of Pages: Signer(s)Other Than Named Above: C2014 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. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. List below the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. *PLEASE SEE ATTACHED JOBS COMPLETED LIST* 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-9 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. Louis Kloss Name of proposed Project Manager Telephone No. of proposed Project Manager: 714/447-0010 Statler Youth Center Renovation/ $953,324.94 Youth Center Renovation September 2018 Project Name& Contract Amount Type of Work Date Completed Beaumont Base Interior Remodel/$696,495.63 Interior Remodel Tune 2018 Project Name & Contract Amount Type of Work Date Completed Garden Grove Police Department/ $793,518.00 Tenant Improvement January 2018 Project Name & Contract Amount Type of Work Date Completed 2. Frazer Love Name of proposed Superintendent Telephone No. of proposed Superintendent: 714/447-0010 So Cal Gas Water Management/$1,863,883.17 Vanous site TI,mostly mechanical June 2018 Project Name & Contract Amount Type of Work Date Completed San Dimas Restroom Remodel/$849,777.00 Restroom Remodel January 2018 Project Name & Contract Amount Type of Work Date Completed Industry Base Restroom/$ 537,248.00 Restroom Remodel April 2017 Project Name& Contract Amount Type of Work Date Completed C-10 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/Public Works/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https:Hefil ing.dir.ca.gov/P WCR/ActionServiet?action=displayP 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. Thomco Construction, Inc. Contractor By President Title Date: 10/25/18 DIR#: 1000007130 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 requirements 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: Thomco Construction, Inc. Contact Person: Diana L. Thompson Contact Phone: 4/447-00 0 Signed: Date: 10/25/18 *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). c-12 EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE (DBE) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds. The Contractor should ensure that DBEs, as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps, as set forth in Part 200.321, Title 2 CFR, for this assurance. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-13 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. MSC-520 Bid Opening Date 10/25/18 The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 0%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 DBE Good Faith 10/4/18 DBE Journal 10/4/18 Bidmail 10/3/18 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 Solicitation and Dates Please see attached sheets C-14 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. Bidder Normally Items of Work Performs Item Breakdown Amount Percent of (Y or N) of Items ($) Contract Thomco doesn't self perform any trades work. All trade work is available to all bidder's DBE or otherwise. 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: Please see attached sheets 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: Subcontractors not required to Bond for this job. Thomco Construction will assist with insurance needs if project is awarded to Thomco Construction, Inc. C-15 iF. 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: None 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 DBE Good Faith 10/4/18 Please see attached sheets DBE Journal 10/4/18 Please see atatched sheets Bidmail 10/3/18 Please see attached sheets 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. C-1 6 c - ® Thomco Construction,Inc. 1279 North Patt Street Anaheim,CA 92801 Tel: (714)447-0010 Fax: (714)447-0170 Ad Proofs Project Name: Huntington Beach Youth Shelter ADA Upgrades Contract/Bid #: 3376 Awarding Agency: The City of Huntington Beach Focus Journal Ad Publication: DBE GoodFaith (DBEGoodFaith.com) Published On: 10/04/2018 @ 03:07:54 PM PST Expired On: 10/23/2018 @ 11:59:59 PM PST Messages Notifications Sent To: Dillon@thorn-co.com Published At: https://www.dbegoodfaith.com/good-faith-ad.php?ad_adid=42658&co_name=Thomco+Construction%2C+Inc. Thom,co.Construction, Inc.. Is g qualified DBEs Project Name Huntington Beach Youth Shelter ADA Upgrades Get in Touch Bid/Contract# 3376 4 Outreach Coordinator Awarding Agency The City of Huntington Beach Project Estimator Dillon Thompson f Project Location P Huntington Beach, Orange County County, CA Telephone (714)447-0010 Ext. 14 ) Bid Date 10/23/2018 at 10:00 Fax (714)447-0170 Project Details Address This project primarily consists of ADA improvements to 1279 North Patt Street existing youth shelter kitchen, boys and girls restrooms and Anaheim, CA 92801 accessible path of travel. Significant renovation of existing roof and roof screens with new material and finishes is also involved. Removal and replacement of driveway approach. Parts of the asphalt parking lot are to be ground down and t restored. l 1 [ Thomco will be accepting proposal from the following trades: i ? Selective Demolition ? Rough Carpentry l ? Millwork ? Drywall ? Roofing ? Doors/Frames/Hardware ? Ceramic Tile F ? Painting ? Concrete ?Asphalt Paving & Striping ? Insulation 3 ? Flashing &Sheet Metal € ? Mechanical ? Plumbing ? Electrical ? Restroom Accessories The plans and specs are viewable here (BidMail): Page 11 Ad Proofs-Huntington Beach Youth Shelter ADA Upgrades... https://share.bidmai l.com/index.htm I#viewerhybrid?g uid=57e7Ol 3f-Odb8-4fa9-a5c4-343cl 1243479 ti or here (BidBoard): E https://www.ebidboard.com/public/projects/index.asp?mbrguid=l 67C13833-13305-40F6-13121- 1F1D482930F5 • Page III Ad Proofs-Huntington Beach Youth Shelter ADA Upgrades... Trade Journal Ad Publication: DBE Journal(DBEJournal.com) Published On: 10/04/2018 @ 03:07:54 PM PST Expired On: 10/23/2018 @ 11:59:59 PM PST Published At: http://dbejournal.com/index.php?show—ad=42658&ad_project name=Huntington+Beach+Youth+Sheiter+ADA+Upgrades&co—name =Thomco+Construction%2C+Inc. _. .__... ...........m...., ., ., ,,,...,..,.,.,...,,,..._,,......,.,...............,...............,....,..........,............ . ..,..,... .....-.--------------,...... a t 3 Outreach Coordinator Thornco Construction, Inc. is seeking qualified DBEs f Estimator 4 ...................................... E Dillon Thompson 7 Contact Information Project Name ....................................................... ............................................. ...... ............................................. ... ......, s 1279 North Patt Street Huntington Beach Youth Shelter ADA Upgrades ) Anaheim, CA 92801 k $ 2 Bid/Contract...... # _......................................... ........ Telephone ........................................... ............................... (714)447-0010 Ext.14 3376 FaxAwarding Agency...................................................._......................._.......................................................... .......................... (714)447-0170 The City of Huntington Beach k e G Project Location ...................................................._.......................................... ........... Huntington Beach,Orange County County, CA f Bid Date ' 10/23/2018 at 10:00 i x I j Project Details This project primarily consists of ADA improvements to existing youth shelter j kitchen, boys and girls restrooms and accessible path of travel. Significant { renovation of existing roof and roof screens with new material and finishes is also involved. Removal and replacement of driveway approach. Parts of the asphalt parking lot are to be ground down and restored.Thomco will be 4 accepting proposal from the following trades: ?Selective Demolition?Rough Carpentry?Millwork?Drywall?Roofing?Doors/Frames/Hardware? Ceramic Tile?Painting?Concrete?Asphalt Paving&Striping? Insulation? Flashing&Sheet Metal?Mechanical?Plumbing?Electrical?Restroom Accessories r x j The plans and specs are viewable here(BidMail): https://share.bidmail.com/index.html#viewerhybrid?guid=57e70l 3f-Odb8-4fa9- a5c4-343c11243479 or here(BidBoard): https://www.ebidboard.com/public/projects/index.asp?mbrguid=l 67CB833- B305-40F6-B1 21-1 F1 D482930F5 r 3 F n 4 E ' d, _,.w_.._. _._ _ _.,. _.._ _ .. .. ................. ._. _. ._ . ....... . .. , ..., _r------ . _ .......... ------ , _.., ,. ........, .......,,...... ..,.,.,_.....I Page IV Ad Proofs-Huntington Beach Youth Shelter ADA Upgrades... Tweet Published On: 10/04/2018 @ 03:07:54 PM PST Published At: https://twitter.com/dbegoodfaith DBE GoodFaith Inc. Gm!F-L_:tr. dbegoodfa!th Thomco Construction, Inc. is seeking DBEs in Huntington Beac. .. dbegoodfaith.com/good-faith-ad.. .. 03:10PM -04 Oct 2013 • Page V Ad Proofs-Huntington Beach Youth Shelter ADA Upgrades... MGoodFaith your bid outreach solution P.O. Box 14912•Oakland,CA 94614 T.(877)802-3394•F.(510)751-0780 THANK YOU! Transaction Date 10/04/2018 03:07 PM Order No. 101356-42658 Billed to Thomco Construction,Inc. 1279 North Patt Street Anaheim,CA 92801 T.(714)447-0010 ext. 14 F.(714)447-0170 Dillon@thom-co.com Project Name Huntington Beach Youth Shelter ADA Upgrades Project/Contract# 3376 • Transaction Summary Bronze Package $30.00 ■ Focus Journal Notice ■ Trade Journal Notice TOTAL:$30.00 • MGoodFaith your bid outreach solution 10 P.O.Box 14912•Oakland,CA 94614 T.(877)802-3394•F.(510)751-0780 THANK YOU! Transaction Date 10/04/2018 03:07 PM Order No. 101356-42658 Billed to Thomco Construction,Inc. 1279 North Patt Street Anaheim,CA 92801 T.(714)447-0010 ext.14 F.(714)447-0170 Dillon@thom-co.com Project Name Huntington Beach Youth Shelter ADA Upgrades Project/Contract# 3376 Transaction Summary Bronze Package $30.00 ■ Focus Journal Notice ■ Trade Journal Notice TOTAL:$30.00 • I 0 MBE, DBE, HUD 3, DVBE, WBE Partication Project Report is DATABASE: THOMCO DATABASE Jon Code;3376 PROJECT Huntington Beach Youth Shelter ADA Improvements BID DATE: 1012312018 10:00 am ADDENDA: LOCATION: 7291 Talbert Avenue ESTIMATOR: Dillon Thompson Scope/Comments: INVITATION TO BID THOMCO Bid#3376 BID DATETIME: October 23rd,2018 @ 10 00 am PROJECT: Huntington Beach Youth Shelter ADA Improvements OWNER, City of Huntington Beach LOCATION 7291 Talbert Avenue,Huntington Beach,CA 92645 SCOPE OF WORK This project primarily consists of ADA improvements to existing youth shelter kitchen,boys and girls restrooms and accessible path of travel.Significant renovation of existing roof and roof screens with new material and finishes is also involved.Removal and replacement of driveway approach.Parts of the asphalt parking lot are to be ground down and restored. NEW PUBLIC WORKS REGISTRATION REQUIREMENTS:All contractors and subcontractors shall not be qualified to bid on or 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 Sections 1771.1(a)and 1725.5 More information may be Found at: http:lhvww.dir.ca.govlPublic-WorkslPubliciJVorks.htmr. This project is a public project with prevailing wages and ALL contractors are required to comply with Labor Code 1777.5 and 1777.6. These labor codes also involve possible donations to an apprenticeship program. You may not be required to donate if your company is union. PLEASE BE SURE TO INCLUDE THESE IN YOUR BIDI1!There is a per day penalty for underpayment of prevailing wages and/or overtime payments. Thomco requires that all subcontractors issue certificates of insurance(general liability&workers compensation)naming Thomco Construction Inc.as additionally Insured. For the workers compensation:a waiver of subrogation for the duration of the project is required. Please include the costs for obtaining these in your bid.If Subcontractor is performing Structural Steel ErectionlFabAcation,the insurance amount must be$2,000.000 Aggregat0$1.D00.000 Per Occurrence for bodily injury,personal injury.and property damage,plus an Excess Umbrella Liability policy in the amount of $5,000,000.NO INCREASE IN CONTRACT AMCUNT(S)WILL BE ISSUED AFTER BID FOR THESE CONDITIONS. Thomco will be accepting proposal from the following trades. Selective Demolition Rough Carpentry Millwork Drywall Roofing Doors/Frames/Hardware Ceramic Tile Painting Concrete Asphalt Paving&Striping Insulation Flashing&Sheet Metal Mechanical Plumbing Electrical Restroom Accessories Penalties: $1,000 per day Schedule:90 Calendar Days Estimated Award of Contract:Within 60 days Bids Due 10123118 Before 1 D am -RFIS DUE BY 10/16/18"` Please direct any question regarding this bid to me via email. We thank you in advance for your participation. Dillon Thompson Dilluriethom-co.corn PLEASE FAX THIS FORM AS WELL AS THE PREVIOUS PAGE MARKED WITH THE TRADES YOU ARE INTERESTED IN BIDDING ON. FrDm: %{contractor} Phone. %(phone} Fax:%{fax] Trade %{trade}.'/{trade desc} Bidding?[ I Yes [ ] No "`Plans for this Project.Are only available online or to view in Thomcos Plan room.— [ ]Will View Plans&Specs on Line @ www,thomcopro.com [ ]11011 View Plans&Specs on Line @ www,SidMail.com ( I Will view plans at Thomco Constructions Plan Room. Please fax these pages back to let Lis know if you are bidding or not.We do not want to keep sending you invitations to bid or any future addendums thru your fax that may come out if you are not interested bidding.We also have several projects out to bid right now,so please checkout vnvw.thomcepro.com! If you have any trouble with www.bidmail.com please call us& Trade Summary Total ? Y I N M B A Trade Summary Total I ? I Y N M B A 00001 Unknown Trade 1 0 0 0 0 1 0 16D50 ELECTRICAL 1 10 1 0 0 8 D 2 0 02060 DEMOLITION B Q 1 1 5 0 2 0 Totals: 1 257 1 14 8 181 01 54 0 02080 HAZARDOUS MATERIAL ABATEMENT 13 1 0 8 0 4 0 02521 CONCRETE 22 0 0 17 0 5 0 05500 STRUCTURAL STEEL 17 1 1 13 0 2 D 06100 ROUGH CARPENTRY 31 2 1 26 0 2 0 06200 CABINETS&FINISH CARPENTRY 12 1 0 5 0 6 0 07200INSULATION 4 Q 0 3 0 1 D 07500 ROOFING 32 1 2 1 25 0 4 D 07600 FLASHING AND SHEET METAL 7 1 0 3 0 3 0 08100 DOORS,FRAMES&HARDWARE 20 3 0 14 0 3 0 09260 GYPSUM BOARD(DRYWALL) 5 0 1 2 0 2 0 09300 TILE 18 0 1 14 0 3 0 09900 PAINTING 13 0 0 11 0 2 0 10800 TOILET AND BATH ACCESSORIES 9 1 2 2 0 4 0 15400 PLUMBING 27 2 0 19 0 6 0 15500 HEATING,VENTILATING&AIR COND. B 0 0 6 0 2 0 Fff aft- Summary: of 1 Prin#ed :local—time 111',"Ili lvia&,It'd l l:ll l.F4 i'115'!Ir MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact P Fax Re; Email Re Bid RE Job(Votes Results 00001 Unknown Trade Thomco (714) 1279 N.Patt ANAHEIM CA 92801 CPUC,SBE Plans Holly Success Success Bid Success, Construction 447-0010 Street Viewed Haney Receive Oct 23, 18:36 02060 DEMOLITION JMM Demolition (951) 11483 Floyd BEAUMONT CA 92223 Joe Murrey Success Success Yes Oct 24 2018 10:45AM- Success, 543-5004 Circle left Joe a voicemail,Oct Oct 23, 23 2018 11 A6AM-Left a 18:36 specific message in Joe's voicemait.,Oct 8 2018 10:55AM-Spoke with Joe and he said yes he will bid. GREENLEAF (714) 18685 Main HUNTINGTON CA 92648 Jessie Success Success No Oct 24 2018 10:44AM- Success, GRADING CO. 847-2700 Street BEACH they are no longer Oct 23, bidding,Oct 23 2018 18:36 11:44AM-Jessie was on the other line so I left a specific message for him with Sarah,the receptionist.,Oct 8 2018 10:50AM-Jessie said he believes they will be able to bid and to mark him as a yes. Adams Demolition, (714) 12340 Seal SEAL BEACH CA 90740 Dennis Success Success No Oct 11 2018 11:08AM- Success, Inc 955-2215 Beach Blvd Canning they will not be bidding, Oct 09. Oct 8 2018 10:40AM- 17:26 Left a message on the primary number which sounded like a cell phone. R.J.Allen (714) 10392 Stanford Garden Grave CA 92840 Plans Adam Success Success Bid Oct 23 2018 11 A7AM- Success, 539-1022 Ave. Downloadec Hopkins Receive Spoke to Adam and he Oct 23, just finished typing up his 10:33 proposal and will get it over to us shortly.,Oct 8 2018 11:22AM-Adam called back to say that he will be bidding.,Oct 8 2018 10:57AM-Left a message on Adam's cell phone. T Page :1 of 49 Printed:Oct 24,2018 10:23 AM Pfr1n o11 1,[:4l 1i Wa"MOIr MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 10:OQ am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact P Fax Re: Email Re Bid Rt Job!Votes Results 02060 DEMOLITION G.D.Heil,Inc. (714) 1640 Claudina Anaheim CA 92805 Will Success Success No Oct 15 2018 2:51 PM- Success, 687-9100 Way Thomas Spoke to Will and he said Oct 11, they are not bidding.,Oct 18:28 11 2018 11:09AM-left Will a voicemail,Oct 8 2018 10;47AM-Courney is now the president- Receptionist transferred me to Will's cell phone-I left a message there and updated the contact info and email address-also resent the bid invite.The only thing I didn't get was his extension. Flat&Vertical,Inc. (714) 7342 walnut Buena Park CA 90620 DVBE,SBE Plans Adam Fry Email Success Bid Oct 23 2018 11,42AM- Success, 774-2031 ave Downloader Only Recem Spoke to Adam and he Oct 23, should have his proposal 10:33 over to us within a few hours..Oct 8 2018 10:43AM-Spoke with Adam and he said yes he's bidding. Sun-Lite (323) 1721 S Bluff Montebello CA 906-40 Sammy Do Not Failure No Oct 8 2018 10:59AM- Failed,Oct 728-7399 Road Morales Send List Primary number said"no 09, 17:26 routes found then beep like busy". Called the cell phone and got voicemail with no greeting. I left a message but not sure it's going to the right person... Precision Grading& (909) 467 W. SAN DIMAS CA 91773 Lee Do Not Success No Success, Excavating 592-8683 Baseline Road Forsberg Send List Oct 04, 13:46 02080 HAZARDOUS MATERIAL ABATEMENT American (714) 210 Baywood Orange CA 92865 Luan Success Success No Success, technologies,Inc 283-9990 Avenue Nguyen Oct 16, 16:37 Rage :2 of 43 Printed:Oct 24,2018 1 D:23 AM -E.�e.•,i 14,11 hi,S:'LIas1,3.vh: ni VIBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Sid Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority OnlineAc Contact h Fax Re: Email Re Bid RE Job Motes Results 02080 HAZARDOUS MATERIAL ABATEMENT Karcher (714) 2300 E ANAHEIM CA 92806 Plans Mark Success Success Bid Oct 17 2018 12:51PM-I Success, Environmental 385-1490 Orangewood Download€c Kavanaugh Receive spoke to mark and he Oct 22, Ave wanted to know if he could 14:18 go visit the site(No)and if I could send him some photos I took. I will email him what photos I took.but I told him that if he looks at the hazmat report in the back of the spec book there are a lot of photos there.,Oct 17 2018 12A8PM-Dillon spoke to mark AMPCO (949j 1540 S.Lewis ANAHEIM CA 92805 Frank Sirop Success Success No Oct 17 2018 12:46PM- Success, Contracting, Inc 955-2255 Street they are not bidding Oct 16, 1637 Matrix Industries. (562) 12235 Los SANTA FE CA 90670 Adam Success Success Oct 23 2018 4:29PM- Success, Inc. 236-2700 Nietos Rd. SPRINGS Lowe Adam went home already. Oct 23. receptionist checked and 18:36 it is not on the bid board., Oct 19 2018 1:57PM-left adam a voicemal in the general mailbox,Oct 17 2018 12:51 PM-left adam a voicemal Mayfield (562) 2521 East Long Beach CA 90806 Jim Success Success No Success, Enterprises.Inc. 434-2115 Spring St Mayfield Oct 16, 16:37 5M Contracting (714) 620 South B TUSTIN CA 92780 David Success Success No Oct 19 2018 1:49PM- Success, 730-5931 Street,Suite A they are not bidding,Oct Oct 18, 19 2018 1:44PM-left 14:59 another message for david,Oct 17 2018 11:53AM-left a message with the receptionist for David EfpPage :3 of 49 Printed:Oct 24,2018 10;23 Anil 1My"111.111 0 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 10,00 am Company Phone Street 1 City State ZIP Code Minority OnlineAc Contact h Fax R& Email Re- Bid Rt Joky Notes -Results--] 02080 HAZARDOUS MATERIAL ABATEMENT Quality (562) 13123 SANTA FE CA 90670 MBE Plans Peter Success Success Bid Oct 23 2018 11:55AM- Success, Environmental Inc, 941-1434 Lakeland Rd. SPRINGS #,SBE Downloadec Delvai Receivt Spoke to Peter and he is Oct 23, Ste A in the middle of a jab 18:36 emergency so he is on the way to that site to evaluation. He said hopefully he wili still be able to get a proposal over to us by the end of the day today.,Oct 19 2018 1:58PM-they will be bidding,Oct 17 2018 12:53PM-we didn't have the right email for peter.I resent the invite Asbestos Instant (323) 3517 Los Angeles CA 90018 Plans Joy Keaton Success Success No Oct 19 2018 1:52PM- Success, Response,Inc. 733-0508 Washington Downloade< they are not bidding,Oct Oct 18, Blvd. 17 2018 12:50PM-Joy is 14:59 the new contact.I got her email and resent the invite out Absolute (562) 8433 Chetle SANTA FE CA 90670 SBE Plans Richard Success Success Bid Oct 23 2018 11:49AM- Success, Abatement 945-4700 Avenue SPRINGS Downloadet Receivt Richard was unaware of Oct 23, any bid,but said he would 10:33 check and get back to us. I told him someone viewed plans,so hopefully they will be bidding.,Oct 19 2018 1:50PM-they will be bidding,Oct 17 2018 11:56AM-Richard is our contact.Resent the invite Allied 8181781-24t 11333 North CA 91605 Jeff Hall Do Not Failure No Oct 17 2018 11:58AM-no Failed,Oct Environmental VANOWEN ST. Hollywood Send List longer in business but 1 16, 16:37 Services can't turn them red Page :4 of 49 R�P, >� Printed:Oct 24,2018 10:23 AM Wa ii,av-r,Y•rrR 0 0 0 IVIBE, DBE, HUD 3, DVBE, WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 1 0:00 am Company Phone Street I City State ZIP Code Minority Online Ac Contact h Fax Re: Email Re- Bid Rf Job Notes Results 02080 HAZARDOUS MATERIAL ABATEMENT Castlerock (562) 10040 Painter SANTA FE CA 90670 Scott Do Not Success No Oct 23 2018 4:22PM- Success, Environmental,Inc. 941-9244 Ave. SPRINGS Send List Scott out sick today; Oct 23. checked with Danny who 10:33 checked with other estimators and no one seems to be bidding.,Oct 19 2018 1:56PM-Scott said he will call me back shortly to let me know, Oct 17 2018 12:50PM- left Scott a voicemail STI Demolition,Inc (714) 950 N Tustin ANAHEIM CA 92805 Plans Ralph Do Not Success aid Oct 24 2018 11:22AM- Success, 1 Full Scale 254-0534 Ave Viewed Rodriguez Send List Receivf Ralph called back-he Oct 23, Demolition had Dillon's name spelled 18:36 wrong-he corrected and resent-I confirmed with Dillon he received it.,Oct 24 2018 10A7AM-Left a message for Ralph on his cell,Oct 23 2018 11:56AM-Ralph not in; Spoke to Gina and gave her a specific message for Ralph.,Oct 17 2018 1:00PM-Ralph will be bidding_,Oct 17 2018 12:56PM-Ralph spoke with Dillon Universal (800) 5267 Warner Huntington CA 92649 MBE# Mark Do Not Success No Success, Abatement 606-8500 Ave. Beach Newton Send List Oct 16, 16:37 02621 CONCRETE Mark Company (714) 2292 C North Orange CA 92.865 Bill Success Failure No Oct 9 2018 11:19AM-left Success, 685-3462 Batavia Townsend a message in the Oct 09, estimating department 17:26 -� `- Page :5 of 49 ENdMail Printed:Oct 24,2018 10:23 AM f o. rinu.nl�`14,t�9an•ierrariR 0 9 9 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/2312018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact Fax Re: Email Re Bid R+ Job Notes Results 02521 CONCRETE PROWEST (866) 740 W.Grove Orange CA 92865 MBE Plans Ernie Success Success Bid Oct 19 2018 2:19PM- Success, ENGINEERING 278-0572 Ave.,Ste.A #,SBE,WBE Downloade€Aguilera Receiv€ they are bidding,Oct 17 Oct 22, INC 2018 1:09PM-left a 14:18 message with the receptionist.Oct 15 2018 12:04 PM-Added them from Bidmail network- spoke with Melinda and she said this type of work is exactly what they do. Ernie was the estimator I should touch base with but he was out at a jobsite. I verified the email address and will send an invite-but Melinda also took my info and will try to have Ernie call me. Zarate (714) 2024 S. SANTA ANA CA 92707 Plans Rafael Success Success Bid Oct 23 2018 12:09 PM- Success, Construction,Inc 557-8238 Gamsey Viewed Zarate Receiv€ Left a specific message Oct 23, for Rapha in the general 10:33 mailbox and on his cell phone.,Oct 8 2018 12:11 PM-Rafa said yes he's bidding, Pacific Mechanical (562) 360 N. Palm Brea CA 92821 Robert Success Success No Oct 11 2018 11:34AM- Success, Construction 905-3101 Street Kelly left Robert a voicemasl, Oct 11, Oct 9 2018 11:32AM-left 16:28 Robert a voicemail Mike Payne& (951) 33370 Mission Wildomar CA 92595 Plans Michael Success Success No Oct 8 2018 12:03PM- Success, Associates 674-8377 Trail Viewed Serrano Michael said he will look Oct 05, and let us know, 16:24 Rick Hamm (714) 201 West ORANGE CA 92867 Ricky 'Success Success No Success, Construction Inc. 532-0815 Carleton Hamm Oct 04. Avenue 12:01 DYNAGUARD (714) 946 N. Lemon ORANGE CA 92867 DBE RUSSELL Success Success No Success, 771-7411 Street D Oct 08, MASCAREt 13:19 Page :B of 49 Printed:Oct 24,2018 10:23 AM ,.fo :unr:r�l::Iis.!4-rn.iLtis.rnf 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job. 3376-Huntington Beach Youth ShelterADA Improvements Bid Date: 1012312018 10:00 am Company Phone Street I City State ZIP Code Minority CnlineAc Contact i Fax Re: Email Re: Bid Ri Job Notes Results 02621 CONCRETE Allied Paving Co, (714) 1234 N.Blue ANAHEIM CA 92806 SBE Plans Josh No Success Bid Oct 19 2018 2:03PM-deft Success, 632-7484 Gunn Street Downloadec Answer Receiv€ Josh a voicemal,Oct 17 Oct 23, 2018 12:59PM-we had 10:33 Josh for email and its Joshua.I resent the invite, Oct 15 2018 2:56PM . Resent Invite to Josh's attention(hopefully the correct email)for the concrete trade.,Oct 15 2018 11:55AM-Ok so_ was trying to add people using the bidmail network and came across this company who was already in our bidmail. Anyway, Vanessa said yes,they do prevailing wage and transferred me to someone(later found out it was Josh)'s cell phone (7 1 4130 8-74 3 5). 1 left him a message and then tried to call their office hack and ended up dialing Aaron's cell phone where I ALSO left a message..., Oct 8 2018 11:04AM- Verzon wireless customer is not available... Will try to circle track around. MAS IRON (323) 1850 E.61st LOS ANGELES CA 90001 OBE Eric Sladen Email Success No Oct 11 2018 11:33AM-no Success, 973-9100 Street Only PW,Oct 9 2018 11:28AM Oct 09. -left a message in the 17:26 general mailbox EiVdMail Page :T of 49 Printed:Oct 24,201$10:28 AM 11,1, 3iierl1e&I kid:"'I.n ;.•411 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1 012312018 1 0:00 am Company Phone Street I City State ZIP Code Minority OnlineAc Contact Fax Re: Email Re Bid Ri Job Notes Results 02521 CONCRETE JAM Structures Inc. (818) Los Angeles CA 91040 Gilbert Email Success No Oct 17 2018 1:04PM- Success, 970-6101 Quiroz Only they will not be bidding, Oct 16, Oct 15 2018 2.58PM- 15:47 email address listed had a misspelling in the company,portion. I corrected and resent invite.,Oct 15 2018 11:23AM-LM on VM-I called the number fisted on the left(not below)and it sounded like a cell..., Oct 11 2018 11:29AM- tony said to call filbert. called glberl and he said to resend the invite,Oct 112018 11:26AM- 8184861667,Oct 9 2018 11:12AM-mailbox is Tull A&S Cement (714) 8140 Monroe STANTON CA 90680 DBE,MBE Plans Mike Email Success No Oct 8 2018 11:57AM- Success, Contractor,Inc 220-2694 Ave #,SBE Viewed Schunk Only Mike said he's going to Oct 05, look at it later today and 16:24 will let us know, American Gunite (323) 714 South LOS ANGELES CA 90005 Fred Do Not Success No Oct 9 2018 11:07AM- Success, Inc. 931-1269 Plymouth Blvd, Houriani Send List they are not bidding Oct 08, 13:19 GANA STEEL,INC, (213) 4841 Ridglea BUENA PARR CA 90621 CPUC,DBE David Do Not Success No Oct 19 2018 2:13PM- Success, 880-4489 Avenue Send List they are not bidding,Oct Oct 18, 17 2018 1:01 PM-left 14:59 another message„Oct 15 2018 11:18AM-LM on VM-It sounds like a cell... Went straight to VM,Oct 11 2018 11:13AM-left another message in the general mailbox,Oct 9 2018 11:09AM-left a message in the general mailbox Tyreman (714) 1740 N. Orange CA 92867 Steve Do Not Success No Success, Construction Corp. 448-9841 Williamsburg TYREMAN Send List Oct 04. 5t. 13:46 Page : 8 of 49 Printed:Oct 24,2018 10:23 AM -I i.,tiaiuin&PSi..I:\•I:nui.•onru MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/2312018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact h Fax Re: Email Re: Sid Ri Job Notes Results 025211 CONCRETE GERONIMO (323) 4560 N. LOS ANGELES CA 90032 DBE Noel Do Not Failure No Oct 15 2018 11:21AM- Failed,Oct CONCRETE.INC. 225-2016 Huntington Send List Receptionist said they are 11, 16:28 Drive too busy.,Oct 11 2018 11:24AM-left Noel a message with the receptionist TTS (714) 16835 HUNTINGTON CA 92649 Plans Alden Do Not Success No Oct 11 2018 11:42AM- Success, 840-6346 Algonquin St. BEACH Downloade(Arcos Send List Alden said he will Oct 09, #453 respond to our email when 17:26 he has time....Oct 8 2018 12:09PM-Alden asked me to send HIM the invite and he will let us know. Trademark (714) 4561 Anaheim CA 92807 Kyle Do Not Success No Oct 15 2018 11:46AM- Success, Concrete-Specialty 970-8200 Eisenhower Bouyer Send List Ext 5 is estimating...then Oct 11, Circle press 1 for estimating_.. 1628 Finally spoke with Kyle and he said they mostly only do decorative...,Oct 11 2018 11:38AM-left kyle another message, Oct 9 2018 11:52AM-left a voicemail for kyle All County (714) 13502 Santa Ana CA 92706 Marcos Do Not Success No Oct 9 2018 11:06AM- Success, Construction 602-6377 Sandhurst PI. Marquez Send List they will not be bidding Oct 08, 1319 Page :9 of 49 ��� Printed:Oct 24,2018 10:23 AM MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority OnlineAc Contact P Fax Re: Email Re Bid R( Job Notes Results 02521 CONCRETE Maddox Concrete (951) 130 Industrial Corona CA 92882 Plans Andre Do Not Success Bid Oct 23 2018 11:58AM- Success, 279-0654 Way Down#oadet Maddox Send List Receivf Left a specific message Oct 23, for Andre in the general 18:36 mailbox.,Oct 15 2018 4:20PM-Andre called back asking about details. Louis talked to him and he will be bidding.,Oct 15 2018 11:25AM-Suzanne took my info again(she apologized for him not calling me back)she will make sure he calls me... I told her we really needed a number.,Oct 11 2018 11:30AM-left a message in the general mailbox, Oct 8 2018 12.02PM- Left a message with Suzanne who will give to Andre to have him tail us back. ADOLFOS (714) 12572 9TH GARDEN CA 92840 Plans Sergio Do Not Success Bid Oct 15 2018 11:18AM - Success, CONTRACTOR 791-8429 STREET GROVE Downloade(ARMAS Send List Receive Sergio said he will do it Oct 22, CORPORATION this week... I think we 14:18 should follow up on Thursday so Pm putting him as a maybe....Oct 11 2018 11:13AM-left Sergio a voicemail,Oct 8 2018 11:59AM-Sergio asked me to resend the invite-he was out at a jobsite— So I resent the invite and we need to follow up. TAHLEQUAH (562) 2750 N. LONG BEACH CA 90815 OBE GUY Do Not Success No Oct 92018 11:49AM- Success, STEEL,INC. 421-9333 Bellflower Blvd BARTON Send List they will not be bidding Oct 08, 13:19 BidMail Page :1@ of 49 Printed:Oct 24,2018 10:23 AM 9 9 0 MBE, DBE, HUD 3, DVBE, WBE Participation Project Report Job: 3376 Huntington Beach Youth Shelter ADA Improvements Bid Date: 10123/2018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact h Fax Re: Email Re Bid Rt Job Notes Results 02521 CONCRETE Pro-Tec Restoration (949) 2102 Business Irvine CA 92612 Monie Busy Success No Oct 15 2018 11:42AM- Success, &Construction 2534193 Center Drive Number still busy-I'm Oct 11, marking them as a no..., 16:28 Oct 11 2018 11 36AM- number is now busy.... Oct 9 2018 11.48AM-left a message in the general mailbox 05500 STRUCTURAL STEEL J&W Construction (562) 6260 Chalet LOS ANGELES CA 90040 SBE John Wert Unallocati Failure No Failed,Oct Specialties 806-4575 Drive Number 09, i 7:26 M.D.Stainless (582) 8241 Phlox Downey CA 90241 Stu Success Success No Oct 11 2018 2:50PM- Success, Services 904-7022 Street Levenshus Stu called and tole me Oct 09, they would not be bidding. 17:26 Too little work to bother with prevailing wage.,Oct 11 2018 12 06PM-Stu said he needs to find the invite and will let me know BRAGG CRANE& (562) 6251 Long Beach CA 90805 Plans Dow Success Success No Success, RIGGING-LONG 984-2420 Paramount Viewed WOODARE Oct 09. BEACH Blvd. 1726 ATLAS (323) 2510 E.52ND HUNTINGTON CA 90255 Chris Success Success No Success, ORNAMENTAL 585-8302 STREET PARK Tuppan Oct 09, IRON WORKS 17:26 SOUTH CENTRAL (213) 645 Chestnut LONG BEACH CA 90802 DBE MARION Success Success Oct 23 2016 4:52PM- Success, IRON.INC. 270-3029 Avenue BRYANT Spoke to Marion and he is Oct 23. looking at it,as well as 1836 another estimator. May be able to get something to us tomorrow morning., Oct 19 2018 2 23PM-left Marion another message, Oct 17 2018 1:13PM-left Marion a voicemail,Oct 15 2018 3 07PM-Left another specific message in general mailbox.,Oct 11 2018 12:25PM-left a message in the general mailbox. Page :11 of 49 E%CdWail Printed:Oct 24,2018 10:23 AM 0 0 9 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1 012312018 1 0:00 am Company Phone Street 1 City State ZIP Cade Minority OnlineAc Contact A Fax Re: Email Re Bid RI Job Notes Results 05500 STRUCTURAL STEEL Plas-Tal Steel (562) 6815 Sorensen Santa Fe CA 90670 Plans Terry Success Success No Oct 9 2018 4:08PM-Bid Success, Contruction 945-0013 Avenue Springs Viewed Leong Response:Pias-Tat does Oct 09, not bid Public Works at 15:57 this time. Lowers Welding& (562) 10847 Painter SANTA FE CA 90670 DEE Dawn Success Success No Oct 11 2018 12:02PM- Success, Fabrication 946-4521 Avenue SPRINGS Davis they are not bidding Oct 09, 17:26 Seller Welding and ('714) 11642 Salinaz Garden Grove CA 92843 Brian Seller Success Failure No Oct 15 2018 3:03PM- Success, Fabrication 530.8331 Drive Spoke to Brian and he is Oct 11, slammed, Not able to bid 16:28 unless it would be several months out.,Oct 11 2018 11:53AM-Left a message in the general mailbox Kraus Fabrication (909) 10732 Rase ONTARIO CA 91762 Plans Glen Kraus Success Success Bid Oct 11 2018 12:12PM- Success, 613-1405 Ave Viewed Receive Glenn called me and I told Oct 22, him what I needed him to 14:18 cover.He said he would have a bid over to me in a few hours*,Oct 11 2018 12:00PM-glen spoke with Dillon Charley Tuttle's (760) 8087 WEST Bonsall CA 92003 Plans Alex Email Success Bid Oct 18 2018 10:30AM- Success, Custom Weld& 470-2096 LILAC ROAD ❑ownloade(Vanderhors Only Receive Jennifer said they will be Oct 22, Metal Fab bidding,Oct 17 2018 14:18 1:11 PM-Jennifer will email me back and let me know,Oct 15 2015 3:05PM-Leff a specific message in general mailbox.,Oct 11 2018 11:54AM-left a voicemail for jennifer MAS IRON (323) 1850 E.61st LOS ANGELES CA 90001 DBE Eric Sladen Email Success No Oct 112018 11:33AM-no Success, 973-9100 Street Only PW,Oct 9 2018 11:28AM Oct 09, -left a message in the 17:26 general mailbox FoilPrinted:Page : 1z of 49 Oct 24,2018 10:23 AM ...:u Ili 1i.&ISId`.lmi.:ry t'tm'liI 0 i 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report .tab: 3376-Huntington Beach Youth Shelter ADA Improvements Bid'Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority OnllneAC Contact P Fax Re: Email Re Bid R: ,Jots Notes Results 05600 STRUCTURAL STEEL Electrolurgy (714) 1217 E. SANTA ANA CA 92705 Javier Email Success Yess Oct 24 2018 10:50AM- Success, Manufacturing Inc 641-7488 Normandy PL Godinez Only left Javier a voicemail,Oct Oct 23, 23 2018 12 04PM-Left a 18:36 specific message in Javier's vcicemall-Oct 11 2018 11 56AM-they will be bidding Millers FAb&Weld (714) 1130 N ANAHEIM CA 92806 Naguib Do Not Failure No Failed,Oct Corp 632-8747 Kraemer Blvd Bechara Send List 09,17:26 IDDO Construction (714) 2609 W, Anaheim CA 92801 Paul Meza Do Not Success No Success, 226-0108 Woodland Send List Oct 09, Drive 17:26 GANA STEEL,INC. (213) 4841 Rldglea BUENA PARK CA 90621 CPUC,DBE David Do Not Success No Oct 19 2018 2:13PM- Success, 880-4489 Avenue Send List they are not bidding,Oct Oct 18, 172018 1:01 PM-left 14:59 another message,Oct 15 2018 11:18AM-LM on VIM-It sounds like a cell... Went straight to VM,Oct 11 2018 11:13AM-left another message in the general mailbox,Oct 9 2018 11:09AM-deft a message in the general mailbox Adams Iran Co,Inc. (714) 811 Pointsetta SANTA ANA CA 92701 Carly Do Not Success No Oct 12 2018 729AM- Success, 543-4227 Street Send List Bid Response:We don't Oct 11, do public works or 16:28 prevailing wage.thank you!,Oct 11 2018 11:52AM-left Karlie a volcemail.She seems to be the new est we need her email MASTER CRAFT- (818) 7463 VARNA North CA 91605 Daniel Do Not Success No Oct 11 2018 6:14PM- Success, IRON WORK 764-9224 STREET Hollywood Tobar Send List Bid Response:Too Busy Oct 11, at the moment. 16:28 Hopefully in the future, Thank you,Oct 11 2018 12:1OPM-Daniel said he is waiting for his boss to get back to him. Page :13 of 49 Printed:Oct 24,2018 10:23 AM F4I?—OMail ai �r3a,FYr 0 0 0 MBE, DBE, HUB 3, DVBE, WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/23/2018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact h Fax Re: Email Re Bid R+ Job Motes Results 06100 ROUGH CARPENTRY MIK Construction (562) 12015 Mora Or Santa Fe CA Kenny Kim Unaltocat-Success No Oct 19 2018 2:26PM- Success, Inc. 941-2400 #3 Springs Number they are not bidding,Oct Oct 18, 17 2018 1:24PM-left a 14:59 message with receptionist..Oct 15 2018 11:45AM-Left a message with the receptionist.,Oct 11 2018 12:51 PM-left Kenny a message with the receptionist Apex America,Inc. (562) 9262 Valtaey Whittier CA 90603 Ken Unallocat,Success No Oct 15 2018 2:47PM- Success, 945-4559 View Shipman Number Ken called back and said Oct 11. he is too busy to bid this., 16:28 Oct 15 2018 11:32AM- Left a message for Ken on cell.,Oct 11 2018 12:29PM-left another message in the general mailbox,Oct 9 2018 11:58AM-left a message in the general mailbox JAP Construction (714) 9551 Port Huntington CA 92646 WEE Plans Jared Success Success No Oct 11 2018 12:41 PM- Success, 552-7989 Clyde Dr Beach Viewed Plumb number is for bidmail.cant Oct 10. find them anywhere else 12:01 C&H (714) 2530 SOUTH SANTA ANA CA 92704 Plans Mike Success Failure No Oct 8 2018 12:23PM- Success, CONSTRUCTION 549-9281 YALE ST. Viewed CROWDER Mike said no thanks, Oct 05. 16:24 Amort Construction (714) 1757 N. Orange CA 92865 Michael Success Success No Oct 8 2018 12:20PM- Success, Inc. 998-2401 BATAVIA ST. Amort Unless ifs$50k or more Oct 05, of framing for PW then no. 16:24 Robert's (951) 1778 47h st Norco CA 92860 SEE Plans Robert Success Success Bid Oct 10 2018 1:20PM-I Success, Construction,Inc. 737-3651 Downloadec Leonard Receive called Robert and talked Oct 22, to him for a while about 14:18 scope. ff Page :14 of 49 Printed:Oct 24,2018 10:23 AM BPI,— Leirsi�.9Si.f_'t•Ii4ur:-n..-ru 0 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/2312018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact P Fax Re: Email Re: Bid Ri Job Notes Results 06100 ROUGH CARPENTRY Golden State (714) 610 S. Placentia CA 92870 DVBE Gary Viano Success Success No Oct 8 2018 12:30PM- Success, Framers 524-9500 JEFFERSON Some weird auto Oct 05. STREET attendant that doesn't 16:24 really seem to work right.., tried the operator...ended Lip with John who said GSF has been sold... They're not bidding right now. W.S.KLEM (310) 138 Arena St El Segundo CA 92045 Plans Michael Success Success Bid Oct 15 2018 11:26AM- Success, 414-0455 Downloade(Cristofono Receive Left a message for Oct 23. Michael,Oct 8 2018 10:33 12A1 PM-Left a message at Michael's extension- 704 Kayco Builders, Inc (714) 6191 Glenwood HUNTINGTON CA 92647 Donald Kay Success Success Yes Oct 24 2018 10:51AM- Success, 898-8665 BEACH left a voicemail for Oct 23. Donald,Oct 23 2018 18.36 12:05PM-Left a specific message in voicemail., Oct 11 2018 12,47PM- they will be bidding,Oct 8 2018 12:37PM-Left a message at the office and tried Doug's cell-he updated his email and I resent the invite-he sounded very interested. Advanced Framing (951) 1163 Pomona Corona CA 92882 Sean Success Success No Oct 8 2018 12:14PM- Success, Structures, Inc 735-8400 Road Hatch Sean said no prevailing Oct 05, wage f public works. 16:24 JEO Construction (714) 1322 W, ORANGE CA 92867 Jim Remote Failure No Oct 9 2018 12:20PM-no Failed,Oct 744-4546 COLLINS AVE. Oshaben hang-up voicemall set up.Says to 09,17:26 try back...will do next round of calls Ward Construction. (714) 26135 Sally LAKE FOREST CA 92630 Plans Rodger No Fax Success No Oct 4 2018 2 55PM- Success, Inc. 557-2378 Drive Viewed Ward Device Rodger emailed me and Oct 04, said they aren't bidding 13:46 P!N at this time. Page :i 5 of 49 F. r ii ail Printed:Oct 24,2018 10,23 AM 0 0 0 MBE, DBE, HUD 3, DVBE, WBE Participation Project Report Jab: 3376-Huntington Beach Youth Shelter ADA Improvements Bid date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority OnlineAc Contact I Fax Re; Email Re Bid Ri Job Notes Results 06100 ROUGH CARPENTRY Quality C4nstr. (714) 1200 N.Ladera Santa Ana CA 92705 Estimating No Success No Oct 15 2018 11:51AM- Success, Framing 865.3803 Vista Dr. Department Answer Said they are too busy., Oct 11, Specialists, Inc Oct 11 2018 12:56PM- 16:28 they asked that we resend the invite ARAM G. (818) 441 E San Jose Burbank CA 91501 Aram Email Success No Oct 17 2018 1:15PM-left Success, CONSTRUCTION 515-5415 ave 301 Madzhinyan Only another message in the Oct 18, INC. general mailbox,Oct 15 14:59 2018 11:34AM-Left a message in the general mailbox.,Oct 11 2018 12:29PM-left a message in the general mailbox. Oct 9 2018 12:01 PM- Aram asked me to resend the invite. EZ Construction (424) LOS ANGELES CA 90034 Estimating Email Failure No Oct 11 2018 12:33PM- Failed,Oct 327-0692 Only message says to tail 11, 16:28 back,.. Durst Builders Inc. (818) No Address Anaheim CA 92806 John Durst Email Success No Oct 9 2018 12:35PM- Success, 631-9577 Provided Only John called back and said Oct 05, they're too busy.,Oct 8 16:24 2018 12:24PM-Left a message at the primary number sounds like maybe a cell phone. ALL SEASONS (714) 644 N. Orange CA 92868 Dave Email Failure No Oct 8 2018 12:17PM-no Failed,Oct FRAMING 634-2324 ECKHOFF S7. Karos Only PW 05, 16:24 All Pro Carpentry (310) 2812 W.176th TORRANCE CA 90504 Serg Email Success No Oct 15 2018 11:29AM- Success, 329-5564 Street Only Serg said it was out of his Oct 11, area.He stick to the south 16:28 bay area.,Oct 11 2018 12:28PM-left a message in Serg cell phone E,UdMail Page : 16 of 49 Printed:Oct 24,2018 10:23 AM 11, iii-wrli Nl:1151Y'C111.fir MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth ShelterADA Improvements Bid Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Cade Minority OnlineAc Contact P Fax Re; Email Re Bid Ri Job Motes Results 06100 ROUGH CARPENTRY P.T.Hilsabeck (714) 11665 Angus GARDEN CA 92841 Paul Email Success Oct 19 2018 2:27PM-left Success, Construction 530-0189 Court GROVE Hllsabeck Only 'Paul another message on Oct 23, his cell phone,Oct 17 18:36 2018 1:26PM-left a message for Paul in the office,Oct 15 2018 11 46AM-Left Paul a message on cell.,Oct 11 2018 12.53PM-left pawl another voicemail.Oct 9 2018 12:24PM-left pawl a voicemail on his cell BCB Construction (714) 1411 N. Orange CA 92867 Sarah Do Not Failure No Oct 11 2018 12:30PM-no Failed,Oct 632-2564 Batavia Street Vincent Send List longer in service 10, 12:01 ISEC,Inc (714) 6161 Chip Ave CYPRESS CA 90630 REG Do Not Success No Oct 11 2018 12:38PM- Success, 252-8030 HIEBERT Send List they vAll not be bidding, Oct 09, Oct 11 2018 12:37PM- 17:26 left reg another message. Oct 9 2018 12:19PM-left reg a voicemail Impact Construction (714) 6862 Glen Dr HUNTINGTON CA 92647 Phil Do Not Success No Oct 11 2018 12:35PM- Success, 206-4757 BEACH Browning Send List they will not be bidding. Oct 09, NO PW,Oct 8 2018 17:26 12:32PM-Left a message at the cell phone. Bizal Hoff,Inc. (714) 1170 North Anaheim CA 92806 Plans Keith Do Not Success No Oct B 2018 2:11PM- Success, 666-2500 Kraemer Place Viewed Wingett Send List Keith called back and said Oct 05, after looking at the plans 1624 they don't like the application and so they're passing on this one.,Oct 8 2018 12:21 PM-Left a message at the office. D'Vega Builders (951) 10180 RIVERSIDE CA 92509 Louie Vega Do Not Success No Oct 15 2018 11:39AM- Success, 332-2385 Berkshire Send List Left a message with Cruz Oct 16, Drive the receptionist.,Oct 11 15:47 2019 12:32PM-left a message with the receptionist Eyt �� ���� Page :17 o149 Printed:Oct 24,2018 10:23 AM MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact r Fax Re: Email Re Bid Ri Job Dotes Results 06100 ROUGH CARPENTRY Cal Pacific (310) 2390 Crenshaw TORRANCE CA 90501 Jae Do Not Success Oct 23 2018 5106PM- Success, Construction Co., 735-4535 Blvd. Yousefpour Send List Left a specific message Oct 23, Inc. for Joe in general 18:36 mailbox.,Oct 19 2018 2:25PM-left Joe another message..Oct 17 2018 1:16PM-left another message,Oct 15 2018 11:37AM-Left a message,[Oct 11 2018 12:31 PM-left joe a voicemail Steveco Framers, (951) 14427-G Riverside CA 92518 Steve Do Not Success No Success, Inc- 697-0144 Meridian Smith Send List Oct 10, Parkway 12:30 Standard Structures (562) 11543 Richion DOWNEY CA 90241 Tom Do Not Failure No Faded,Oct 923-0432 Ave, Zweygardt Send List 08, 12:35 Figueroa (213) 2660 Cimarron LOS ANGELES CA 90018 Estimator Do Not Success No Oct 23 2018 12:48PM-no Success, Construction 819-5776 St- Send List longer bidding was a Oct 23, maybe,Oct 15 2018 10:33 11:43AM-They will have Marco call back today or tomorrow.I discussed the project scope and it fits their size and scope. Sounded interested.,Oct 11 2018 12:34PM-left a message for marco Fel-Mar (714) 1021 S Elliott SANTA ANA CA 92704 Cham Do Not Failure No Failed,Oct Construction 775-7735 Place Felling Send List 08,12:35 JBT Construction (949) 4500 Campus Newport Beach CA 92660 Bob Do Not Failure No Oct 11 2018 12:43PM- Failed,Oct 336-4400 Dr Tillinghast Send List bob said they are no 10. 12:01 longer in business GKJ (714) 3940 Mira ANAHEIM CA 92806 0 No CONSTRUCTION 333-9699 Loma Ave. 06200 CABINETS&FINISH CARPENTRY B&G Millworks (562) 12522 santa Fe CA 90670 Plans Rob Success Success No Oct 8 2018 2:01 PM-Left Success, 944-4599 Lakeland Rd. Springs Downloadet Simmon a message at the office. Oct 18, 14:59 Page :18 of 49 Printed:Oct 24,2018 10:23 AM 0 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report ,lob: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/23/2018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact Fax Re: Email Re: Bid R: Job Notes Results 06200 CABINETS&FINISH CARPENTRY Ultra Countertops 8661858-58`. 15338 CITY OF CA 91745 Plans JULIO Success Success Bid Oct 11 2018 1:07PM-left Success, PROCTOR INDUSTRY Downloadec Receive a message,Oct 8 2018 Oct 23, AVE 2:32PM-Don't know the 10:33 extension so pushed 1 (0 was for leaving a message)Hilda said they don't do laminate. I transferred her to Dillon. GW Surfaces (805) 2432 Palma VENTURA CA 93003 Plans Judy Success Success Bid Oct 8 2018 2:08PM- Success, 642-5004 Drive Downloade( Receive Obtained Judy's cell Oct 22, phone-Judy said they are 14:18 going to be bidding. L&T Industries (9o9) 4084 MISSION Montclair CA 91763 Plans Paul Rosin Success Success Bid Oct 23 2018 12:08PM- Success, 622-6645 BLVD Downloadec Receive Spoke to Grace and she Oct 23, checked with Paul; the 18:36 best he can do is try to get it over to us by tomorrow by 9:00am,Oct 8 2018 2:12PM-Left a message at the office and tried his cell phone...left a message there as well Bluegate (562) PARAMOUNT CA 90723 Robert Success Success Oct 19 2018 2:34PM-Ief1 Success, Surfaceworks 630-9005 Lewis Robert a voicemail,Oct Oct 23, 17 2018 1:29PM-left 18:36 Robert a voicemail,Oct 152018 3:10PM-Left another specific message in general mailbox.,Oct 11 2018 1:00PM-left another message,Oct 8 2018 2:05PM-Extension 2112 was blank-left a message at extension 0 Page : 49 of 49 Printed:Oct 24,2018 40:23 AM -FR ,,,.u11-n[&I 0 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online AC Contact Fax Re: Email Re Hid Ri Job Notes Results 06200 CABINETS&FINISH CARPENTRY Retail Display (562) 760 E Lambert La Habra CA 9D631 Plans Ellis Success Success Bid Oct 23 2018 12:17PM- Success, Manufacturing,Inc. 690-4803 Rd. Downloadec Voyagis Raceive Spoke to Pauline and she Oct 23, had previously sent it to 1033 Dillon but would resend. Checked with Dillon and he found it in his spam folder.,Oct 8 2018 2:17PM-Ellis said yes they will be bidding. NEW STAR (714) 807 E_ ANAHEIM CA 92801 Plans Beshoy Email Success No Oct 17 2018 1:29PM-left Success, INTERNATIONAL 441-0070 Orangethrope Downloadec Only Beshoy a voicemail,Oct Oct 18, INC. Ave..#B1 15 2018 3:13PM-Spoke 14:59 with Beshoy and he will check if he received the Invite and call us back., Oct 11 2018 1:03PM- Beshoy said to resend the invite.Oct 8 2018 2:13PM-um...call was forwarded to Beshoy's cell phone-LM California (805) 1726 Ives Ave, Oxnard CA 93033 SBE Luke Email Success No Success, Woodworking,Inc. 982-9090 Vickery Only Oct 05, 16 24 MEYER& (714) 1255 N.Patt ANAHEIM CA 92801 Plans Josh Email Success Bid Oct 23 2018 12;11PM- Success, REEDER,INC. 388-0148 Street Downloadec Oskins Only Receive Spoke to Josh and he Oct 23, said he sent it to Louis 10:33 this morning at 7:30am; Louis forwarded it to Dillon but not marked off.,Oct 23 2018 12:10PM-Left a specific message in Josh's voicemail. S&H CABINETS& (909) 10860 Fontana CA 92337 Plans Mike Email Success No Oct 8 2018 2:18PM- Success, MFG. 587-1164 MULBERRY Viewed Hansen Only Mike isn't sure yet. He'll Oct 09, AVE. check and let us know. 17-26 PacifiCraft Custom (714) 2041 S. SANTA ANA CA 92704 Plans Mike Do Not Success Bid Oct 8 2018 2:15PM- Success, Wood Designs,Inc. 966-6612 SUSAN ST. Downloadee Humphrey Send List Receive Spoke to Mike who said Oct 23, yes. 10:33 Page :20 of 49 E �'Ma Printed:Oct 24,2018 10:23 AM J I�.�_+...k ill ii Pt�.�lisi�kt:ll i.l ti�l��fii 0 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth ShelterADA Improvements Bid Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority OnlineAc Contact Fax Re: Email Re Bid Ri Job Notes Results 06200 CABINETS&FINISH CARPENTRY Parker Construction (714) 18752 Gregory HUNTINGTON CA 92646 Plans JIM Do Not Success No Oct 8 2018 2:15PM-LM Success, 963-0075 Lane BEACH Viewed PARKER Send List on the cell phone. Oct 09, 17,26 07200 INSULATION VIKING (818) 3014 Floyd St. BURBANK CA 91504 Plans AI Nuno Success Success Bid Oct 23 2018 12 23PM- Success, INSULATION CO. 843-7212 Downloade( Receivt Spoke to Al and he said Oct 23, he will get to it shortly and 10:33 send it over.,Oct 8 2018 2:35PM-Al is out today so LM on VM Dittemore Insulation (714) 1619 W. ORANGE CA 92867 Plans Jeff Baxley Success Success No Oct 9 2018 5:30PM-Bid Success. 289-7095 STRUCK AVE. Viewed Response:No insulation Oct 09, scope 17:26 ,Oct 8 2018 2:33PM1- LM on cell phone. Sizal Hoff,Inc. j14) 1170 North Anaheim CA 92806 Plans Doug Email Success No Oct 8 2018 2:11PM1- Success, 666-2500 Kraemer Place Viewed Wingett Only Keith called back and said Oct 05, after looking at the plans 16:24 they don't like the application and so they're passing on this one.,Oct 8 2018 12:21 FM-Left a message at the office. Sierra Insulation (900) 120 S. ONTARIO CA 91761 Terry Angle Do Not Success No Oct 8 2018 2:34PM- Success, 390-9944 Wineville Ave. Send List Terry is out until Oct 23, Wednesday-Spoke with 10:33 Jennifer who looked at their calendar and said yes they will be bidding. 07500 ROOFING HUFFMAN ROOF (951) 988 RIVERSIDE CA 92507 Pau[De Success Success No Success, COMPANY 786-4101 'Marlborough Aguilar Oct 04, Ave 13:46 Page .21 of 49 OrdMall Printed:Oct 24,2018 i0:23 AM 3.•.:unrtl.:[i4s,t ti-5:. r,itrn:rar 0 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/2312018 10:00 am Company Phone Street 1 City State ZIP Code Minority OnlineAc Contact P Fax Re: Email Re Bid Rf Jots Notes Results 07500 ROOFING JJ Roofing (951) 2011 Spruce RIVERSIDE CA 92507 SSE Plans Lynn Success Success Bid Oct 23 2018 12:32PM- Success, 784-7663 Street ❑ownloadec Rodriguez Receive Spoke to Andy and he Oct 23, said he just finished his 10:33 portion but the tearoff guy (B&N)is holding his price.,Oct 11 2018 2:52PM-they will be bidding TSP Roof Systems (949) 1 Technology IRVINE CA 92618 Michael Success Success No Oct 8 2018 3:03PM-No Success, Inc. 379-3221 Dr. D 407 Lindstrom PVV per Mike. Oct 05, 16.24 Red Pointe Roofing (714) 2106 N. ORANGE CA 92865 Tod Fritts Success Success No Success. 685-0010 Glassell Street Oct 04, 13:46 Klondike (626) 10016 Pioneer SANTA FE CA 90670 Dave Success Success No Oct 17 2018 2:16PM- Success, Construction 851-4747 Blvd SPRINGS Boorstein they will not be bidding, Oct 16, Service,Inc Oct 15 2018 12:25PM- 15:47 Spoke with Luis and explained the whole situation and asked if he could maybe check with ]lave to see it they can bid this. They are knda busy but he said they DO do public works....Oct 11 2018 3.03PM-Marta said they still don't know.,Oct 8 2018 2:45PM-Marta took my info and asked me to resend the invite. ;� Page :22of49 aj� Printed:Oct 24,2018 10:23 AM IVIBE, DBE, FEUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington (Beach Youth Shelter ADA Improvements (Bid Date: 1012312018 10:00 am Company Phone Street 1 City State ZEP Code Minority Online Ac Contact I+ Fax Re: Email Re. Bid Rt Job Motes Results 07500 ROOFING Chapman 1 Coast (714) 2301 E FULLERTON CA 92831 Jeanette Success Success Bid Oct 23 2018 12:28PM- Success, Roof Co,Inc. 738-6611 Orangethorpe Receivr Spoke to Manny and he Oct 23, Ave will try to get it over to us 18:36 by morning tomorrow sometime.,Oct 23 2018 12:27PM-Spoke to Jeannette and she said I need to talk to the estimator(Manny Carreo) who was out of the office for a short while. His cell is 7 1 412 9 2-71 69.,Oct 8 2018 2:40PM-LM on VM Reyes Single Ply (909) 516 W.Rialto Rialto CA 92376 SBE Plans Raul Reyes Success Success Yes Oct 24 2018 10:54AM-I Success, Roofing Masters 258-2857 Ave. Downloade[ spoke with Raul and he Oct 23, said him and Jerardo are 18:36 bidding this.They will have their price in by noon,Oct 23 2018 12-52PM-they are bidding and spoke with Dillon,Oct 15 2018 12:40PM-I spoke with Jerardo who will be attending the jobwalk tomorrow- I'm marking them down as a maybe.... Oct 11 2018 3:21 PM- they will email us and let us know PACIFIC SINGLE (562) po box 217 La Habra CA 90633 SBE Plans ALFRED Success Success No Oct 8 2018 2:58PM- Success, PLY ROOFING 691-3999 Viewed MONTOYA only can do union jobs so Oct 05, INC. they said no on this one. 16:24 Barkley Sheet Metal (714) 1132 West ORANGE CA 92868 Ryan Smith Success Failure No Oct 11 2018 2:47PM- Success, 633-9340 Barkely Avenue they are no longer doing Oct 09, business 17:26 Roof Master (323) 4226 W. Los Angeles CA 90016 Estimating Success Success No Success, Roofing 933-3110 Jefferson Blvd Dept. Oct 12, 14:43 CRS Commercial (951) 2068 2nd Norco CA 92860 Erin Success Success No Oct 8 2018 2:41 PM-NO Success, 681-6000 Street PW Oct 05. 1624 -- <-- Page :23 of 49 E,VdMail Printed:Oct 24,2018 10:23 AM .,unrnl ti l},.t ya u iigrnn:m MBE, DBE, HUD 3, DVBE, WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 10:00 am Company - Phone Street 1 City State ZIP Code Minority Online Ac Contact I, Fax Re: Email Re Bid Ri Job Notes � Results 07500 ROOFING Letner Roofing Co. (714) 1490 N. ORANGE CA 92867 Kevin Success Success Oct 19 2018 2:37PM-left Success, 633-0030 Glassell Fleming kevin another message, Oct 23, Oct 17 2018 2:24PM-left 18:36 Kevin a voicemail,Oct 15 2018 12:30PM- Receptonist said Kevin was there but then he didn't pick up...so I LM on VM-.- I don't know if it was his cell phone or just an office extension. Cool Roof Service (213) 13211 LA MIRADA CA 90638 Jason No Success No Success, 321-8488 Flemington CI. Yoon Answer Oct 04, 13 A6 Certified (714) ANAHEIM CA 92807 Tom No Success Oct 19 2018 2:35PM-deft Success, Commercial 396-7939 Walker Answer another message„Oct 17 Oct 23, Roofing 2D18 1:31 PM-Ieft tom a 18:36 voicemail,Oct 15 2018 3-15PM-Left another message for Tom in the general mailbox.,Oct 11 2018 2:48PM-left Tom a voicemail CT ROOFING (323) 2053 W. LOS ANGELES CA 90018 Estimating Email Success No Oct 11 2018 2:49PM- Success, 733-7500 JEFFERSON Department Only they are not bidding Oct 09, BLV D 17:26 " Pa e :24 of 49 folk—� Printed:Oct 24,2018 10:23 AM i'..usnrni ic ISrd!tt:,i.riyntaraii MBE, DBE, HUD 3, OVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/23/2018 10:00 am Company Phone Street I City State ZIP Code Minority Online Ac Contact h Fax Re: Email Re Bid R; Job Notes Results 07500 ROOFING T Eberhard (818) 15228 Raymer Van Nuys CA 91405 Plans Matt Email Success Bid Oct 23 2018 12:40PM- Success, 782-4604 Street Downloadec Stejskal Only Receivc Matt called back and said Oct 23, he never got a call hack 10:33 from the guy he called yesterday for clarification, so didnt look likely. I asked him to please try again because we really had limited response to this bid,and he said he would try his guy again this afternoon when he returned to his office.,Oct 23 2018 12:10PM-left matt a voicemail on his cell 818/612-9505,Oct 5 2018 4:37PM-Bid Response:Will there be a jobwaik? Platinum Roofing (714) 1420 E. Santa Ana CA 92705 Vic Heath Do Not Success No Success, 545-7528 Edinger Ave. Send List Oct 09, 17:26 American Roofing (562) 9463 Flora Bellflower CA 90706 john butts Do Not Success No Success, 400-8942 Vista Street Send List Oct 11. 16:28 PRO SERVE (714) PO BOX ANAHEIM CA 92825 PAUL Do Not Failure No Oct 17 2018 2:32PM- Failed,Oct ROOFING 871-2260 25307 FRATTONE Send List they will not be bidding 09,17:26 Davis Roofing, Inc. (714) 978 N.EIm St. Orange CA 92867 Sam Do Not Success No Success, 628-9525 Send List Oct 09, 17:26 LONG BEACH (562) 3265 E.59 St Long Beach CA 90805 Mike Do Not Success No Oct 23 2018 12:50PM-no Success, ROOFING,INC. 220-2300 Walker Send List longer bidding,Oct 8 Oct 23, 2018 2:52PM-Spoke 10:33 with Mike who updated the info. 1 resent the invite -he will let us know. Page : 25 of 49 Printed:Oct 24,2018 10:23 Anil I a,.riainrnf�'PSiJ_`'.1:aica,;;en.nr MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/23/2018 10:00 am Company Phone Street I City State ZIP Code Minority Online Ae Contact P Fax Re, Email Re: Bid R( Job Notes Results 07500 ROOFING Patriot Contracting, (310) 19031 S. Gardena CA 90248 Plans Mariam Do Not Success No Oct 17 2018 2:30PM- Success, Inc. 436-1740 Hamilton Ave. Downloade( Esfahani Send List they will not be bidding, Oct 16, Oct 17 2018 2:26PM-left 15:47 another message,Oct 15 2018 12:32PM-LM at primary number... Lacroix (714) 260 E.Dyer SANTA ANA CA 92707 Estimating Do Not Failure No Failed,Oct International,Inc. 966-2691 Rd, Send List 12, 14:43 So Cal Roofing (949) 23881 Via Mission Viejo CA 92691 Michael Do Not Success No Success, 360-0670 Fabricante Ste/ Holley Send List Oct 14 521 14:43 Cabral Roof& (323) 815 West MONTEBELLO CA 90640 Desi Do Not Success No Oct 8 2018 2:39PM-Still Success, Waterproofing 832-9100 Olympic Blvd- Cabral Send List not doing public works. Oct 05, 16:24 All Year Roofing, (310) 16828 S. Gardena CA 90248 Estimating Do Not Success No Oct 10 2018 8:17AM- Success, Inc. 851-9440 Broadway Department Send List Bid Response:Remove Oct 09, from Bidders list as we 17:26 are NOT accepting new clients! A-1 QUALITY (951) 750 SOUTH CORONA CA 92882 Plans ROBERT Do Not Success No Oct 15 2018 2:OOPM- Success, ROOFING,INC. 808-4251 LINCOLN AVE, Viewed SHELTON Send List Cindy said they are really Oct 15, STE 104 busy and they don't do 12:16 PW,Oct 15 2018 12:16PM-Spoke with Cindy(she sounded kind interesting)who took my info and verified the email and I will resend... Roofing Standards, (714) 930 Lawrence Placentia CA 92870 Will Do Not Success No Oct 15 2018 12:44PM- Success, Inc. 993-9715 St. Mulcahy Send List NO PREVAILING Oct 12, 14A3 WSP Roofing (951) 555-D BIRCH COLTON CA 92324 Plans Paul Doos Do Not Success No Success, 849-0015 CT Viewed Send List Oct 12, 14:43 Page :26 of 49 LvAdMaii Printed:Oct 24,2018 10:23 AM I LPri ie'!7l i won q 0 9 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact 1, Fax Re; Email Re: Bid Rr Job Notes Results 07500 ROOFING, Best Contracting (310) 19027 S. GARDENA CA 90248 Plans Janette Diva Success Bid Oct 18 2018 10:15AM Success, Services,Inc. 328-8969 Hamilton Downioade( Luna System Receiv€Candace called me Oct 18, Avenue Error wanting to confirm the bid 10A8 date.She said she is still not sure if they will be bidding as a prime or not., Oct 8 2018 2:37PM- Janette said they are bidding as a prime! Priority Roof (714) 1630 S.Sunkist ANAHEIM CA 92806 Kevin Busy Success No Oct 17 2018 2:26PM-left Success, Services 920-7331 St. Bailey another message in the Oct 18, general mailbox,Oct 15 1459 2018 12:34PM-LM again on the primary number... sounds like a cell...went almost right to VM,Oct 11 2018 3:13PM-left another message,Oct 8 2018 2:59PM-LM it sounded like a cell phone. Clary Roofing (951) PO Box 5068 Riverside CA 92517 Keith Black 0 No 787.8453 071300 FLASHING AND SHEET METAL Cardinal Sheet (951) 3184 Durahart RIVERSIDE CA 92507 WBE Plans ROBERT Success Success Bid Oct 24 2018 10:57AM- Success, Metal, Inc. 788-8800 Street Viewed SEYLER Receive Jake is going resend the Oct 23, bid,Oct 23 2018 12:34PM 18:36 -Spoke to Jake and he thought he had already sent it over to us;I asked him to resend it to Dillons attention again.,Oct 8 2018 3:1 OPM-Bruce said he'll check in with Jake tomorrow when they're back from holiday. GES SHEET (909) 136 ATLANTIC Pomona CA 91768 David Success Success No Oct 82018 3:14PM- Success, METAL 598-3332 STREET McCauley Naima checked with dave Oct 05, and said they are not 16:24 bidding, Page :27 of 49 EOMail Printed:Oct 24,2018 10:23 AM OM li l.Ili liisl!I MBE, DBE, HUD 3, D►dBE, WBE Participation Project Report Job: 3376-Huntington Beach Youth ShelterADA Improvements Bid Date: 10/2312018 10:00 am Company Phone Street 1 Clty State ZIP Code Minority anlineAc Contact h Fax Re! Entail fie Bid Ri Job Notes Results 07600 FLASHING AND SHEET METAL — CRS Commercial (951) 2068 2nd Norco CA 92860 Erin Success Success No Oct 82018 2:41 PM-NO Success, 681-6000 Street PW Oct 05, 16:24 Pace Metal Works (714) 15201 Triton HUNTINGTON CA 92649 William Email Success Oct 19 2018 2:39PM-left Success, 934-8350 Lane BEACH Miller Only another message in the Oct 23, general mailbox,Oct 15 18:36 2018 3:24PM-Left another specific message in general mailbox.,Oct 11 2018 3:32PM-left a message in the general mailbox,Oct 8 2018 3:16PM-LM at the primary number. Eberhard (818) 15228 Raymer Van Nuys CA 91405 Plans Matt Email Success Hid Oct 23 2018 12:40PM- Success, 782-4604 Street Downloade( Stejskal Only Receiw Matt called back and said Oct 23, he never got a call back 10:33 from the guy he tailed yesterday for clarification, so didnt took likely. I asked him to please try again because we really had limited response to this bid,and he said he would try his guy again this afternoon when he returned to his office.,Oct 23 2018 12 1OPM-left matt a voicemail on his cell 8 1 816 1 2-9 5 05,Oct 5 2018 4:37PM-Bid Response:Will there be a jobwalk? Eet Page : 28 of 49 Printed:Oct 24,2018 10:23 AM i MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth ShelterADA Improvements Bid Date: 1 0/2312018 1 0:00 am Company Phone Street I City State ZIP Code Minority OnlineAc Contact P Fax Re! Email Re. Bid Rt Job Notes Results 07600 FLASHING AND SHEET METAL CROWNER SHEET (626) 14346 Arrow Baldwin Park CA 91706 Kelly Baier Do Not Success No Oct 17 2018 2:28PM- Success, METAL 960-4971 Hwy Send List they will not be bidding, Oct 16, Oct 15 2018 3:18PM- 15A7 Tried to leave a message for Kelly(phone asked if we wanted estimating to hit an extention,which took me to Steve's voicemail). I deft a message on Steve's voicemail.,Oct 11 2018 3:27PM-left another voicemail,Oct 8 2018 3:11 PM-Kelly(female) was out today-left VM Alas Sheet Metal (949) 19 Musick Irvine CA 9261B Plans David Do Not Success Bid Oct 8 2018 108Pt<,+1- Success, 600-8787 Downloadec Driscoll Send List Receive Updated info and resent Oct 23, the invite-David will let us 1033 know(even though It looks like he already viewed plans...) 08100 DOORS,FRAMES&HARDWARE B&F SUPPLY (714) 3440 W SANTA ANA CA 927D4 Matt Success Success No Oct 11 2018 10:44AM- Success, 894-5337 WARNER UDINK Matt said no via email Oct 09, directly tome.,Oct 8 17:26 2018 3:17PM-Sent Matt an email directly as he never answers his phone... Commercial Door (909) 1374 E.9th sl Pomona CA 91766 Anna Success Success No Oct 17 2018 2:33PM- Success, Metal Systems,Inc. 629-5144 Thomas they will not be bidding, Oct 16, Oct 15 2018 3-27PM- 1547 Left another specific message in Anna's voicemail.,Oct 11 2018 3.36PM-left Anna a voicemail,Oct 8 2018 3:26PM-LM on VIA it Page : 29 of 49 Printed:Oct 24,2018 1023 AM Ef'f a,,:usnu t�'lii,!h1:ni,r:ra3ynaer MBE, DBE, HUD 3, DVBE, WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid!Date: 10/2312018 10:00 am Company Phone Street 1 City State ZIP Cade Minority Online A, Contact I* Fax Re: Email Re Bid Rt lob Notes Results 08100 DOOR$,FRAMES&HARDWARE California (951) 180 N Joy Carona CA 92879 Plans Daniel Success Success No Oct 23 2018 12:39PM- Success. Architectural 279-5309 Street Viewed White Spoke to Daniel and he is Oct 23, Millwork backing out;didn't get to it 10:33 and cant do it by tomorrow.,Oct 16 2018 4:54PM-Daniel called me He wanted to talk about their new partnership with Dormacaba since he saw there was no spec.,Oct 11 2018 3:35PM-left a message with the receptionist,Oct 8 2018 3:22PM-Daniel said he's going to look and will let us know. Construction (909) 216 Pacific St Pomona CA 91769 Plans Bill Hurley Success Success Bid Oct 11 2018 3:38PM- Success, Hardware 594-9093 Downloade( Recem they will be bidding.Oct 8 Oct 22, 2018 3:29PM-Bill said 14:18 he didn't see it but will look and let us know. PRECISION DOOR (909) 14720 Central Chino CA 91710 Andrew Success Success No Oct 17 2018 2:38PM-left Success, &MILLWORK 548-2700 Ave. Felix Andrew a voicemail,Oct Oct 18, 15 2018 3:37PM-Left a 14:59 specific message in Andrew's voicemaii(ext. 32) Pallmar&Company (714) 1830 N.Neville Orange CA 92865 Stewart Success Success No Oct 9 2018 2:52PM- Success, 283-5D90 St, Owens Stewart called back and Oct 05, said they don't do 16:24 prevaling...,Oct 9 2018 12:34PM-left stewart a voicernail i � it page :36 of 49 Printed:Oct 24,2018 10:23 AM I.a,.+'ill F+i 197��ISI+I\'I CIF 1:1•yi!i1'16f MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 1a:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact l Fax Re, Email Re: Bid Rf Jots Notes Results 08100 DOORS,FRAMES&HARDWARE Pacific Door& (562) 7016 Motz Paramount CA 90723 Plans Tom 'Success 'Success Oct 23 2018 4:55PM- Success, Frame 634-0916 Street Downloadec Tisdale Talked to John(Tom Oct 23, already gone for the day) 18:36 and he said he will leave a message for Tom to get back to us.,Oct 19 2018 2:44PM-left tom another message,Oct 17 2018 2:36PM-left tom a voicemail,Oct 15 2018 3:34PM-Spoke to Tom. The resent invite went to his junk mail,but he located it and said he would look at it and get back to us.,Oct 11 2018 3:42PM-tom asked me to resend the invite,Oct 9 2018 12:32PM-left tom a voicemail Direct Door& (714) 1070 N. ANAHEIM CA 92806 Jerry Rojo Success Success No Oct 8 2018 3:35PM- Success, Hardware 630-3591 Armando Street .Jerry said no PW Oct 05, 16:24 Dave's Door& (714) 17861 HUNTINGTON CA 92647 Plans Amy Success Success No Oct 92018 8:53AM- Success, Hardware 842-0220 Georgetown BEACH Downloade(Anderson Amy emailed me back Oct 05, Lane and said they don't do this 16:24 type of work.,Oct 8 2018 3:31PM-Harmony said Amy was out at the moment and she asked if I could send an email to her to find out. MONTGOMERY (909) 8777 RANCHO CA 91730 Plans Caroline Success Success No Oct 9 2018 12:30PM-left Success, HARDWARE CO. 204-4000 LANYARD CT CUCAMONGA Viewed ruzzamenti Caroline a voicemail Oct 09, 17:26 .- " --- Page :31 of 49 dais Printed:Oct 24,2018 10:23 AM ur n=nl 'NJ 41 a rsi�rn.'rn MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job; 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 1 0:00 am Company Phone -Street 1 City State ZIP Cade Minority OnlineAc Contact Fax Re: Email Re Sid Rt Job Notes Results 08100 DOORS,FRAMES&HARDWARE Top Notch Doors (626) 1297 West 9th Upland CA 91786 Plans Danny Remote Success Bid Oct 23 2018 4:53PM- Success, 290-9661 Street Viewed Hernandez hang-up Receive Tried to call Danny back Oct 23, but his mailbox is full and 18-36 cannot accept any messages„Oct 19 2018 2 45PM-left danny another message,Oct 17 2018 2:40PM-left Danny another message on his cell,Oct 11 2018 3:46PM -left danny a voicemail on his cell,Oct 9 2018 12:44PM-left Danny a voicemail Bizal Hoff,Inc. (714) 1170 North Anaheim CA 92806 Plans Doug Email Success No Oct 8 2018 2:11 PM- Success, 666-2500 Kraemer Place Viewed Wingett Only Keith called'hack and said Oct 05, after looming at the plans 16:24 they don't like the application and so they're passing on this one.,Oct 8201B12:21PM-Left a message at the office. MICA Industries (714) 15641 HUNTINGTON CA 92649 Adam Do Not Failure No Failed,Oct 895-4770 Computer BEACH Send List 12, 1443 Lane McKeman (909) PO Box 8984 Redlands CA 92375 SBE Bryan Do Not Success Oct 23 2018 5:05PM- Success, Contractors,Inc 307-5650 McKeman Send List Left another message in Oct 23, Bryan's voicemail.,Oct 19 18:36 2018 2:4413M-left Bryan another message,Oct 17 2018 2:35PM-left another message.Oct 15 2018 3:29PM-Left another specific message in Bryan's voicemail.,Oct 11 2018 3:41 PM-left Bryan another voicemail, Oct 9 2018 12:29PM-left Bryan a voicemail Page :32 of 49 J%dAf ail Printed:Oct 24,2018 10.23 AM k 10 9 9 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/23/2018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact h Fax Re: Email Re Bid R+ Job Notes Results 08100 DOORS,FRAMES&HARDWARE Forrest Glass& (909) 201 N Ontario CA 91761 Plans Aaron Do Not Success Bid Oct 10 2018 1:27PM-I Success, Door 481-7461 Ponderosa Downloadec Send List Receivf spoke with Tim and he Oct 22, Ave. said he would be bidding 14:18 and will email with any questions.,Oct 9 2018 12:27PM-Aaron said that he should know if they are bidding by tomrrow Estrada Hardware (818) 15853 Monte SYLMAR CA 91342 Matthew Do Not Success No Oct 9 2018 8:10AM- Success, Co.(EHC) 362-2113 Street Send List Matt responded to my Oct 05, email and said no thanks., 16:24 Oct 8 2018 3:40PM- Chris took my info but also asked me to email Matt so I did. SOUTHWEST (909) 6251 schaefer CHINOS CA 91710 Sean Do Not Success Oct 23 2018 4:58PM- Success, DOOR&FRAME 465-6705 ave feeney Send List Left another message for Oct 23, INC Sean on his voicemail., 18.36 Oct 19 2018 2144PM-left sean a voicemail,Oct 17 2018 2:39PM-left Sean a voicemail,Oct 11 2018 3:44PM-left seas a voicemail,Oct 9 2018 12:40PM-left Sean a voicemail Contractors Door (714) 7241 Garden GARDEN CA 92841 Plans Lindsay Do Not Success No Success, Supply 901-8585 Grove Blvd#C GROVE Viewed Phillips Send List Oct 05, 16:24 CFO DOOR (714) 1274 N.Grove ANAHEIM CA 92806 William Do Not Success No Oct 8 2018 3:24PM- Success, HARDWARE& 632-8116 Street San Juan Send List William said he's too busy Oct 05, SECURITY right now. 16:24 Bo-d-vro (714) 11700 Monarch GARDEN CA 92841 Berenice Do Not Success No Oct 11 2018 3:33PM- Success, 898-3667 Street GROVE Send List they will not be bidding, Oct 09. Oct 8 2018 3:19PM-LM 17.26 on VM Page .33 of 49 SfidMail Printed:Oct 24,2018 10:23 AM f I,.cirurrnl @C I Lid:'49an.itirurran i MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth ShelterADA Improvements Bid Date: 10123/2018 10:00 am Company Phone Street 1 City State ZIP Code Minority OnllneAc Contact h Fax Re; Email Re- Bid Rf Job Notes Results 09250 GYPSUM BOARD(DRYWALL) GILSTRAP (951) 9565 WICHITA RIVERSIDE CA 92503 Plans thomas Success Success Bid Oct 16 2018 9:47AM- Success, CONSTRUCTION 283-3317 SR Viewed gilstrap Receive Karen called me back and Oct 22, said Tom is going to be 14:18 looking at it today to decide if he's bidding..Oct 11 2018 3:48PM-left a message in the general mailbox,Oct 9 2018 12:47PM-left Thomas a voicemail PACIFIC WALL (714) 1201 N Barsten ANAHEIM CA 92806 Plans Danny Email Success Yes Oct 24 2018 10:58AM- Success, SYSTEMS 630-1560 Way Downloadec Kimbrel Only Danny needs to speak Oct 23. with Dillon.,Oct 23 2018 18:36 12:44PM-Spoke to Danny and he had not gotten to it yet,but I told him we were counting on his yes to provide us with a proposal so he said he will try to get it over by tomorrow morning.,Oct 9 2018 12:49PM-they will be bidding R.S.Haglund (714) 502 So.Santa SANTA ANA CA 92705 Richard Do Not Success No Success, Construction 550-9997 Fe Street Haglund Send List Oct 05, 16:24 JWC John Wilson (661) 514E Palmdale CA 93551 Plans Paul(John Do Not Success Bid Oct 9 2018 12:48PM- Success, Company Inc. 723-1180 Commerce Downloadec Paul) Send List Receive they will be bidding Oct 22, Ave. Wilson 14:18 Bizal Hoff, Inc. (714) 1170 North Anaheim CA 92806 Plans Doug Do Not Success No Oct 82018 2:11 PM- Success, 666-2500 Kraemer Place Viewed Wingett Send List Keith called back and said Oct 05, after looking at the plans 16:24 they don't like the application and so they're passing on this one.,Oct 8201812:21PM-Left s message at the office. 09300 TILE One by One (949) 319 Calle San Clemente CA 92672 Tom Timeout Failure No Failed,Oct 481-2097 Pescador O'Neill During 05. 16:24 Negotiate Page :34 of 49 ��� Printed:Oct 24,2018 10:23 AM MBE, DBE, HUD 3, DVBE,WBE Participation Project Report i Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10123/2018 10:00 am Company Phone Street 1 City State ZIP Cade Minority Online Ac Contact h Fax Re; Email Re: Bid R( Job Notes Results 09300 TILE JNJ Tile Co. (562) 9713 Change tr. PICO RIVERA CA 90660 Plans Julio Success Success Yes Oct 24 2018 11:00AM- Success, 942-0519 Downloadec Ramirez Julio is going to have Oct 23, Jessie send to me,Oct 23 18:36 2018 12:48PM-Left a specific message in Juiids cell phone voicemad.,Oct 9 2018 1:07PM-they will be bidding CERAMIC TILE (951) 470 E. Corona CA 92879 Plans Bob Moon Success Success Bid Oct 9 2018 12:56PM- Success, WORKS(CTW) 340-9260 PRINCELAND Dowrrloade( Receive they will be bidding Oct 22, COURT 14:18 Universal Flooring (714) 15573 Huntington CA 92649 Brian Success Success No Oct 17 2018 2:47PM-left Success, 373-1136 Commerce Beach Bennett Brian a voicemail,Oct 15 Oct 18, Lane 2018 1 13PM-LM on 14:59 Brian's cell phone.,Oct 11 2018 3:58PM-left Brian a voicemail,Oct 9 2018 1:16PM-left Brian a voicemail Touchstone Marble (310) 8040 Chase LOS ANGELES CA 90045 Fred Success Success No Oct 17 2018 2:45PM- Success, Inc. 337-9505 Avenue Seysan they will not be bidding, Oct 16, Oct 11 2018 3:57PM-left 15:47 another message for fred, Oct 92018 1:15PM-ieft Fred a voicemail on his cell Premier Tile and (310) 15000 South Gardena CA 90248 Garrett Success Success No Success, Marble 516-1712 Main Street Nunnelly Oct 05, 16:24 Pacific Coast (714) 12632-A GARDEN CA 92841 Jeff Success Success No Oct 11 2018 3 56PM- Success, Contracting 897-8000 Monarch Street GROVE Andrews they wont be bidding,Oct Oct 09, Serives,Inc. 9 2018 1:14PM-Dillon 1726 spoke with Jeff OC Install (949) 27071 Cabot LAGUNA CA 92653 Tom Success Failure No Success, 367-0667 road HILLS Scherer Oct 05, 16:24 dMaii l Page :35 of 49 EotfPrinted:Oct 24,2078 10:23 AM 1�.•-4 H 11-1_F1 f,Itid*'t.?l G1 iu.:nt 0 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/2312018 10:00 am Company Phone Street 1 City State ZIP Code Minority OnlineAc Contact F Fax Re: Email Re Bid R( Jab Notes Results 09300 TILE McCandless Tile (714) 636 Santa Ana CA 92701 ZACK Success Success No Oct 24 2018 11:p2AM- Success, Co.,Inc. 542-4433 POINSETTIA CHOATE they are no longer Oct 23, STREET bidding,Oct 23 2018 18:36 12:46PM-zack said he will try to get something over by tomorrow,Oct 9 2018 1:19PM-they will be bidding,Oct 9 2018 1:08PM left Zack a voicemaii on his cell Continental Marble (951) 2460 Anselmo Corona CA 92879 Plans John Success Success Bid Oct 23 2018 12:53PM- Success, &Tile Company 284-1776 Drive Downloadec Ballantyne Receive they will be bidding,Oct Oct 23, 15 2018 12:54PM-.John 10:33 said they have it on their list so their intention is YES to bid..."but things do come up so..... Oct 11 2018 3:48PM-still doesn't know,Oct 9 2018 12:59PM-John said that he won't know until closer to the date it they are bidding or not. Elite Tile (818) 21820 Marilla Chatsworth CA 91311 Brett No Failure No Oct 9 2018 1:01PM-left Failed.Oct 709-0530 St, Seeley Answer 'Brett a voicemall 09,17:26 J.Colavin&Son (323) 5323 Alhambra LOS ANGELES CA 90032 DBE,MBE Plans Troy Email Success Bid Oct 23 2018 12:54PM- Success, 225-8212 Ave #,SBE,WBE Downloadec Hamilton Only Receivt Spoke to Troy and he said Oct 23, it was at the office with 18:36 Ron;I called Ron and he said he could get it to us in the morning.,Oct 9 2018 1:05PM-left troy a voicemail Page :36 of 45 Efaii Printed:Oct 24,201B 10:23 AM iC15J:4.lanain,;ni 0 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/23/2018 10:00 am Company Phone Street 1 City State ZIP Code Minority QnlineAc Contact P Fax Re: Email Re Bid R( Job Motes Results 09300 TILE FA International (949) 1622 Edinger TUSTIN CA 92780 Felix. Email Success No Oct 17 2018 2:43PM-left Success, Stone Company 481-5104 Avenue. Only Felix another message, Oct 18, Oct 15 2018 12:56PM- 14:59 Left another inessage for Felix,Oct 11 2018 3:49PM-left feiix a voicemail,Oct 9 2018 1:03PM-Gina said to change our contact to felix and resend the invite RDM Tile Company (760) P.O.Sox 278 Oceanside CA 92049 Ron Do Not Success No Oct 9 2018 1:14PM- Success, North,Inc. 722-0396 Send List phone is accepting calls at Oct 09, this time..wil try back 17:26 Hy Tech Tile (951) Po Box 5577 Riverside CA 92517 Mario Do Not Success No Oct 152018 1:01 PM- Success, 788-0550 Factor Send List Mario said no public Oct 11, works,Oct 11 2018 16:28 3:53PM-left another message.Oct 9 2018 1:05PM left a message in the general mailbox Diversified Flooring, (714) 22347 La Yorba Linda CA 92887 Sam Do Not Success No Oct 9 2018 1:00PM- Success, Inc 788-8303 Palma Avenue Adams Send List Sam said that he was out Oct 09, for the last few days.He 17:26 said that he will look at the plans and call me back California Marble& (818) 5161 Elvira Woodland Hills CA 91364 Alex Shahi Do Not Failure No Oct 9 2018 12,51 PM- Failed,Oct Tile 419-5290 Road Send List voicemail not set up yet- 09, 17.26 Image Tile (818) 10554 Sunland CA 91041 0 n No 353-9370 UWhitegate Page :37 of 49 Bordd--�M—iail Printed:Oct 24,2018 10:23 AM 0 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth ShelterADA Improvements Sid Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact P Fax Re: Email Re Bid Rc Job Notes Results 09900 PAINTING Streamline Painting (951) 9726 Moreno Valley CA 92557 SBE Plans Tracy Hurst Success Success No Oct 17 2018 2:51 PM- Success, 961-7732 Sunnybrook Viewed they vnli not be bidding, Oct 16, Drive Oct 11 2018 4:03PM-left 1547 Tracy a voicemail,Oct 9 2018 1:46PM-Tracy called back and said he didn't get invite-I updated the email address and resent. He will let us know.,Oct 9 2018 1:391PM-left a message in the general mailbox Blakely Company (323) 5533 Alhambra LOS ANGELES CA 90032 Plans Ken Success Success Bid Oct 9 2018 1:18PM- Success, 221-4176 Blvd. Downloade< Receiv€they will be bidding Oct 22, 14:18 Continental Painting (562) 20142 State CERRITOS CA 90703 Matt. Success Success No Oct 17 2018 2:48PM- Success, 468-0084 road they are not bidding,Oct Oct 16, 11 2018 4:01 PM-left 15:47 matt a voicemail,Oct 9 2018 1:21 PM-left matt a voicemal on his cell certified painters, (626) 825 South Monrovia CA 91016 Estimating Email Success No Oct 92018 1:20PM-left Success, icn. 399-8538 Myrtle Avenue Only paul a voicemail Oct 09, 17:26 Western Painting& (626) 1925 S. MONROVIA CA 91016 Edward Do Not Success No Oct 23 2018 12:41 PM- Success, Wallcovering,Inc. 301-1000 MYRTLE Wong Send List they are no longer Oct 23, AVENUE bidding,Oct 112018 10:33 4:05PM-they will be bidding,Oct 9 2018 1:40PM-left Edward a voicemail,Oct 4 2018 10.53AM-I called on Big Blue Bus and he asked me about this job-there was an invite sent but no attachment-I looked in bidmail but there is no invite... So i need to ask Dillon when he arrives today. Page :38 of 49 F,0AddM_Aai1a Printed:Oct 24,2018 10:23 AM l i:.ii1R 11•"11l 'is1El 't I{1:Iti1116�nl MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 101231201810:00am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact � Fax Re! Email Re Bid R( Job Notes Results 09900 PAINTING SPECIALIZED (714) 530 W.Central Brea CA 92821 SBE Plans John Gurzi Do Not Success Bid Oct 23 2018 10:52AM- Success, PAINTING 671-0106 Ave..Ste,A Down[oade( Send List ReceiVE Kim will remind Frank to Oct 23, send it in.Oct 9 2018 18:36 1-36PM-they will be bidding Rainbow Painting (951) MENIFEE CA 92584 David Flyun Do Not Success No Oct 19 2018 2:46PM- Success, Co. 756-2207 Send List they will not be bidding, Oct 18, Oct 17 2018 2:49PM-left 14:59 a message in the general mailbox,Oct 11 2018 4 02PM-left David a vo icern ail,Oct 9 2018 1:29PM-left David a voicemail R&R Painting (714) 1290 IN Lance ANAHEIM CA 92806 David Ortiz Do Not Success No Success, 630-7105 Lane Send List Oct 05, 16-24 Lockwood Painting (949) 20633 Anson Wildomar CA 92595 DVBE,MBE John Do Not Success No Oct 9 2018 1:28PM-line Success, 322-1132 Way #,SBE Lockwood Send List is busy.try back octog. 1726 ISR Painting (562) 13586 Pumice NORWALK CA 90650 SBE Rudy Do Not Success No Oct 23 2018 12:57PM- Success, 407-5217 Street Porras Send List Rudy called back and said Oct 23, he wasnt going to get to 10,33 it.,Oct 23 2018 12:43PM- left Rudy a message with the receptionist he was in a meeting,Oct 9 2018 1:28PM-they will be bidding Gregco Painting (909) 9234 Chelsea RANCHO CA 91730 Paul Do Not Success No Success, 319-8239 Ct. CUCAMONGA Gregory Send List Oct 05, 16:24 D&M Painting (714) 1759 N. ORANGE CA 92865 Plans Kelly Grant Do Not Success No Oct 9 2018 1:25PM- Success, 997-4131 Batavia Viewed Send List they asked that we resend Oct 09. the invite to kelly 17:26 GPS Painting,Inc (714) 1307 E.St- SANTA ANA CA 92705 Eric 0 No 730-8904 Gertrude Place Page :39of49 Printed;Oct 24,2018 10:23 AM I I,.,.w P I.,I is&I W"d ill 1.1'^t'lla%'I It MBE, DBE, HUD 3, DVBE, WBE Participation 'Project Report Job: 3376-Huntington Beach Youth ShelterADA Improvements Bid Date: 1012312018 10:00 am Company Prone Street 1 City State ZIP Code Minority Online Ac Contact Fax Re: Email Re: Bid RI Job Notes Results 10800 TOILET AND BATH ACCESSORIES Partitions& (714) PO Box 2454 Chino CA 91708 Jose Timeout Failure No Failed,Oct Specialty Pros. 927-9558 Gomez During 05, 16:24 Negotiate Global Specialties (562) 10118 Santa SANTA FE CA 90670 Plans Mike Success Success Yes Oct 24 2018 11:03AM- Success, Direct Inc. 777-1170 Fe Springs SPRINGS Downloade[ Chiovare mike said Dillon knows he Oct 23, Road is working on some 18:36 revisions,Oct 23 2018 12:40PM-mike said he wilt send a price he is just a little behind,Oct 17 2018 2:531PIA-they will be bidding,Oct 9 2018 1:41 PM-left mike a voicemail Merit Specialties (949) 33821 Calle SAN JUAN CA 92675 Plans Mike Success Success Bid Oct 23 2018 12:35PM- Success, 588-0700 Conejo CAPISTRANO ❑ownloadec Stipher Receive the receptionist said she Oct 23, will try to call mike and get 10:33 back tome,Oct 9 2018 1:43PM-they will be bidding Saddleback (714) 1630 E.Saint SANTA ANA CA 92705 John Email Success Oct 23 2018 5:03PM- Success, Construction 540-0265 Gertrude Place Hamilton Only Left another message in Oct 23, Specialties John's voicemail.,Oct 19 18:36 2018 3:05PM-left john another message,Oct 17 2018 2:58PM-left john a voicemall,Oct 9 2018 1.45PM-left john a voicemail ail Page :40 of 49 Printed;Oct 24,2018 10:23 AM -. I i..,anrral 1?�liod:�l:rnr<<'rri.rim MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth SheiterADA Improvements Bid Date: 10/2312018 10:00 am Company Phone Street 1 City State ZIP Code Minority OnlineAc Contact P Fax Re: Email Re Bid Rf Job Notes Results 10800 TOILET AND BATH ACCESSORIES Preferred (714) 2841 Saturn Brea CA 92821 Cory Avila Email Success Yes Oct 24 2018 11:04AM- Success, Construction 528-4300 Street,Suite E Only Cory said he is trying to Oct 23, Specialties,Inc. get to this project.But 18,36 hasn't yet,Oct 23 2018 12:3OPM-Cory said he is going to try to get a price by tomorrow.He's working on bids that bid today,Oct 19 2018 3:05PM-they will be bidding,Oct 17 2018 2:57PM-left Cory a message with the receptionist,Oct 9 2018 1:44PM-left a message for cony with the receptionist Penner Partitions, (714) 3501 E.la ANAHEIM CA 92806 Plans Sales Email Success Bid Success, Inc. 666-0822 Palma avenue Downloadec Department Only Receive Oct 23, 10:33 YTI Enterprises,Inc (714) 1260 S.State ANAHEIM CA 92806 Plans Mike. Do Not Success Bid Oct 9 2018 1.46PM- Success, 632-8696 Cotlege Downloadec Send List Receive they will be bidding (Oct 22, 14:18 STUMBAUGH& (818) 3303 N SAN Burbank CA 91504 Plans Manny Do Not Success Bid Oct 23 2018 12:28PM- Success, ASSOCIATES 240-1627 FERNANDO Downloadec Pech Send List Receive left a message in the Oct 23, BLVD general mailbox,Oct 17 10:33 2018 11:52AM-Manny is having difficulty getting access to the plans.,Oct 9 2018 1:45PM-they will be bidding Inland Empire (951) 783 Palmyrita RIVERSIDE CA 92507 SBE,WBE Charles Do Not Success No Oct 19 2018 2:56PM- Success, Architectural 781-0700 Ave,Suite B Send List they are not bidding,Oct Oct 18, Specialties 17 2018 2:55PM-left 14:59 Charles a voicemail,Oct 9 2018 1:42PM-left Charles a voicemail 15400 PLUMBING A Good Plumbing {951) 35861 Salida Wildomar CA 92595 Rick nelms Success Success No Success, Inc. 677-4400 Del Sol Oct 05, 16:24 Page :41 of 49 j � it Printed:Oct 24,2018 10:23 AM E71--111.111 i.Nd�l MW9,91k.111 0 0 0 MBE, DBE, HUD 3, DVBE,WEE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 10,00 am Company Rhone Street 1 City State ZIP Cade Minority Online AC Contact h Fax Re: Email Re Bid R( Job Notes Results 15400 PLUMBING El Toro Plumbing (949) Plans Paul Success Success Bid Oct 15 2018 1 14PM- Success, 837-1809 Downloade( Gunnemanr Receive Spoke with Joyce;Pau$ Oct 23, was ill over the weekend 10:33 so he did not know if he would be bidding but wanted to know when jobwaik was scheduled;I informed Joyce it was scheduled for 10:00am tomorrow.Oct 9 2018 4:11 PM-Paul called and spoke with me.He would like to go on a job walk., Oct 9 2018 1:52PM-left a message with the receptionist for paul J&P Plumbing Co_ (714) 110-A N. Orange CA 92869 Phil Success Success No Success, j 532-5511 McPherson Rd Oct 05, 16:24 Wilner Plumbing (310) 11024 Balboa Granada Hills CA 91344 Plans Howard Success Success No Oct 16 2018 8:39PM- Success, 354-7940 Blvd., Downloade( Wilner Bid Response:i wasn't Oct 16, PMB1610 expecting this to be 15:47 prevailing wage....,Oct 9 2018 3:02PM-they will be bidding H_L.Moe Co-,Inc (818) 614 W GLENDALE CA 91204 John Success Success No Oct 11 2018 4:14PM- Success, 572-2100 Colorado Street Calvert they will not be bidding, Oct 09. Oct 9 2018 1:53PM-left 17:26 John a voicemail Verne's Plumbing (714) 8561 Whitker Buena Park CA 90621 Larry Verne Success Failure No Oct 92018 2:59PM- Success, 994-1971 Street they are not bidding Oct 05. 16:24 AMERICAN (714) 404 W. ORANGE CA 92865-4204 Chris Success Success No Oct 9 2018 1:48PM- Success, CONTRACTORS 282-5700 BLUERIDGE they will not be bidding Oct 05, INC. AVE, 16:24 Pacific Plumbing, (800) 615 East SANTA ANA CA 92701 Joe Saenz Success Success No Success, Inc 924-1960 Washington Oct 05, Avenue 16.24 Page :42 of 49 f;rd W li Printed;Oct 24,2018 10:23 AM MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10123/2018 10.00 am Company Phone Street 1 City State ZIP Code Minority Online AC Contact P Fax Re: Ernail Re Bid Ri Job Motes Results 16400 PLUMBING Pennine Plumbing (562) 1139 S FULLERTON CA 92831 Dave No Success No Oct 19 2018 3:21PM- Success, 803-0101 PLACENTIA Linton Answer they wont be bidding,Oct Oct 18, AV 17 2018 3:06PM-left 14:59 lave a voicemail,Oct 15 2018 1:09PM-Spoke to Cindy the receptionist and she said Dave was out at present,but due back later today. Left another specific message in Dave's voicemail.,Oct 11 2018 4.15PM-left+lave another message,Oct 9 2018 1:55PM-left Dave a voicemail Crandall's (714) 18291 Huntington CA 92648 Plans Sydnie Email Success Bid Oct 17 2018 3:03PM- Success, Plumbing, Inc. 465-7619 GOTHAR3 Beach Downloadec Only Receiv€ they will be bidding,Oct Oct 22, STREET 15 2018 2:50PM-Called 14:18 SUITE 102 first-Sydnie said to send invite and they'll let us know. Coleman Plumbing (562) 14229 Whittier CA 90605 Plans Dave Email Success Bid Oct 19 2016 3:19PM-left Success. Co.,Inc. 696-2089 HAYWARD Downloadec Coleman Only Receive a message in the general Oct 22, STREET mailbox,Oct 17 2018 14,18 3:02PM-left dave a message,Oct 15 2018 3:22PM-See Company Nate below-Please lets try to be nice to these people as they do lots of Public Works projects,., I told him we'd send the invite and he'll let us know. Kevin Woodard (909) 2598 Ayala Rialto CA 92377 Plans Kevin Email Success Bid Oct 11 2018 4:14PM- Success, General Contractor 961-2462 Drive Downloadec Woodward Only Receiv€they woll be bidding.Oct 9 Oct 22, 2018 1:53PM-left Kevin 14:18 a voicemail r•._ -r, Page :43 of 49 Vc�M-ta 1 r I Printed:Oct 24,2018 10:23 AM l I'vuf,mn `i I!id'Am lay'116 951 9 0 0 MBE, DBE, HIED 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 1012312018 10:00 am Company Phone Street 1 City State ZIP Code Minority OnlineAc Contact IN Fax Re! Email Re, Bid Ra Job Motes Results 15400 PLUMBING Pipeline Plumbing (714) 5772 Garden Westminster CA 92683 Plans Long Email Success Oct 23 2018 4:59PM- Success„ 866-2277 Grove Blvd. Downloadec Nguyen Only Left another message for Oct 23. Long.,Oct 19 2018 18:36 3:21 PM-left long a voicemail,Oct 17 2018 3:07PM-'left long a voicemail,Oct 15 2018 5.16PM-Spoke to Long who called unsolicited. Says he has done public works in the past but needs to get a DIR#. Told hire he would not even be considered to bid public works without obtaining one,which he said he would. Sent him invite. Ironwood Plumbing (877) John Email Failure No Oct 15 2018 2A2PM- Failed,Oct 484-7575 Only Called him first-John 16, 15A7 said to fax the invite and will let us know. DC Plumbing (562) 3551 ely ave LONG BEACH CA 90803 Plans David Email Success Bid Oct 23 2018 12:23PM- Success, 343-2231 Downloadec Clifford Only Receive Dave is sending his price Oct 23, now,Oct 9 2018 1-51 PM 10:33 -left david a voicemail DAVID AROZ (562) 4274 LAKEWOOD CA 9D713 DAVID Email Success Oct 23 2018 5:01 PM- Success, PLUMBING 421-9969 PETALUMA AROZ Only Left another message in Oct 23, general mailbox..,Oct 19 1836 2018 3:20PM-left david another message,Oct 17 2018 3:04PM-left david a voicemail.Oct 15 2018 1:01 PM-Spoke to Pam and got the correct email address. Resent invite., Oct 92018 1:50PM-left david a voicemail � r Page :44 of 49 FR� Printed:Oct 24,2018 10:23 AM .. nR:ltiifrterr; MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10/23/2018 10:00 am Company Phone Street 1 City State ZIP Code Minority online Ac Contact iw Fax Re: Email Re Bid R4 Job Notes Results 16400 PLUMBING Z3 Plumbing (562) 411 La.Habra CA 90631 Plans Landon Do Not Success Bid Oct 19 2018 3:22PM-left Success, 697-5970 Commercial Downloadec Angster Send List Receive Landon a voicemail,Oct Oct 22, Way 17 2018 3:12PM-left 14:18 landen a voicemail,Oct 15 2018 2:32PM- Formerly teen Plumbing- Called and spoke to Landon who said they are trying to do more private work;but still do public works as well. I told him about the jab and he said to send the invite-He will let us know. Stephans Company (714) 17198 Santa FOUNTAIN CA 92708 Plans Greg Do Not Success No Oct 9 2018 2:57PM- Success, 375-5776 Clara Street VALLEY Viewed Stephans Send List they will not be bidding Oct 05, 16:24 Plumbing,Piping& (714) 5910 CYPRESS CA 90630 Bill Colins Do Not Success No Oct 9 2018 2:56PM- Success, Construction,Inc. 952-2001 Lakeshore Dr. Send List they will not be bidding Oct 05, 16:24 Plumbing Concepts (714) 22951 La Yorba Linda CA 92887 Fernando Do Not Success No Oct 9 2018 2:55PM-left Success, 692-3890 Palma Avenue Raya Send List a message in the general Oct 09, mailbox 17:26 Parpac Corp. (562) 2201 N. Long Beach CA 90815 Joel Parker Do Not Failure No Failed,Oct 597-4700 Lakewood Blvd. Send List 05, 16:24 #D-210 JTS Plumbing (951) 40880 County Temecula CA 92591 Jason Do Not Success No Success, 296-2000 Center Drive, Shier Send List Oct 04, 13:46 Hobbs Plumbing (949) 1931 Newport COSTA MESA CA 92627 Grover Do Not Failure No Failed,Oct 645-5025 Blvd.#D Hobbs Send List 05, 16:24 Fidelity (909) 1141 East eight Upland CA 91786 Fidel Do Not Failure No Failed,Oct Construction 982-9595 street Send List 05, 16:24 Plumber,Inc. D G Plumbing (714) PO Box 836 Yorba Linda CA 92885 DARIO Do Not Failure No Failed,Oct 693-4833 Send List 05, 16:24 ail Page :45 of 49 Printed:Oct 24,2018 10:23 AM -IL.'�Llli PA I Pi hid N1A. o�,ruro7i. MBE, DBE, HUD 3, DVBE, WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid pate: 10123/2018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact I~ Fax Re; Email Re: Bid Ri Job Notes Results 16400 PLUMBING Andersen Plumbing (909) 190 E.Arrow San Dimas CA 91773 Christian Do Not Success No Oct 19 2018 3:08PM- Success, 599-5950 Highway,Suite Hand Send List they will not be bidding, Oct 18, H Oct 17 2018 2:59PM left 14:59 Christian a voicemail, Oct 15 2018 12.57PM-Left a specific message in Christian's voicemail.,Oct 9 2018 1 A9PM-left Christian a voicemail Dymek's Freedom (714) 29211 E anaheim CA 92806 Ron 0 No Oct 15 2018 2:23PM- Plumbing, Inc. 632-8989 Miraloma Ron said too busy for this one-I called him first before I faxed... 16600 HEATING,.VENTILATING&AIR COND. Master Conditioning (909) 11570 CHINO CA 91710 Chris Allen Success Success No Success, 627-2773 BENSON Oct 05, AVENUE 16:24 CHRISTIAN (951) 11140 Thurston Mira Loma CA 91752 MBE# Sarah Success Success No Oct 15 2018 2:44PM- Success, BROTHERS 361-2247 Lane Lemons Spoke with Sarah and she Oct 11, HEATING&A/C said no.,Oct 11 2018 16:28 4:25PM-left Sarah another voicemail,Oct 9 2018 3:09PM-left Sarah a voicemail Page :46 of 49 Printed:Oct 24,2018 10:23 AM I :i1111 Pal i•.Ikk[ i:,;wGi I'xvnI 0 0 0 MBE„ DBE„ HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth ShelterADA Improvements Bid pate: 1 0/2312018 1 0:00 am Company Phone Street 1 City State ZIP Code Minority OnlineAc Contact P Fax Re; Email Re, Bid Ri Job Notes Results 15508 HEATING,VENTILATING 1,AIR COND. Eberhard (818) 15228 Raymer Van Nuys CA 91405 Plans Hector Success Success No Oct 23 2018 12:40PM- Success, 782-4604 Street Downloadec Amparo Matt called back and said Oct 23, he never got a call back 10:33 from the guy he called yesterday for clarification, so client look likely. I asked him to please try again because we really had limited response to this bid,and he said he would try his guy again this afternoon when he returned to his office.,Oct 23 2018 12:1oPM-left matt a volcemail on his cell 8 1 816 1 2-95 0 5,Oct 5 2018 4:37PM-Bid Response:Will there be a jobwalk? Darrow Heating& (818) 11944 Valerio n.hollywood CA 91605 Plans David Success Success No Success, Air Conditioning 255-1600 St, Downloadec Darrow Oct 04, Corp. 13:46 Building Aire,Inc. (714) 7755 Center HUNTINGTON CA 92647 Plans David Miles Email Success Bid Oct 9 2018 4:11PM- Success, 794-9815 Avenue BEACH Downloadec Only ReceivE Dave railed to speak with Oct 22. me.He wants a job walk., 14:18 Oct 9 2018 3:07PM-left Dave a voicemail Stealth Air (949) 6962 HUNTINGTON CA 92647 Plans Christopher Email Success No Success, Conditioning 525-4175 Laurelhurst Dr., BEACH Viewed Hoffman Only Oct 04, 13:46 Diversified Thermal (714) 1220 N. Anaheim CA 92806 Manuel Do Not Success No Oct 9 2018 3:13PM- Success, Services,lnc. 632-7401 Barstan Way Beltran Send List they will not be bidding Oct 05, 16:24 Allied Mechanical (626) 13111 brooks Baldwin Park CA 91706 CPUC,MBE Plans Dennis Do Not Success Bid Oct 23 2018 12:22PM- Success, 338-1505 ❑r Unit K #,CUCP Viewed Jung Send List ReceivE Dennis said he will have Oct 23, his price over this 10:33 afternoon,Oct 11 2018 4:17PM-they will be bidding.Oct 9 2018 3:05PM-we need to resend to dennis E�%�t �i r �' Page :47 of 49 Printed;©ct 24,2{f18 10:28 AfN ,.:i ire t IL l: 1:tr ii.nt.sd 0 9 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10123/2018 10:00 am Company Phone Street I City State ZIP Code Minority Online Ac Contact l\ Fax Re: Email Re: Bid RE Job!Votes Results 16050 ELECTRICAL Global Electric (800) 1501 N. ANAHEIM CA 92801 Plans WILLIAM Success Success Bid Oct 23 2018 12:16PM- Success, 272-1765 Raymond Ave. Downloade[JACKSON Receive Spoke to Deng(sounded Oct 23, Suite B like only)and he said it 18:36 was such a small job but since his company committed to it,he will try to get it over to us by the end of today.,Oct 23 2018 12:07PM-tomorrow morning William will have his price,Oct 22 2018 4:56PM-William is still bidding.,Oct 9 2018 3:40PM-they will be bidding Final Connection, (714) 1001 E SANTA ANA CA 92701 CPUC Scott Success Failure No Success, Inc. 916.5885 Washington Steelman Oct 05; Ave. 16:24 Pronito Electric (909) 393 West Upland CA 91786 Roberto Success Success No Success, 320-1004 Street Figueroa Oct 05, 16:24 Sunbelt Electric (818) 6265 San GLENDALE CA 91201 Kevin No Success No Oct 9 2018 3:53PM- Success, 291-6827 Fernando Road Huang Answer they will not bidding Oct 05, 16:24 UC. Electric (909) 24849 lorna dr MORENO CA 92553 Carlos Email Success No Oct 11 2018 4:27PM- Success, 821-9182 VALLEY Urbina Only they kit not be bidding, Oct 09, Oct 9 2018 3:53PM-left 17:26 carlos a voicemail Pride Electric (951) 3456 PERRIS CA 92571 MBE Plans Steve Email Success Bid Oct 22 2018 4:55PM- Success, Enterprises 776-3311 WEBSTER #,WBE Downloade( FOLLIS Only Receive Left Steve a voicemail. Oct 23, AVENUE Need to find out if he is 10:33 still bidding.,Oct 9 2018 3:49PM-they will be bidding Comfort and Flays (909) 1256 E Third Pomona CA 91766 Michael Email Success No Success, Electric 373-3388 St. Hays Only Oct 04, 13:46 Shelby Electric (951) 18860 Dexter LAKE CA 92531 Plans Steve Do Not Success No Success, 956-6958 Ave.,#39 ELSINORE Viewed Shelby Send List Oct 05, 16:24 Page :48 of 49 BoMdMaii Printed:Oct 24,2018 10:23 AM k 0 0 0 MBE, DBE, HUD 3, DVBE,WBE Participation Project Report Job: 3376-Huntington Beach Youth Shelter ADA Improvements Bid Date: 10123/2018 10:00 am Company Phone Street 1 City State ZIP Code Minority Online Ac Contact Fax Re! Email Re Bid Ri Job Notes Results 16050 ELECTRICAL Multin Electric (909) 2530 Corporate Claremont CA 91754 CPUC,MBE Plans Alex Eu Oa Not Success No Oct 22 2018 4:48PM- Success, 482-1566 Place # Downloadec Send List Nick just emailed me to Oct 22. say they were backing 14-18 out.,Oct 15 2018 1:19PM -Left Nick another specific message on his voicemail_,Oct 11 2018 4:26PM-left nick a voicemail,Oct 9 2018 3.42PM-alex said he will shoot an email to nick, they will get back to us Ducros Electrical (714) 2500 E Imperial BREA CA 92821 David Do Not Success No Oct 17 2018 4:11 PM- Success, Contracting 688-7000 Hwy#201-520 Ducros Send List they are not bidding,Oct Oct 16, 172018 3:16PM-left 15A7 david a voicernail, Oct 15 2018 1:17PM-Spoke with receptionist Christy, and she took a specific message for David.,Oct 11 2018 4:26PM-left david another message, Oct 9 2018 3:38P'M-left david a voicemail y - Page :49 of 49 Madly Printed:Oct 24,2018 10:23 AM II lo„ul e.nn lal 1.12,kis.W IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-17 IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted Thomco Construction, Inc. (2) (Signature) President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place of Business 1279 N. Patt Street (Street and Number) City and State Anaheim, CA (5) Zip Code 92801 Telephone No. 714/447-0010 (6) E-Mail diana@thom-co.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED • C-18 i 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 On Oc_ b,�1'zs before me, Date Here Insert Name and Title of the Officer personally appeared 6YV10S-v,-cti , Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. � HOLLY HILL T Notary Public z _.`• orange County n Signature Commission x 2249757 g My Comm.Expires Jul 13,2022 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: Signer's Name: ❑ Corporate Officer — Title(s): ❑ 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: • ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: Diana L. Thompson / President Robert G. Thompson /Vice- President C-19 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT(CONSTRUCTION CONTRACTS NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY City of Huntington Beach LOCATION:7291 Talbert Avenue,Huntington Beach,CA 92648 PROJECT DESCRIPTION: ADA upgrades&roof replacement TOTAL CONTRACT AMOUNT:$357,448.00 BID DATE:10/25/18 BIDDERS NAME Thomco Construction,Inc. CONTRACT DBE GOAL: 0% CONTRACT ITEM OF WORK AND DESCRIPTION DBE CERT NO. NAME OF EACH DBE DOLLAR AMOUNT ITEM NO OR SERVICES TO BE AND EXPIRATION (Must be certified on the date bids DBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address O BE PROVIDED(or contracted if the and phone number) bidder is a DBE) 1 Abatement&Demolition LA CBE MBE83798 �.1,1u131/1Y Quality Environmental,Inc. $39 400.00 1 Electrical WBLN( WBE1600089 ,p wisiCv Pride Electric Enterprises $10 607.00 1 Restroom Partitions&Accessories WBPNC W13E170070: �.p vswiy YTI Enterprises,Inc. $14,100.00 For Local Agency to Complete: Local Agency Contract Number: Total Claimed DBE $ 64,107.00 g y Participation Federal-aid Project Number. 18 Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate Signature of Bidder 10/25/18 (714)447-0010 Date (Area Code)Tel.No Print Name Signature Date Nicole Price Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder DBE Commitment(Construction Contracts) (Rev 6/26/09) • C-20 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 be 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. I C-21 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Thomco Construction, Inc. [proposed subcontractor J hereby certifies that he/she/it has , has not X , 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/she/it 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. (eeoc.gov/employers/eeolsurvey/index.cfm) • 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. Departmen Labor. Signature: Date: 10/25/18 Print Name: Diana L. Thompson Title: President C-22 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) MSC-520 Youth Shelter ADA Upgrades And Roof Replacement To the City �of Huntington Beach In conformance with Title 23 United States Code Section 112 and California 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 Bidder's Proposal. By signing the Proposal, the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to crimina rosecution. Signature: Date: 10/25/18 Print Name: Diana L. Thompson Title: President • C-23 CALIFORNIA .JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202 f See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) a Signature of Doc ment 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 California Subscribed and sworn to (or affirmed) before me County of �- v on this r�S day of QC+D�Ur by Date Month Year _ (and (2) ), How HI�� Name(s) of Signer(s) Notary Public-California `�. . = orange County Commission�2249757 proved to me on the basis of satisfactory evidence ` z My Comm.Expires Jul 13,2022 > to be the person(s) who appeared before me. Signature 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: 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 EXHIBIT F 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 with Bidder 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 him/her 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. Note: 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. Signature: Date: 10/25/18 Print Name: Diana L. Thompson Title: President C-24 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID 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 fai lure. The prospective participant also agrees b submitting his or her bid or proposal that he or she P P P P �' Y g P P 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. Signature: �✓ , Date: 10/25/18 Print Name: Diana L. Thompson Title: President C-25 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS 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: a.contract Fla.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, ElEnter Name and Address of Prime: Prime Subawardee Tier if known Congressional District,ifknown Congressional District,ifknown 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,ifapplicable 8. Federal Action Number,if known 9. Award Amount,ifknown 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name,first name,MI) address if different from No 10a) (last name,first name,MI) (attach Continuation Sheets)if necessary) 11. Amount of Payment(check all that ap ly 13. Type of Payment(check all that apply) S Actual planned etainer one- e fee 12. FLJ of Payment(check all that apply): co ission a cash ntingentfee b in-kind, specify nature e deferred value f other,specify 14. Brief Description of Services Performed o o erformed nd Date(s)of Service,including officer(s),employee(s),or member(s)co ed, ayme Indicated in Item 11: tac onti on Sheet(s)iflissary) 15. Continuation Sheet(s)attached: Yes No 16. Information requested through this form is aLlorized by Title 31 U S C Section 1352. This disclosure of lobbying reliance Signature was placed by the tier above when his transaction was made or entered into This disclosure is required pursuant to 31 U.S.C. Print Name: 1352 This information will be reported to Congress semiannually and will be available for public inspection Any Title: 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 Telephone No.: Date $100,000 for each such failure Authorized for Local Reproduction • Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 C-26 I INSTRUCTIONS FOR COMPLETION OF EXHIBIT H, 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 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 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 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 C-27 different from 10 (a). Enter Last Name, First Name and Middle Initial (M1). 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(es). 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(es). 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. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). • C-28 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. 10 C-29 THOMCO CO SUCTION, INC. JOBS OVER $50MROM 2000-2018 Io,,M'm] 4�ohil.Kills PIU M NA h MN'TRACT PRI Cl,'j I M;"NK),PEN 01fml,-vj joa) 1173 TU PTIX.I i0(:E tX:mi%I UNITY I'Alt I ll'.TY I M`;IOVLMI7NTN ot I OF I:lkl;NIk It-." ;9!72 1 7-A., S 911tS.K!H1:i]Il144 N- i;35r,SAN U;S 01tJ.,A10 I'A`,N!5-,NT":FTICi.: XQ CAI,!I'0UjNIAk:. I 10EMl 7-n o0 4; �177.IMI�l 14; N'Y 18-NIFI, ;Z4-I ktil V""':N�� 430,71sR(X) v3i�l:l N-111K HUMAN RT�SOURCFS ADN11N 01-FfCE.'� q) CALEFOULN[A Gj CoN 'ANY Jowl I.Em .11 0�9-1 q--158;1 IgAlLn -7 U52 IVAIT.H NIANACEMENT-SAN wl",(mlt�1,0 NO Gh,"t hi, Me, sail M-ATI`,"NIANA111"NEENT I EUNTENGTON PAJ4 K M) CAIJFf)IWAGASc0-\:Il%N) [;IronP'q— 7 1 d 111:11-G-1148 (if) lF,-P.f0 I(A V1.7)IVAIT,'R MAINACENrFNT-S\NTA BARitARA SO CAr,7FOHNIA ;As DM I Ll;) Gh,"t 1 7 1 ll_4 I CARS b 3.3"1 fx.(9) s 171,71XI f1f) lli,j— 18-J n i:A!)IVATF,'If%lA'.ACJ-',RTFNT-YUNON IlAsK tits L',�",�FORNIA,:AS',Ml-M1'ANV (�Ih-1 I o I�:t:i 1 1111M I 14:(if) f:l:uldfl tLw 14LI 17 lx-Aj,r I K-Alt r 3:219 IVAT' ',1i'N ANAf:EM P.,NT t)\N•\It 1) Y,J (;%:-:IfIMAGAS MIPAIN't' r;In:,n I If]()1,�(if) f-.1,1:t:f)i X;� N -'eN)5'�,im I 19-1%IeLl 18-l"Im LMTjV-A'MIt NIANAt:ENf[-N I'- ,IN vI,-I)Ii4 t.A 'IFORNIA PAINY 14.I111 711;2:11 ii;"' 2 M f;�5 00 b 15 Q i5(A o IH Al, I,lMj"-ATI',Il KIANA(!I',kIFNT-XINIf VAI.I.E't SO CAL'FO It-N I A ti V,' CM P%IN Y (fIt-nri I'o I r 1, 7 1412:11 G 188 ,D50?(it) (if) It[%loyl CM 19 P1,21'I'L4:11 YO UPI I Cl'WE It R ENMVINON CITI 01:PERRIS Da-1 Mani— I'M I 11421NIONTFAII-A PA14K OUTDOOR LOUMIE' 'SO CALI P)RN LA :AS Cr)NI PA IN I I'MI I i i(Ivn-,4•zn8:3 2T,-,lI7 OD 1 1.893 31) % 2-17•11230 r8-Nla, 321371 kVi I ITN Kit o Vl-'ft 14 P.%1)D00 io,' I!,I F0 P-1i IA ;AS L'OM I'AN't Ih,r, it S7—1, 51`W329-Klfl:i f)fm)410 N 7 11-1.(K I(I fill IL] L,t'',I-%i I-'il 1.1 N I-'It I-'t'l.A U I..M 1-1141' SO CALL AU IC:'14 N I A C;A,'t:LM P 1,1;N din,1 :!:07 1-2. fl t.8.4 P flip 9 k;-lild;H.-, fi M.5:If,K5 19.j a IY ATER AI ANAGL N t I-N9'-TA r I`I vAS I, SO C'--U,11`0 14 NI A I'O!d P IN N' i;lenr.1 64 M I Ij[A) *127 1 S-:.u)M4 i N-T I iAsP 1 NT 11.it 1(.)it If i,,-kl o I)I;i, �40 CA-1 0 1+.':I A G J'-\l PAN}' Rm Irk,- 9IXI.'2:1 'Gti H I),I N5(M -16,1 M G1 F tM9!'195 M I:TzJ MONT�,I?IA'PARK'T E BUIUDI N(;4: tit] CAU I-0 I QV[A f;AS I(A I I J 31.9.9-f-I 25H:3 70.7;X:M ;i,677 2f) 5 6:15,tf)7 18,1- 8-Jan HCO 14 1 VI-114A(.UAUI)140MI J NJ-MT,;Ifl HI.ACI 1(11 r IN 11 D(KMS -Xlt;3 c 74-:11311 fKl ti 74.:I&,p I X) ""Im, ,1:1 &rj,lto,1.1 R-1 IN DI-llr OF DIIIIT'11.01,1,11-:Ki, Ion,tiilil—ni I I A J." i"L 1-1 114.-I i0 I Kj 8d.-Mo fmi 0o-I UtO OFFICE la,MODF.J,-%DUUFSC!I KlUl. A[It'.Si"[0Y)b I)Iti P I i If C-" H,hum NAI "10:11 22-o)o ok i oo 2.44 Fl,-,It"i l,".17 A.,17 1:105 DKI'ARTNIENT llls!%V IDIFJ- c.rin Nit,r.Alan: 'IK 10 12iK CIWTURVIA-M RE-IT10,0M COUNT-!Il'0!1 8 1 11 P0 b fm) Aug-17 S,1,1', Mill-wo vI.ID,; 13 ENTRI&0-T CANOPY �o 1,01cNIA f,I',t OM PAN N i,"mch- 5(�".- 811 4 I Oft I,lay-I-, J,tl-1-. MMIVICO SITUArjL[(jN ISSIC)N jy,() 7D.IKJ0 III 70.4 X10 i ki '40 CALIl'OHN I:%C;AS[UMPANY I) i, 5i32 M 29-8-1G 3 %F.t-171 1'281)[70M PTO"-MISC PIIOIPIUII5 50 G.ALIPORNIA GA,I�O K I PAN) 8 t(VIIV;'•11)97 1 74(10)4xi IJ KM fill D--I G Mar-17 17 :127M SAN IANIA'ti LACPATF IMONI h'€I C--U-1"0 11 N 1 A C;A;('0NIPANA' ll,,nn`11311;11 I-A 562!128 81fi:1 "1 75,000 M I.I xjtj.fm NI., I Jut,-17 3277 SAN Ahi,I5 SJ CA].]RiPNIA i;Mn(:()N Ip I VI' Fil)lama 31 ligl-11-1 �:l 81 IY) t 1!t.777 N i Aq,I 'j,im-18 I-,f NIkK'IDI,vS SOLII'lf Rr'vulMki, CU.1 I MINIA 1;A4(,'0 Al PAN) Jm,Lrtta 1[1):17 1-,.-,"2 3DiLrI.L,0 8 ;ill:i'll,(10 NI.) 17 SirIp-17. I— N101t1v lo"sq,110i QLI liFrAIGIAP11, S:J 0II.1'(1FORA I;A�I YO R I PAN 1' I'mr, I Q.1711 5'-M.fltll IKI ;v)h�;i 4; 110,1414.*.; Mlle 17 '-�qp-17. HIXI)rlH,li IlAsi-:Id.:."TROt'M fl,"IGIM"i, 'V,I CALI I OUNIIA co I'd llxS V Jm,I't'llo 3 11 X.I-1 1-25y:l *0.5,191x1 8 2 1 1 7 1 Min 1 17 3'L-,01 rrl:Frl)r,[-,S;L%7.MAT FAD MPI.\CFN',X.NT X-I CA L II 0 HN IA AS L 70 1,1 PAN I Jlrrl IMIR .3[00.-1 1 5 1 f>t-:At f91 2,177 00 5 1 M,82'a 13(1 Nh+ 17 TM7 pll(;O iffil`.RA RIPLPIN03 A Hi:S"IIMOM kI'NI0DT-'I- S,1 -."A I.1 lORN[.I A4 MR I PAN)r ili Po G 2.1;3 1,8-Sd 1;;1 S -11_1i.Ikf1 M .1 1-lDK7 00 s -11 2.1 JkA i fAi„r'1i d s..v I TI., I'l M 14 1 VEMA PATIO CA NO I'l?;.K sO CAL11 ORN[A %�m t:O N I PAN 1' 811,11 ti -?r)jKj(j.oi) S . 50.W]Ni M it,17 Apr,17 1725F, SO CAI.11'04tNtA(]Mi(,'0hIIPA-lIY Nt7-11 IK.j ()to t8-rl.in Pi-Nilir 1-,2 1401 Ill Vj,RA I,.X`.'I-'iM EXISTING MATERIAL C,"Nul'I �,t2:128 H1133 :!!I,171 Apr 17 SIJ'CALI'QM�%(�A�i 0)NIPAN'i P,,nr�;t I,- i " 12-'0 SIMI I VALLE'Y ItASE LEI)1,1111 L PINC �Zj� (:.Ujj-'t jtiN:A(;A�4(IQ ft I 1'.I��l I I'l I I[IV.1.71 25R;l 141 1 1.90:i::()I .111K;I%Id fm! 'I". FAMI'A It%IflIAItAJ!0AI)A IlNII-bt+"MkII-:NTN I!AL]1'0!1-'4:. A'f:f I['.IN Y M11 11019L 111ii-.71 25,1:1... 51)9'_M 01%1 1 7!is 1 A R Ap,I-, THOMCO CO SUCTION, INC. JOBS OVER $50R"FROM 2000-2018 K)rlI 4 1 1 11()1 ECT N A 1%1 F i:;1.11-:N1 I [,I FNT I'AI NT74ACT i'li-CF] ORIDRIW; I MT'Al.111MC11'I " J,J) :I--,d•I M.1S,0 VIEJO%VIMIDOH1 S`w."'TF61 RI­II'I,ACFNII,1'K1' SO CAM FORMA CA','WNIPWN) ,Ion 1F,riiI 9 1 q:.1)7 11 Of) 1:10j)712(if) J,,,17 Al-l', 9;J.i iNnus,rin,P%sr,Rj.:.,-rwjoJl SU CA1,11'OHNIA[;.%,"L'ORIP%K) Muni t S; ji-, • KIWI 11.1 s 7 f H) I '171111(if) sln 17 Alm-l'i i2;12 I_,%dI0U,A FIASI-]RESTPROOM U-,'MODFli, S(! 'I flv i'l _Iv;•I f;179.L9 D­III Mav�,f 11�V Ut"IfUR)VININ Rk�1,171foOhl lil"hit�IDF; HNIK I T 141111171-1 1:-10 If Mso::0 1.;,j-,fm? 187 7(if) o• 0 li; NI, ITEAUNKINTUVAC(71-111,[N(l SILIPT01 1;, (',1.IIF0PNIA GA14 I(IMPAN) ro 4 1(1197 1.1F.K1 47f 1-M. ;(I 'k 97,1-,5 Off j",I-, Me-17 3211(IANDIM(cliflVK ILAY,NIXF C,Mji') 1 CA I-I 1 111 Of IA f iAH DKIPAM, .fun. 11 f -,:I 2":j:;0 5-1.20:1 Mi d; 17 Al av I f �1211i BE lU NrO HT I 1,AXl;1.F.P);3 1;11 VIN r:P III I.:C,C' I (.1.A 1.1 tI�N P. iAS DNI P W, 11 WM.L_e 5:1: A)!;(I M?00 D,w-16 "la,I-f I;?m r.FJ)111i;1ITENt;FrOMP"i'l, CAHMIC',11A IdAH ONIPAM' 'I", -IIA I I[l;fj-. 15.H. I>(,fill Of) f)U(if) AJ)r 1 G .1i'l If! :1 1 V�W,H)1,A)DOWN YARD F'l CA1.11FONNIAGAI I 01M PAN)' Sc,jph,•,I ldhn,, WI1501-1107 f3i!5Y 81 M!"I f;85r,6 2 2:1d 00 514! ill sil I 5_611il 8; AIar-Lf11GJILI 'r 71 SA"A MAR;A RR,%M 7 1 r o ii',H:­.1w,1, xr I oNf GI CA1.1'OrIN'FA GA",("()NJ 11AN), •hm Lrr:, :I I OV-1 s 1:17.200 1XI 8 14.8K9:1i" I.W.fw.j 7e2 13'._20 171 Lklnr_10 F; 'I I(;.I I PA I[VA4,Ifl"ITA(T NJ J"N1JL.11 S(1 (_ 2(31-50 IXI Ltc 1.7`4 V 00 AI A IURMA C�Ali'I.'0,% NY 5f;V7;3'�8-14d DOW3Z�Z1 8 7 1, Rla,--2014; Scl,1MIE, Ar3j "KINTHRI"y PAHIN COIN1111011111SM 11AD s(!CAI.IWORNIA(]AX COMPANY SOLLIJr:j-1 5f7,V37,1-8 M,l f)09M'd'_1 i;77 1 r s 11:1 10:1 K1. S 400 1 Ki 1 M(ill hIm-21016 :11(A)tiAl)PI-DIRO PiRAN(l I 011111€:E IiIl,'I.U(;1'1'I0rQ SO.CA 1,1 FO RN I A 4;?LS 00611"IN) 'Flill I'mi 1 M)7 I-21i8'3 1(m)OoO I Ni, S 2:3.,>,W 33 13 -J I MU(!AS SURVEYOR k ICRS SO CAM FORNIA 4:AS I V I,I I AN) Tom So,den 'G21:572 H,I,Pl (KNV:121 87.71 r 7S 10)Im fjfx)Ul DI-1-20171 Nl;,,203H :11.57 ANAHEIM LIRAN(.111 01TIKI-,'IiEIMCXI'I0N' SO CAUFOHNI.%(]AS t;ONLIIXNN I ,,(;, I I C 0.1 T J-,_,I W;1 s Y113 fMii FYU g 18DRA C pli 5 17 1.7ffi 6(; 11 nil-20 1(,' M­DIV; I I.,- AC Tit AD 1%11 M I STIt_1Tq)N P U!1,1)1 NI;1' SO C',1,1 P J'IN [;:AS CO 1%1 PAN) Law rc-—14,11:o­ui 81 ii:-fit-.MU-5 .1I K-I A U7.122r 3 N 1)f s D.'O :k --Rl 9N 52 3.K72,951-52 11.,. CHINO COMMUNIT)GAIIIIIrIN&1'0:�INIF,l'VAIMN fmlr) IiIA;.1"2'4XJ 4M.N"2:7 LIN,11j1'i,j,Nl.1N'1'Il+11'ti I1_:LiJ([:N PRO1 I SS!0NAI,Sv,'H%1:,Is N lo M.J81 ,l IS 1.701 fW1 ti :I ilAi'l If; $ v; 14­20 11-I VAIAN(IA k Y)N 11 PAt K"W1-I R K Al F'1 0 C A I.I I',PiN I A 1 As U I A I I AN) !jni 1-r.77i 7f, 01i I" $ 711A.20 I MkO LANCASTER ;WOM (:,%L.l 1.0 RNI%UAS CONI IIANV T­ ..19 I-Wim v I 1_3(x-,!)I) ,i 10 p..'m'p 1 pf 1 171 'Pil.)1�01(; Ilil.1,SI1FNcF STRI7.1.1,lo."N101 Fl. SO C;%I.I F(i ltNl,%4;:%S M N I J'A\Y IMIEL .5 IM,1-.-1 .1 27 F�5:10 01) 5 11411AD"I $ T, I'll'2o I Pulv 201 IA I F;i'r,Ai"I,I I v w.if i.;I,I,v 7 v A!!':NI' 80 C,A U Fif I HNIA I!A COMPANY u I I I yZ-1 AI I•1 1 '1131-110 00 1 28-.Ixi $ K of 5 14 l—,20 I-', lil0i I POLIA W(A)1)nASE' 1*3-Ulil*;l WL'INT&ADA MI'VMT SO CATAR INIA.IAS COMPANY JIM 1,L11101 1.2F,93 S S;17 100 fX) x .11 391s wt 9;K T'%M 1%1 a,-'20 17� 10_"5 RIWWA�41)1,MNIKM S 0 4-A LA FO I IN]A 4 i A'COMPANY I'—'—d— S(32/371 8rl-14 TJW:122 S771 f). G110.4;27 4XI Ne,1014 NElt, 10 111(14 PLIONTF.R F)11 MuN LF."A R 14 1 M 1 C F KIWI SO C U Fill It N 1%;1.I,�((l N;!'A MY To-1 14 W1:lM2_1-K77 1 e S I.1 17 S (,5'_1,-N2 D1 5 15!)2.49 1-111 Sol,.D)ld 'eh-2(1 1•-i wl-,i I lol'I'l m(Ki,1)RASE TEN I VQ IiA]I Y It I:KTU L}O N1"'k A I I-r-'It so C.I'I n�llN I Z'1(;AS comi-AN't Rr%.%ikitL* 90!k11 VI Y 3 1 J! -1 Le7. :3 i.C.W(JO I;1:131 i�3 s G3 A,lg-1.011 `,+-20 1F III.IK;('. ME'l 1`11i REA10ING 011U21' SO CAI'l.-URNIA k:A.1;U M:1-ANY' I'—S-1— )f,±,:172-N+14 9 5_1 1,1_S KP.F,A 74 wl-1ol 1 10 11 1010 HI,I)4.-11'MIA'ET U API NIM OFFICI,: lwvlel.(�Jpm i:N 1, S� 'WAFt:RKl A(;,%:-;C(I.Vi'ANY -it. I I ,l-Z5Ki 1 20 11 H rS 1 CE11.1ft;!WPI.ACEMI..'�T a.AIA�'!:IRNIAf; J­h:11w ;IR,^.7.1 51:: $ 1.1_1!1?.If._,!,A K!.11'r)!41 I.INZ.:41 o N"_M1 M,,)Mir, -Nil-. (.71111 J°,NCI,0XUIiF. it I ml:;RNIA CAS D d:IPAN) lm.111611- 1 IIN;1 50 G 15:A 5 rok I r�I H Al'r!Ml NI.,20H Ij.jIljC01MTR:%ltl,IDG (:A F,I;,",:li N I A I AA I K!,'A NY Turn 1 ri'M 12 K7'71 IAl Z(i9,Xi I X) I H3 'oh 10 I'l I 2IN:I I'I Lv 0 WN I EOC A N 1)1 tATI I R(Pr"l I I U 11.1 0 L)T S 0 _1A I.I F li','I A I;.Vv,0 1 M 1:AN) J­ .[,lla 11 ft-I!71 2--Xi 6 J.4 TI. I rO "k-20H If)l)ll),r1F.r;(it-illiti°.'SSf)liSF;l .�'I'lr� ?3.%I�:%f!F S 0 f wA I.[FL I l K I A 11 Nl%A CONI I'A Y And,1.,ode $ I%J.41KIX1 .17 Di-`4ii Mar 2011 1;17,I'A 1.1 SO VI 11"1O 110 IST RE H.A C:Fl6 i ENT SO C A 1.1 F(R N I A 11 AS(:(I,PAN Y TUM-;Ulld— N4.14 MY,122-97 1 iI 8 W,4 M 0 -,JUteo IN? D-2013 Do,-'-10 13 .1 C01`11110N,CEJHMC TILE, S'i LVI t"M cl.p.,%N X0 CMA1q)IRMIA GAS C€JMPAN`I ri D o !),IN) '31 387.318�,I D.-_101 FA-201-1 1,00 ClC 1�,I 1�IL13 D 5 1 P P.9 9 1 2 THOMCO COMUCTION, INC. JOBS OVER $50K'"rROM 2000-2018 I� til. I)Ei�s i7q,_'O VIM'I.: ji.m.w "14,)J NAME 1.1 PAN,I UE'NIPF NI 0 WTAU I'IN U',I I N R K SO And, W1.7 111 M I I0 I Io Ir,IA-,-,Ij I!L-..21-e 70 0,­20:l Nin,-10 14 :NFN X 4.'0 KI 5 R VIN N I'd I'RC)%,I`N1 PN'116 5ii,Agkm, I jf:ke(:!);i-I I 111 Id r;_1 91.60!1 qKI 4 i.8 1-1-Iii $ (, IN-V)1:1 F".15-0 I I !!4.K:I (;AIWX 1.1 1',Ai K I I I Ll I N-4TU,I,ATI ON SO 4'A 1.11-%.j It NI A 4 IAti L'O%I I A Ili Y Ton, I-, M-11 M!KQ22-,77 I L: b rl,vm 0 M -0- N_J)I:S J:in-201-1 2%0 AN U 11-:1 NI M­qO I n­I'Ii.AN5I'0I19'A`I'I0N RI-11,101)1i1. AN.UILIKI f;iirLk-i4 A,Iurr, 71 JXOO,I I "IXOM On 12 S El 14,0,4 121 12 N(,'�01:i Nla­20 1-1 Il1.."NTS1111.1.CONTAMARNT PROJIF("T .],I 1.1 s I I x Ii'IV IN-w I I.I.L%NIS(N INI PA N y Cry r.lug,"l-, f boff,I)W!i rIx p 7fA W21 1-12-17 5 xLI_501 CIO .0. 82 fO I M N,n,_10 Irl Nln­0 1:1 11K,I TANK 'AHM UNIAPAIAW,PIFE KEFLACENIP,NT TI 11: (.:UNII'ANY G,n,Angu.I mr i fA w3(1K.Ei;s I -?(A hell 1.1277 11 145?_7 IF,4 11) fl- S I-,2.75 1 r,011 Nl a r-D)1-1 44 11-20 14 2 ql!)TI I FO DO It F PAS HF.N VI'U R 1?F:ftLi I,'AFI'l 0 N.C 1.1 N,I'F.111 T[I E,I I 1 1'10 It 1.:1,I YN I.:F(}U N 1)VIT IN KUZY 8 1 A7 I�V I WI-1 81 1 1-1(Li.18E)ill IL11­4f14 Ap-20 1 Z!,H JUAN ITA I 3A Ii ADA LJ P(RA U L'S Hi+'r Alk,11, 1fv. I 111 j 5f;:!i8Or;_dH(i7 s CIO s 1.1:30:15 79 1 R2f;.4(-7 7!1 N-_10id N lav-rO 1-1 W;IT04 PCT N1 ANAI315 INI I-,N I'SI,RVI(TS SO('A 1.1 F0 It N 1.%C 1 AS h I PAW J'oll) 17 1-9 1•I'l 71 7i",rxm i Cio •O $ TIXION) N", Do'-0 1:1 19-51 INDULSTItY AI.,, C,A I-I FOR N I A{;Ati N I':IN) Term tinurlvr' fz2r. I P.oll 5 11.2-8 f 71 7 1_50 w 1610 1 10410 ti ifYY.C:I o(W) v":k M,,-20 11 28.97 1W,'11kOUNI AND 1,0CU.It NOONI TFIAII.FllCS PX I(;Alkl"OHNIA(1AS CONI 1'.\NS ju,bm;, 4_1_(M 00 5 •17•-Nei G2 5 Orl,vi-,(112 OLI Ml:3 I !!&'Id I,'IRI I IUTWA'rI-_'R DENKILMS•I'ATION f-Ul S0.:'A 1.1:0 It (:AS(-'0 NI P,%IN G I.,.-I or,. 71412U,IM8 0 C 0 6 •1804p:I KA I:t(;m AlIF-201-11 20i�IN I(1NTFR F,'Y fl,kIl K 1,0A 1)R ANN Tl,L�Tl N[l I SO(!A 1,11:0 ItN I A AS I X)hl PAN V D­4 11 ldll­rl +v.-, 8f u v.,1 qiN_197:1 I "11" W J;4--,20 1 3 -cb­YO I I 2887 CENI'LlIff LINK ItUldi'AlIK CYVIll RUBICON F"­RA"I'l 11214 0.','!WO 81'V47N-.1,:I_.2 5 10IJ3 III GO 5 _tI:r V-1 i YL S I (PI Dw!012 %14,r 201 l �t7f,N%K DINIAS Ul",' SO C.AT.IKIIINIA GAS COMPANY TIM11 S(Akderr (P2M7j!-M+j 9 1 X K I'V-1 S7 7 1 t; :if fl_(4I4 a 1XI 04 1(5 q M) 1)-201'2 Feb 20 Ill To 1 2 ,A I' K)UA 10-1 HS 0 HFI C F:STV N A NT N,j_1 y.11 R)I t F. -slwfl,r 51 W-o(m)Im Ic 1(; 1-0,-L�o 13 1 161 j,jto 11.1 NIL D IN NIONTVHI`S PARK tIATA 0-NTI'll XPAMSION ytI I:AI,IH.)FNIA41ASMNIWAN) i 5(;21NW;•"I.r2ll 80W",I 1 2. 7.Y 1 F44 low-101,2 28.,4 I I()1.11T I NI'll IlAj I I IATION 11 Ro.I%'(.r 'X0 C-.'AJ,l MINNIA(;A"(Vlk]'ANY 11-1 iLSMKII­ VZ2c32WMIM g is I cj_BIG I)o 5 ;W;.1 8:12 J..I­21012. 14-2u I D1.53 DIS 1:y_1M R 1-',11 P_%POUAIt'111,16 fl-VI 1-:H ICJ Ii 11.11 N'[ 1]Is III FY NTORE To—'S_1- (;'-14 W7 71 F"I s W-87:1 00 _0_ x (1i1 Au1,-201'2 Sq5 21)11! ��85 I I I()rl(.)K RAM-'A 1()WI N 1)(111'Ii R I'LA(,'Phj X N'I' "0 CA 1,1 F0 HN IA C AS L'O M PAN) 0­­, (",2 t-5 zK•-P,I c:5 s -14.15007 -1 -11.7 1-2 I)(A 1­-201A Nin r•'_10 1 2k5 1 15 I.)TI I F;t4 I N D()}%Ii F, F,'Nl 1-'NT SLY CA 1.11-0 1?N IA C 1A';CON1 PAN 5 Vl'..D-3111111n Rudv 17-n:31111- 21:11-135,MM3 IS 4;.UZJ7 00 1) 4--i3,G,7 W I)­-,f)i Mpr 2013 2&111 I)l SN I I I EEAD()IJARTERS T,,OL)tj lllR14EN SITOW., To","'-d" s i:i I-0 14 1XI •0- 13 1.4 p I'l W A,16­20 1 8ov_10I-1 �IWW RUO FTOP FAIT.p Rgrici,i o N,(­­,�ii­) (..AI.IIFORNIA(;ASCohIIPAlJ) 0 N.Lg 4 1 Pa w!11, x 18r,0-.1 Mi 5 k-.1.17,f:9!P.) Sa le-2f)12 PARK c­rj.,.NLANr NimRoV77.Nip-N,rti Ti ri i G I eLV "D24 1 63 h-17 19.) S Yi N6am S 8,0 10 rid; J,u,20 12 S,I,-,!M, 2:,-NA)(JO N IONTFAU"I PAP ItDATA(I L,M l'H Pli FCON(7FRI I f_'T 10,14 SE,R%I C FS R� Oon I -��4�2M;A.P q(;Wo 1 .9 4m1 j Im.--mo W NI-201 2 WYL•!4112 RRANcIi­r A 1.1 PQ RN IA C l AS f'()Nl PAN I.... 11 00111-2',Wt 5r;218,06-I'l(;7 11r,2K.410 G,Md.111 S 203.1101-A N 1;,r?Q I l NI il,­101 t 282f; 14ARN ATWILDEAZNI`tiS I'AIM-ALPFRNATI'is[ 4,Tn 0F('rI,Il',vDAI,F f I ap)j i Ka—halk 81W,SAK-ZIMH 81W�,lt'v:5791.P A;"A I S I I M) Apr 2012 NE".-14112 2811 ILPW'It U8A1C,RFl_l;PRVE.,, I 1AIMIN H,NCE(1w,a,4 tMfl.ld Planv,nk 32!lr-5 I W I I, W J7.I Of 1 -0- S RI.1171 lmi 1,4,201:1 D I r3 281.1 ITW"i L'71y)lfl:I I EA DqUARTERS W I NOM s DPSNI`1 -S' 78-oZ7 qjo •0. Mi I i 1) 1,06 V-Wl '810 ANA11FIRI[IASE(]F'N 1.1,1t.,:ro[i I NtiJL 1, LI,A I'l(IN i;Iorlq Porl. I-. rt 7 I 1p?:t I-(;d �o.ml A i K) ,X7:1.55 F, D'-L-110 I I Nh 2[I I INIPROVEMI'NTS' 'Turn E)[i1,:32­877 I g 4 HIM.,M f;$xl r,IN) 1)-2011 DI I I ANAIII-IM 41C('UI'ATIONAI,MMSf"S(r)l:[-It.'I':r;tjfi.r)OkIl' K9 CALIH-OFNIA GAn'f'ON111%N) Cllb,pin h!1— -i 14,'Ej;PI-rd KM 714P,231 M88 s f'l 0!kK 4 $ rlli.fl;)8 kpf1 N­.201 I hill'20 12 3 THOMCO CO MUCTION, INC. JOBS OVER $50K'TROM 2000-2018 fft OJ F,C P N'A#I I", (:9ARNT I'M I.: . : - I?, TI., r, IiriAIlI)Fli�K UV'K I I VM"fZ I1LV I�RII'NT I—,,enhio, fl , 5L21M7�-N 111. KIW211771 � -- . 2132107 4M 04.1yoll limvoll !7'1'��'AN I I IM Yt%k 114 D01%IF TI,A�1-A I EN I'I I u 1`,:I�,�I C 7,,'j�,l 1�A IN 1(01:1,d-N'7 1 1 1 i,l 1;:!4:(1 1 V.1 fi!I 1xi Um D"I M-2101 1 !'I�'(I I0 I A It S A)1 F I IHOV N I r NTS � 'A 1 F:�:�It N I% 1 (',1 NA N It i-142.7 !( 1 7 5'10 N.,24!11 11-•24!I I 27flM, N'I.1 MAU A MIA HI l'P,I NIPWM'MENT.ti Y ':UA NN IA C IN-AN' 11111 2-,ls:l H 67 5 N., 11) 1 9.411-1 10 i f�,,IR!1.N 10-1 01 I "H 1-20 11 f:,l ti,WF A P I,S I It i N C:`A OA&,1,1 U 1 S LT;.I N I PR I WE M E M S M.I; I i ' N J LI I Al 1 A I I%f-1�259:1 !N'16-44f:7 A81 I 5.4,W,H q I I-1.9 4q :t J,d-1 0 1 1 4.w%l_0 I I Wt I4 KIA,I I(M,Kk AI ,I'W;4)sI A1Ppto"T,AI v.,l11S A1.`4111NI A 1AS(.0N:'A NY �jlm "11, 31 Wl-,I_FA3 LlL 7"02-,49) Jill DOII NIM Z012 PARK 4.ONIMUNITYC7ENTER GITYM V111(l% 2fA)0811Ix1 -I 34T.1971-I ("It,�401(1 VIr2011 S LUILWN( 'ILIAI'i INIPROVENIT CITY Ot SM%NICINW G-g Di% int, :1LVF28°NOT) 11(YHit)I I " IXI 7M,850!rE', 1).-D[W Jim-DI I,_1 11;I 0NN AT WI LOPRNI,-S',PARK 54.+28GI _A-H;I- _7D I'l-IM li CON) i� -81.j78N) A"r,'IM0 I I (Tll�ch! KI; 918h ,89 .11 iIG54 AUINDRA KI-:qlIOKAI,['A31ii PROJI'L"T 3hnnh D-a, fS2r:MIXI 2 Im 11 _,p I I -JL1,Y20W Mav 20 11 hir,NA I'Alik AIDA I'f 5 11111 1160 AIllilllllh­ A I I qtJ-' FYI p lili 52,ri� 2-1 ,8MI1 U I I,�)DI 11: Mav.,Vl I I K,I Ili Andc rsrn �,Z[;:T:0•:42!W fU;::!IXj WN7 1fl1j2 R NTE It I I N IS A I i%R I","114 f M R I PROD 1.,,(T I'(I U 14, P 16 %N, 1'1, 2187. $ Jim-`0 1 1 k i I Ii A,,Ii rIL 1. 1 r,It V I X 1 1,HI,W )11 4!,'!)14" 261h NU]IS I NC 1.1-:A 11 N 1 141:1.2,1 kO It%T0 14 1'k L 11 N I VI:It I'l P:I NI I M 1[1.X I I 11.13 N1 i h. ,;k� 41 R.2 L I 10..-,1 R) lofm-,o S,.1 Al?r 20 10 b I-20 11 2673 llt(7I-:r4TI1K kl'IN1 WN k tESTPI(!Ord INIF-Eic% %Il W:s Al+vll `15 1,17 '_1 I X7.I M 1 N7. x-1 U-13A 16 162 17�21 M.-2010 `fW N IZEMOM-1. Ahmed VI-I 4-0):1-1 MVINI.TRAIN 10-:�',TKOOM A.1)PI,X�,A CITY 0I-IUVENE 1 5(h)1 x 1 i 87!1711 OF 0 1 14m-20 1(0 Al-20 10 C I lf�Y, C ITY 0 F'ANAI E I I,1 1 A 97,!Ilid M 301n.2,48 M I 55)l.172�W P'N--VAPIP M F.INTRAI 1 W[4.11ky I WEAMIR�FIJOVATU-N P \gri­ 1 1/7 7 3417(i)-5-In 1'11:7 A Appedl -IlLN III INA s it.:L9 7,H i, 9.!I,W Hit N­--�009 Ma,_1Wf ,(5-N.�IlUILPING ANO RADIO ROOM (T CORONA Cm 2i:27 JOAN WAYNI'AINI'MIT lilt TRAI-T'I(,'(,.U_-NTkML TOWnIt 111114s()1iS Siludo,AA- 425M 1 7 30-1 liq I IN) A,.g_10lf) 2(iiV,) AIDA ('()I,lNTY Qr`,fCA,GI,' rj f' I,II0r%'M:.L,, i,V.,f:;;-3001) 7 ld ,f ":•IZ;' >1 1,:I;I tM;k I K H010.9 1`i IA I'A,,20 10 1:1,1 50 1 h 71 lm;11 11! �27!9,5,15 1;i I',,I�Vil 1,N'l, r1r%l 0 u K I'A I I T­ PU 1.1•;'1 1 1I%I'Aj?rl,R t I;NT:M 1-:K,..E NC J I I A-L�: i A It [T} v 4 It I!j-N It k I Ili 1 hAv-L 7:•1:74:-5 i!M 7.1,17.-11-54 )-f-,90 1 li,:i 71, 71 111,2I,40.) ,"m("I ry I I u Nq 7,1.(11 AM I I"Its;I %P j E 1, (TIP'ill!1-0 NTA\A K, I TIF1.�5(1 7i:1!^ 1 1.1 H:",;IN) ti 27 IN) t wi-2fNM N­20Q) %IF,,NT I Ojiljy&'I'F INJ[Lf 15 1 P-1-1il:161-1f) )5 8 1 I ('[T?OF WIiONA d Appell 5_618-)M)(9) 4.417. L, N,,,-2(4M N",11U) HlIX;() & [0(;fS,%F,1 111-ICHAIMINO Chf;, "I WW I V17 5 7-1 2K-,CA) S (11 f>,(J W) (N) N Ill,-20(w ALIPMN C.AN1011)OEM()&API P:,,Wom; (Tr)OE R 171113.",1-W0.1 33!i.A.50 IN) S 3 LFAM 2R 144`S-,1 01,-,A WKS _�Ia;5 CY (XILIJo 3E,GYPLI 2_L4%vFI,FG tipACF NORTITORANME,'U)CONIMUNIT)(XIM, lv.i -,1l^'2,H 1:192 -f MMM K 'I'l f)KX)M) *k.1.f i=0 17):)Gl fv Aw-_00i8 MZIrVmv). Z it 14U L)W SJ I I lU I I.1)1 N Ok PI CAYI 0 INS 01?ANM'(X6 T11%NSITAUTEMRIT) It-]'PHI-ILLIJI-1 T M 15N:•.5_-14 71 oQ3 3z3Ae.8 CA) 1:Ill N,,--,qNi8 1._42 JOINT"I'AILINT!PAVE'M 1-:Wt'U'1'.AHV, kla,2008-f)- i1xi(if)OU.%N(11P: ',0 1'1:.%N'3'1'1'AI_TC kfil ITT I t1L1 7 11 r--,N;-.,--,11 17 1 L.�3(d C Y 111 M,4470 1.1.1-:4;V 4'�t 1'44%'4 I'A('[-.'14 Ll,;I N E I` Al P[f 1 1,V v.,NTL,, ,(j I t,I I 10 1,A N 111 '0 ':O.M M U K I'l) 71 I.F. I I tiTl 114 e 11 wrli- 4-1 V 1�1. 7 I 18IF-111kAll I 1'll.-IN5 M fl. 1.71,7H5 01) MflN F,,I,21mr, ; l-,A.S I Ill(:- 5��,,Xl i i,1,12o q�.1,1, 208,1WA 00 __S 57�M S-1 11,11d.SHUNK1.111i",&I'Llil.,ALNI'M r4i r 2CJI)Ik 1.1v I-D X N 190 1,U,V l^r It It 1-:I'A i I? X I ,.A,,,S,E.I,1:("I I i It i 111:;71,11:If I•Ldf, -,GfAfM-4 1•7S 110.f.I1i1015 j 2M.113 50 E 2 17.,27 if) K""no-, kul.,IMN 1751 I PIRNANY KYTIFrRIOR (1'1')(IF;AN-Al 11:11,1 1 rmr,2 7 14,-,G5-.'r2 2., 10til)IYKJ INO j -,(i(41,2 0.', t; I 0.7, _1fm)8 4 THOMCO COVWUCTION, INC. JOBS OVER $50KmrROM 2000-2018 .N IId J I C 1.11-:Wl'I'K I C0 Nl',V-I'N U M IR I•'RS (71WI1{V71-P1111:1]I I . I . 1-157 1 U VI'Ii)N I Nlli'lt LOR 14 3-111 II f 11.'I'A:I'l ON l'I'V 0 1'FOUNTAIN V I I I,-IA a 111 7 1,41511:1-U 10-5 T 11 1i;!!-5 1".1)1')imp DUN-d i 245:s 1 I El I I A N D5 f.,A 1.1.?A.ME I I III T,V-.'I:2 D E NJ 0 1.1 9'10N AN 1)'IPFNAN'I' NAN 1)11.11( .1s k I-1 I I.'t k 1 1".1.1)1 LIS li.,n "I W-1 M Mm; 81 kjT 0 1.:1:Inx 4 I MM 1 IM I [J:1.9[.1 q K, Nlm-2M17 N,,,'YM-, IrA C Vl'y I I%1A,R FC0 N FI(;L I ItAll(IN s 74'A).:�;Ii 41; Ill-xMI Mw,liq.)V I F '1! 1 J 911,.7�1 CN� G-. 4(� 2 4 f,Z 10'1)1 AM DS C-11.1.CEN'11`11 It F:R P I I1 1-1 1.P[I AS I-IS-1 K. tiAN I i I I.-A (i lls&F 1.%4 1?I c R-x I"'Im 's 1 K170 1 M.1701 [:IM I! 2,lkffl.2W k .1). g 2.W V.1.4N;4il.1 A 21107 Am)'40uw 2.1 V-NI W,'EU rd-1N N EN I-I'IN A N'I'I NI 1-:RI k.M�.', I ll'y(.i 1;p I\1 11.lis 11)p LI'm.... 1 1H•-)o'.-2,1 1A P5 V8114;-,T id y ,O:l s !r Vi-WI I'd p 1f1 n I -hun ,l K 17 -�l 1:t 14A VR ANP I)XI'A Ft.M SAIN Jll;(;0 o::%S PIWO ?IVFIA 1xim'41 lic"441"h" 4,11!7! • Of.i-I W 8k;K(xj ti I K-):1;1?W; LMJ" %l;t,-2OI.kS I I I)IN,1'It''I'ENA-Nn'JM PUOVILMENIIPA "N I II'u(l & IN.%i rl;l NI :Iran 'wr� 114i:1 I 5mm 1141!1,1"z9", W,.'.)M flr, 14 M1.2 U'1):, %1,,407 ,.1, 'I'li-VNING clIN'J'I'li I'll.vSL IIIdO 110M.10 04AMLJNH'1 C'01LIA'( ll I'A,DIS' dc" LenM,4.1-v 1 1,,,7.7 y.--0 P 4:9 b 1 1 T 4 ki 7 k If Fl.%R K I N(:1 1011'1 N I I W I Vp: tijkN[I I 1-1G(1 11 As X,I-1,1.:C'I'l Z I tiA N C 1-:KNA 10)1 Nf ClITIS I2rLvnu 1,E;2.1-0i+127 14 47, S 40,1.207 5!P W.i % !!I Ki NI -00p, 2:1110 1 N'1'1-:I;I R 1 1.11 WAIW I U I IS)I N('.I f E I la['I L ON ('H'1(!I:rMORIVO VAILIUM NI;Irk Saikikj., fl-,A 1:I-:1 IM I.,i 1-4-ti TO I Hq 4 06.45fi M ow.-DKI-f I-m-01'.7 !Mil:l C(IMPRE4,'M)N-VRIMAJ-f;A' liki I[A)IM 3 P.14.)I)l 0 1;A N I,;N s I,f'I NA NS 11'AU'll 10 10'I'V I K,i ;1 1;.-,(VJ 5'IM 7145P0 lLwly.I(JO I XP q 2 I.OKI G 1 S. •1.i!l 7 Pcl 4 1 DKJ-. 1.5,1 Z:lr)fJ 1)1 S P9%Pl:I I C I-,N'I'F,'l?1'WANS'10N AN 1)11-'(41 11.IN (I'll I C J?X D[,AN r)ti 1 1120 114;7 a 0).Ki-,IN? Y J,7.7)1 14 0'.1 AKIC IIAI.I,'L'LNlLN'I'IMPROVIMAEN'I'm 3,ASS EXPANI'ICIN:tlM I (1 I 14 I 1,1-1 R4 I I I V !ru:151 fdifm I 0):1 1 2'6 U r.i(.un $ 7.7,M 5-5 4 4?2.,,87 uf, L),,NW16 Apt-"f 107 i,'ANIIIIKSINO)PARI,{9,,1N(!IIil.M,. &IIEPIL-%cT6MF.,N'I' CYPY 0 P SAN'I'A AN It-11 Per— 7 11MIT H(i!? 71 1 M IT N?j M) 0- 5i,i Y. s'l,_Iqyj(i O,t-2flfHq `C2 11 VI91-:RI'I;,,X)IFIN43 ANIP NqNIAIW s.kN v I ix",I(;,As It; i(-ru I('rIm- 'I'MI al -4)1 8;1 .Nn I)I-:11iEA 7 10.11JO IA) 0 1. On(K J:-20107 I 1.-, 1110 RVI L 1.E[:(1 11 Al 1:1 U E S",S1111-1 M 1:0 k.11'h L11.1.1'.;fll-'I I I'I ANT S I 119 IM,I N LV I I I.I Rlti 7 filx-Z-1 I I;7-7-, -.191VIA1 1-17-. 1.1 31(3-141101) kr 4.0:17 4j(I '-Y4 r."(10 4 x7 flr,.v!NKI?3 0"�Oflfi It:U—jJIl,'Il('Ik,'(,l�,NVIRft CI ULURI-I-ITS 1CAHINC ROOM OOILSN'I'V T 14,5(,17-fK,21 71 7 fi.r,(;1 :121 iilf)IN) 1 8:I;i i K.; a S2'3(11 iii 4X: Auv2NXj6 N[a,--wOT 23fl-5 1 ---1- 'VI?A-1'1()N Kfl:)P.l 1-:\XANNIR)N SAN PIE.4;ko GAN k %r0NI'I:X)VAIRK I.— ;3WV2fi,UOS il:3 4 7 7 Of) ',3.I-,WKJ I di 4 m NI;ly'-'fX,6 =wl;K'AN I I]MAN IT:4W PST FIj If:R I IHlk0VFNIj-:rWI'-L-" xAN PI 1:1'.0 GAL,&3-:1,11A1141(:i SON )IMA14 '19 00 2,0K X)4 i%P AI-2191N'. K,1 2007 !!'Lg I IIA41"2141)11,001C IM'Wj%q',NIFN IN r;AK-DI f mNS&YI,K(lldi S:AN DI PjAX I",n) +.r. 1 0 3. 2 If)kAKI OIQ a M`fi 42K fi I I gl�, N,n-20M M-]','FXI-50N K0 91 FF,Nl'l?PRIM FUl Ill') F I i.%J 0)1 1 N,141 pl:I flld1 194 k A I ;11r711',3ih1 11 V7 i I rld 19 I-M'm E:,-" 0• L34 477(%' Al,,2fAki nye:j SI I ZRIN I N WI I %Nlti IM P;isl DIF,FACILMY IN 1V r1ll,i.%W4 2 140N tI I')'- 214W ;,;L!�?:! $ "'I",of) S GW 41U r, 37 ('m 1 fN V; IfAl'A,'S111-: S.1N IHWl)f�ASI H�f!IIC iAL11AMBRA h I ';lL TdiV -1-127 7'32.�fM HEST 7--,7�,jW:rif 5, f� (I i 'j—M01 221-JE: I'III:NC'l I IMAI NX yAN I)I Pi:(I(.,IX It I['I(!:%NOG A PA k f;. ik'. rulln i118:701 IAM o I IuFf)J W, WKi(if, 0- IN Inn-Mflfi -221:ZIMIUAWAfl,%COMINZ01,19 RENf'.11'DR UNS SAN DI1i410('AS, EI e RANI?RSFIF:I,D r. no -12Q Imp -11 52.257(A N�,1-2fAP-5 Nw mw-t?l kl8l "11 1,�7,)1 t8v, 'Sl-N1 PI IA 1:rlr 1-:K' NJ DN'I'L Ii 1, VAJ Ilk 1--I'. A 8 5--1 1 1-1 3 LR5.1:;0 f I 1-12fi W ti 6 1.7(;I W Sr1r3fA L'. 22111 IlAlIlWoI'1 d I I-,I'I:ki I Ak;I?M s I I ETA'I'.k 1.)F R Rll':raA 1)1-: MIL,C—I" :);�JXM.j 1'4GI 1;,I M.,1,6 1 IN P wv3(10 .1, .11.5-8 m I Llq.07,(Z K Aug-2kW, 1;,-I,ZW(i 2N 0 I 0 R 119 101.1 1 11,1'0 1?.V;E, FAN 1)11 0(;AX&,1; 1 lg?N A III, I 3fj Im I IN I ir Pa—,t 7M t;!Kl(10 S !('52 U7(M 1 17 I.;M7(iqt AM 2001, 31 K7 S'IAWC`J'U l{AL k;AWJPY SAN I:'l;U10(lAN I,(y)1, Cln ir 2A !Ki.;I5000 -,1 N) 9&(9j I IN) 4a, 11.01 1la)NO] 217(Lj+'(A ElIun IAAN 1)111,(:0 GAK&1: 1'14 1 VA 1.1,N C I A V"I'I'Wl I i, 138:t 81 w-,Ill taj I 1 ---t 11.276 W 1410,4(1K IN? N4-924kl -10 f; :'171 I'AYrIFWIFi,J:N'1'10{ 1AN I I KI:0(;Al 1-:LV,� 19F�1 1M;I�F%%�if?I) Ail)1"Ier, oI AW-vW-, 7I ;24,mi ti IK.i 14 W1.110 140 Alp,`-1 A17 •pul M00 5 THOMCO CO SUCTION, INC, JOBS OVER $50K'qrROM 2000-2018 CHAWE' El P 1014 VC-71,NFA I Fl, ULI?N'I f:1.1"W P P AI NkJrIIfI-,I4N 2 1-lir 4;1 ASS KIOPI`ICATIUFIFti sAlq DI Kt;0(:As'&I;I,FCTRW!N.%N 1YINIA.1,' 16.,T,,H gjNf-Mj 1:183 S 14 O 1-*W (if) 45 S 7d.5frl mi k-21K).', CIR IC Cl,'NTER 1WHUHNG CIT)(A., GROVE IWI P k-Il lillr.1�1�1 3.�W; 1", 5 -1!10,717 00 S %84-1 T46 -50 N14-INK15 M-2M5 21"(P IT LAR I I%'W I INJTAND OUCTIM: SAN'DI I-(;()(LAS 8 I'Ll-ICTRW!NO PNTI--ltrY VAIRK K,n S'1-1, r4;2,M; no •Ip 4 M) Dm--1401 P--VXP4 I fj;i srO I I!,I I I N V I 1 0 N SA'N'111 P,(;0 4;AS FLEE(I*I f;i I S I AA.,I'I 1J.:14 J.: K,m'S.—1 i( -14p3 Q Av::f jp )lr,1 00 f5- s 112 P:Ilfl:AI.ARNI LJIVRAI)1,. ki I I R%pl?"`Im EY i s 1)1 R LAN A, I"..n 14'27 -5fS�0(;•g4G7 ,5 tl.I NW p(if) .0 S FI M)0 4 K I I ?W04 4m,-:0JT, (W IT LALI SLM_IPIdA ENEl I G IfkIOWJEFW}FAfli Nl-o 41'hi (if) _0 qxi 0'.4 jK11 h 2M, MIS)RI'llILM AL AND 14ENMOUM Rl"Fuldil-NIUMIrM, SA,'ll 151FM)4;AS h 14,,11,+"n 181-1 D 1-3:111;1 LMKI-MI Illm :i,ljo 1`1i 110 ti 4 M4 Sq,"DW N--VAH ')Q•161 Ii 00 P AC.C.R.S'.5'XF VA R IOU'S'ATES' `SAN DIEGO &.1-11.1-14"I'llItI4; Mn,T-,I., #1 I;R 0 1•*%-) K170 1-*Im -,1;,9M Wj I) W I fi-,10104 2H26 (,FNTFIR I h. I-R 1'1)1-m I)s I P'l')I I t'-7kl 1 J,Lr 9 i P,C, ik 7 7,-,Y $IOW798 W,0 A 0 010 1.1 t-l't;.006 I i A.w,DKM Mal--100r, 2fll',AWH.IRIA1,WAI.I.I'-%SC.%J*,RIA-UMI'll I, I.� N FN— Cll') W NIMEM r VAI.i,l-;Y 'M),—)-,;Imrp R,1:.l 1;1-;k Ifl I ;lrl i I lj-:t-1')4 tfA of) k 1!,A!I-,11:1 I4 i,-1 F'V4 Nd.20105 I M A,rr0 t J N 0, YNI Ii Al It 1'0 UT TERM J NIA I.I t LS'I'k U? R I`'.I f I[-'1 ('0 11 K-TY f I I'fl'I tA N I-1, CeLd Isiuuly. .rl•.1 i i r2'u L"6125 11 A25 21-."2 7 A. x Sx 1,52 P i lo 5 I-,!iboBA 4 o H 1,(;1.1 fwI z%pl Z4W.M M,-,005 FMIll I'LUMIRING RITAMS SAN )II;,(;n C.%S& :41)AIN11TA R.�,l'1-11:1 *Mi H I K10 I-:MM 1-,4 K) F 17.'2 10 4 W.J S 10.4 Ur,fMl Mllr LNKId IfKll RINCI..'LLANKOUS id"ll"TIO)()M[NIIlK()%rI,I SAN I71 Ef.()�;A.".&ll+:,`I'I{IC lli:f r lil%IWA Aml+.l(11-il N(vl.Nf)fi qj wq 0 or.1 ti 1.1 00 5 -f G.q KM flit Pck!'fmm Al"..L1004 I Mi I'SlsM PR N S N N 1)IAI.tti 5 M AW'l I 111-:N V F:KG".)Slj R Ill' NILlJTJN I"U-ICTIOC T,n,Marl I:AU !10:V,182-Iniir, I!Mj-4 tx p 9J0 711.SO4 M Y 2f`4.!K14 4);, SHIN J)[Ii(:(j & MC)N'I'I-,'Id,) N,..,L4—.N �(;253W dMIM :MA.COO(K) s -lm kmi I ki c 51 j 0111 LM) Alpf 1 1-001 RVI,%C.1-:ITITIt SAN DIP,(-.0 OAS&"I'VCTRICY VAIRE Iron Sl reel G2.1806 71;r,591 14 W.) $ 11 1275 00 (o F4LI.­fWM Sc1r'1004 I:jm 15 1s 1.'4 1 VTE it 1,1,1 ILACE NI I.'M, SAN N ISI EGO C AS&[,'LEUM?IC)AZUSA 'I ('2 t,7-1,8,344 fJ0lW-'l22-X7 7 1 r IN 1.000 1 K) (I 3 ('Ifff(JO fJU D-r200:1 I'VII611 BASTI.0111-IRM.T.M11.1,1111.11 SAN J)fp,(:O 4;A5&ELEX"PRIk"r(.:ANOCA U.110( .1-J'Aw +120 S, ,I.804 tYj S 7.q)f3 F10 S Y).4 1 lo IN.,-2fW 1940 q'iRADINGlI'('AS7;VJ'IIK; SANF DIEM 4'lA8& -5,nw-Clim,V. 14 25 ,,6-1 lt$Xi-,14(i i 4 1-1.20(G fy.i "1 1 2.qj(j-.1 I'll Jn n-100.1 1-�DIP 4,AL i 21,)f), 11);V;(ff[--ST Q%711N FAC.Piyry M N A"j,"CrIt I C Ifu-1,S;d( 122: 112 1 i W 7 `10.771 111 ti a 12.79p T.4) fir-1 AlIr 11);15 IIR C hl[S('EL I.-1 N F'Ot N I b I PW 1 V I-'k I ENTS, SAN'I)1 1 t 1 AS&t-JA--XM,tf' •Jan,!.ChAW 2u 11(;-. )R,500(91 -0- ti 17x.u,00 I M) (h L-1W J 200:1 IpM PASP SAPi'DIEGO,;As 11 jc(n Jlrn 1,4171 _Rj 71(lVMl-lml-1 Y f;K.:j 5 1)q Ki -0- i;8.:!I u(A p 20108 X,2W:1 WV;f'IflN0 11 DEMILTI-,H Imurr()fO Wewvdlc i K 03!150-,'!15 t G4.1.WC I F.J y 27K.A--,G H I X 1.4115.Use M WM�1,11PNIGI IT Y'FCIAI, 1411'1i4 WKWINNTR MIDNIGI IT 1101 1IKL4T0I;F M;,rg,c Ill,, a I fk,if I:I-!)n .H21 1-0 y 1(11.,14.Kj TA 5 Aok Wl lk,2003 W),UNIVI'RSIT%IIOUMNC IIALL('041111 ANATOR 10M C-1.1,V(r 1,N 10 MO NA 1, 1 o!Ks I., 1 K 04�4;;i.11*1 1'.1�lq I pi.q KJO i m k;u fN 0 J fmPi kl,2004 ()i;1:1(:j, kNrl 7 1•U.5 F".4-Vi -1 lll)r1�1,M-111 S 50.700.(Wl 5 140 FW I P4 $ 6G.-Im fmp At,.-2t)l M-,I!ETNIES tiff`,TI;1111{K I 9P4 Ill--f,3-2f1!KI K 11)fit) I P.po•i(M qi22 jor,of? I DjOl 18 1! S I-'N I 11RA P',N ER+.:Y.1 0\'N%I:I I"'go 2311611,701 M8.,i ti 1-1.!"fif)410 1.501)W a 5 i,f4 Ki ur? AI-2()I}I N143V•L�IKM IA17 PASI-: 8O CAL 4,A'M I MONTI'Ifl,'Y PARK I.o.1 !112:le`i69-5 11 jj;:I;l M 18;W k%1-1 1 A',I I I t AL LTE NANT I M PROV I-,NI EN-TS CAI,ST)TI.,U�Nll%:EwSIT IWILAINGUI-�'X HIU-S NJ dws,I It—h I(;7,%()f W S 3-tY 4.97 Of) I- 11ohi mu,.,jw,--m0N Ntil-:I.TER i0-XI-%GHMI-�'M NJ'NII'R k VNERC)PTA17 '56vM6 lt,lf)G G2 W.11 cl-1 gif]W 1.1.41410 M �i 4)0(AIM)Q0 1:ob-'20rd I-)��XM lrI,.%ILKANICkN 110sHT-Al.C1,MCM,l."t LIFF,SAFETY UNIVFI�SJT)017 CA1.11FORNIA I.CN'Ar"Gli'LES(UCIlG,,!g P.-no 3 Is --E 211111 THOMCO COdWUCTION, INC. JOBS OVER $50RTROM 2000-2018 11WI11:11 NAME I.:PJT 11 NI NTA(T NUNIIICILti C,)N 01(M.,ts, f)TAIA11flu: iIMP'i SI:AfIi% J1,f:1tAI ' FNFIiCy I ONOli RANCHO Im.,tiliurl U;DW14;,44D3 FG2MW d 167 27.375,410 IN) 45 00 N.,,-'210D1 klm 21M I-,1NJ 11010 012 I.OW REACH.111-:RT NiAfJl,'JF,'l EkMINAL All."'I WIP.M0 t535 W.wl.42i!;)fx;1 & 4 W-3 14 Y 00 51) I-,S:,F.1-SIFA UNOO IIANE.RUI 1 DINN;fKjL 13AY 13 KOIZT1 IUOP MOAMPAN I El."WGUNFX) I hwna Chdd(r— !I I W;,L:8-:i:16;1 .11 ft,ST2-1 1 11) ti 1:147,14)WI U I iklt--.I my 00 J—2001 dul-!0102 17 i3 I I IA),f'. -,IN I"I tACE 0 1�110 LIS 1fi TEN.V"T 11,11 VROlI-X I., IJILIN1-1 I-%ND D-0 1,4)v, 71,117KI 14102 71-li781-11 A 4 (N;1,771;4 KI 5 77G.2,12 M� 1.J;N 0 19 f17 dun 200'1 D,,-40DA 1-,4 1,KNEXH.WOR1.11 12A(;HATIFS ov"Ni A AND ifl-NO1;1, IAI Moll ;I F)1 71 V78 I I I 2!1 S -'1-,l�,{I 4NI 400.7-8 ki'-J 'S 0j2 Al,-2 I 1641()PrIWI iKNFIRATOII I:N471.1 IIIflF 1,:rl I Lli,',EN I'M Y i I'I I Xl'nl�0 Ifl'I I I?,,,T, plw-ml I:N,;1 hIlii7fll UM 1 W Y. .).2-21`i km (l1) Avr 2!11 J2. 10-2002 I Zt HI:%11,j(I(PNJ It I'NO%'e%'j'j 4 IN N 1)11,', %.1'&1, 14'1 Cl Lvi'N W I C I'l I Ke,114,co S, 21N,-,INIqxI 11.277 M 777(10 Oo 1002 D-.- 10-, 17 38 LSPIAili MOUNTAIN IIAHRIVEMEINTS PISNE%1.%ND J4E�,Ufl, J41 MAI 71,11781 MM 71-158 1 d 124 M(31441(1 1, I,ai17.Hlla 54 2.91zs I AT'I •Im,'-14 K 12 A"I'-,Cjfj;l 11'64 ff 111 FSkli COILEC 1 KfFU MY IfTo N COLLE(Y P'A 1W I I ITEUM NA L NO I!T I I(AtANI 11-'CO LX)N I,%I UN Yr1(701 1.,DlS,I A,. 11,11 7 1,11578 MEE? 7141447 N`',I 1 1 G.77,f;4 WI S .,I fish 00 S 53 Qj 200, I W, PEFES-I'MAN COVIF.'R FOR(TrA I I ACL 4 3,.,k timll1, 7Id17f 17 f i 7 1117U},2,11 S W5-529(W I i., F, fill 14 4 7!M 011 N.,ANJ I Mir-2OU IMPHOVIkINIENTS (11 IULA k,KI,A S -!,'.I;',F)+K) 4 K i Nlav-fli 10-01 11;71;1 %k APIAKILI.MoTINNAM'IAIIIINIVIKNIENTS %IM Al--(11 1 16-11 NU RT[11,:HN it 1-:4 110 N I I.V-N LAT 1TOJ KC 1 0 J 51)I NPAIVIM LNIAM;y T-I a A I lil.I)I![:N.t 8 1 KI-,I I C l y IV,.4N.1 W I-,-,,m of)) nj j:HKI =h1n zimil -14 Ki I 0(1 MEWS%k%WA10U.SpLITENANT IOWA CONNTRUCIMON SE'RVICES INC h—,31,rids dUii x95 f)f',!Xl 5 M 0.503 W 1 ti 1110 0(3 t, MAW NJ 'k.-ol ALII,-U I .,5=CA1.1 FORNIA ADVI--INTI.)UP,CONI)OR FI.A 1?,ANEA DEVX'LAWhl I1.rTI- %IA'FISINEV I%IAf'.1NEIA?IN(; Ki"IMA 7-101 i".8of)III) $ 3 wl ifm(it) S 1!11.:1f):IW A,kV-I-KJ Fr6y111 1.-4 K;CAIAHUHNIA ADVEWTURE h1I8.NI(Jr1F FOOMST1,1NANT INWAA-I-AIT AA:A j,'I'I)i 1'.N j,'Y I h I:%C I N 11,'It I N(Z A 11111 il•l K 11,111- i J 1.N I-.7301 1.1(;2AXII fM I '.11 d&4 R) ti 1,17-111,19 8fI I,I M '6.,01' 1.1 1112 11 cONFI-IfliNCO'IV N)M TI-XANT IMPROVIMEN11,11 150EING Ni WTI I lam- (Nilkill".01:11n 714M 2 7 U 1 IN I S 1 8 4)MI ti !5,1 F,f N I A,1,2W S"ji-M, is Wlm.,TF I;N TAN N PAI%I C T1-N A N'I I NI PI 8 I V1i NP 1 '61,171 AtN TAX' 1,:k,.I+1,,M, IN I (J() I 311.0f1I041(1 Al,M J;111-01 t,l Ip:N L,TXIT,'S1 N J%N I'M A'S A IN 1)ACCES'NO I a j-:1 1%ALI-IIIXNI-:}'IhI,V:INEI;ItIN(; KhAl.-A AM 7-7,10 1 d 0 Lz�d I N 1 1 .18 " G I 1.:111-,.IN Apr f91 N hi 1-10 7 EXHIBIT B (Form HUD-4010, the Federal Labor Standards Provision of the United States) Federal Labor Standards Provisions U.S.Department of Housing and Urban Development Office of Labor Relations Applicability (1) The work to be performed by the classification The Project or Program to which the construction work requested is not performed by a classification in the wage covered by this contract pertains is being assisted by the determination; and United States of America and the following Federal Labor (2) The classification is utilized in the area by the Standards Provisions are included in this Contract construction industry; and pursuant to the provisions applicable to such Federal (3) The proposed wage rate, including any bona fide assistance. fringe benefits, bears a reasonable relationship to the A. 1. (I) Minimum Wages. All laborers and mechanics wage rates contained in the wage determination. employed or working upon the site of the work,will be paid (b) If the contractor and the laborers and mechanics to be unconditionally and not less often than once a week, and employed in the classification (if known), or their without subsequent deduction or rebate on any account representatives, and HUD or its designee agree on the (except such payroll deductions as are permitted by classification and wage rate (including the amount regulations issued by the Secretary of Labor under the designated for fringe benefits where appropriate), a report Copeland Act (29 CFR Part 3), the full amount of wages of the action taken shall be sent by HUD or its designee to and bona fide fringe benefits (or cash equivalents thereof) the Administrator of the Wage and Hour Division, due at time of payment computed at rates not less than Employment Standards Administration, U.S. Department of those contained in the wage determination of the Labor, Washington, D.C. 20210. The Administrator, or an Secretary of Labor which is attached hereto and made a authorized representative, will approve, modify, or part hereof, regardless of any contractual relationship disapprove every additional classification action within 30 which may be alleged to exist between the contractor and days of receipt and so advise HUD or its designee or will such laborers and mechanics. Contributions made or notify HUD or its designee within the 30-day period that costs reasonably anticipated for bona fide fringe benefits additional time is necessary. (Approved by the Office of under Section I(b)(2) of the Davis-Bacon Act on behalf of Management and Budget under OMB control number 1215- laborers or mechanics are considered wages paid to such 0140.) laborers or mechanics, subject to the provisions of 29 CFR (c) In the event the contractor, the laborers or mechanics 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often to be employed in the classification or their than quarterly) under plans, funds, or programs, which representatives, and HUD or its designee do not agree on cover the particular weekly period, are deemed to be the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate constructively made or incurred during such weekly period. HUD or its designee shall refer the questions, including Such laborers and mechanics shall be paid the appropriate the views of all interested parties and the recommendation wage rate and fringe benefits on the wage determination of HUD or its designee, to the Administrator for for the classification of work actually performed, without determination. The Administrator, or an authorized regard to skill, except as provided in 29 CFR 5.5(a)(4). representative, will issue a determination within 30 days of Laborers or mechanics performing work in more than one receipt and so advise HUD or its designee or will notify classification may be compensated at the rate specified for HUD or its designee within the 30-day period that each classification for the time actually worked therein: additional time is necessary. (Approved by the Office of Provided, That the employer's payroll records accurately Management and Budget under OMB Control Number set forth the time spent in each classification in which 1215-0140.) work is performed. The wage determination (including any (d) The wage rate (including fringe benefits where additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis-Bacon poster (WH- appropriate) determined pursuant to subparagraphs 1321) shall be posted at all times by the contractor and its workers or (c) of this paragraph, shall io paid r all subcontractors at the site of the work in a prominent and workers performing work in the classification under this accessible, place where it can be easily seen by the contract from the first day on which work is performed in the classification. workers. (il) (a) Any class of laborers or mechanics which is not (ill) Whenever the minimum wage rate prescribed in the listed in the wage determination and which is to be contract fora class of laborers or mechanics includes a employed under the contract shall be classified in fringe benefit which is not expressed as an hourly rate, the conformance with the wage determination. HUD shall contractor shall either pay the benefit as stated in the approve an additional classification and wage rate and age determination or shall pay another bona fide fringe b fringe benefits therefor only when the following criteria benefit or an hourly cash equivalent thereof. have been met: (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part form HUD-4010(0612009) Previous editions are obsolete Page 1 of 5 ref.Handbook 1344.1 SF:16-52 1 5-142605.doc/rev 12/2016 32 of the wages of any laborer or mechanic the amount of any communicated in writing to the laborers or mechanics costs reasonably anticipated in providing bona fide fringe affected, and records which show the costs anticipated or benefits under a plan or program, Provided, That the the actual cost incurred in providing such benefits. Secretary of Labor has found, upon the written request of Contractors employing apprentices or trainees under the contractor, that the applicable standards of the Davis- approved programs shall maintain written evidence of the Bacon Act have been met. The Secretary of Labor may registration of apprenticeship programs and certification of require the contractor to. set aside in a separate account trainee programs, the registration of the apprentices and assets for the meeting of obligations under the plan or trainees, and the ratios and wage rates prescribed in the program. (Approved by the Office of Management and applicable programs. (Approved by the Office of Budget under OMB Control Number 1215-0140.) Management and Budget under OMB Control Numbers 2. Withholding. HUD or its designee shall upon its own 1215-0140 and 1215-0017.) action or upon written request of an authorized (ii) (a) The contractor shall submit weekly for each week representative of the Department of Labor withhold or in which any contract work is performed a copy of all cause to be withheld from the contractor under this payrolls to HUD or its designee if the agency is a party to contract or any other Federal contract with the same prime the contract, but if the agency is not such a party, the contractor, or any other Federally-assisted contract contractor will submit the payrolls to the applicant subject to Davis-Bacon prevailing wage requirements, sponsor, or owner, as the case may be,for transmission to which is held by the same prime contractor so much of the HUD or its designee. The payrolls submitted shall set out accrued payments or advances as may be considered accurately and completely all of the information required necessary to pay laborers and mechanics, including to be maintained under 29 CFR 5.5(a)(3)(i) except that full apprentices, trainees and helpers, employed by the social security numbers and home addresses shall not be contractor or any subcontractor the full amount of wages included on weekly transmittals. Instead the payrolls shall required by the contract In the event of failure to pay any only need to include an individually identifying number for laborer or mechanic, including any apprentice, trainee or each employee (e.g., the last four digits of the employee's helper, employed or working on the site of the work, all or social security number). The required weekly payroll part of the wages required by the contract, HUD or its information may be submitted in any form desired. designee may, after written notice to the contractor, Optional Form WH-347 is available for this purpose from sponsor, applicant, or owner, take such action as may be the Wage and Hour Division Web site at necessary to cause the suspension of any further htto.//www dol.00v/esa/whd/forms/wh347instr.htm or its payment, advance, or guarantee of funds until such successor site. The prime contractor is responsible for violations have ceased. HUD or its designee may, after the submission of copies of payrolls by all subcontractors. written notice to the contractor, disburse such amounts Contractors and subcontractors shall maintain the full withheld for and on account of the contractor or social security number and current address of each subcontractor to the respective employees to whom they covered worker, and shall provide them upon request to are due. The Comptroller General shall make such HUD or its designee if the agency is a party to the disbursements in the case of direct Davis-Bacon Act contract, but if the agency is not such a party, the contracts. contractor will submit the payrolls to the applicant 3. (1) Payrolls and basic records. Payrolls and basic sponsor, or owner, as the case may be,for transmission to records relating thereto shall be maintained by the HUD or its designee, the contractor, or the Wage and Hour contractor during the course of the work preserved for a Division of the Department of Labor for purposes of an period of three years thereafter for all laborers and investigation or audit of compliance with prevailing wage mechanics working at the site of the work. Such records requirements. It is not a violation of this subparagraph for shall contain the name, address, and social security a prime contractor to require a subcontractor to provide number of each such worker, his or her correct addresses and social security numbers to the prime classification, hourly rates of wages paid (including rates contractor for its own records, without weekly submission of contributions or costs anticipated for bona fide fringe to HUD or its designee. (Approved by the Office of benefits or cash equivalents thereof of the types described Management and Budget under OMB Control Number in Section I(b)(2)(B) of the Davis-bacon Act), daily and 1215-Ot49.) weekly number of hours worked, deductions made and (b) Each payroll submitted shall be accompanied by a actual wages paid. Whenever,the Secretary of Labor has "Statement of Compliance," signed by the contractor or found under 29 CFR 5.5 (a)(1)(iv) that the wages of any subcontractor or his or her agent who pays or supervises laborer or mechanic include the amount of any costs the payment of the persons employed under the contract reasonably anticipated in providing benefits under a plan and shall certify the following: or program described in Section I(b)(2)(B) of the Davis- (1) That the payroll for the payroll period contains the Bacon Act, the contractor shall maintain records which information required to be provided under 29 CFR 5.5 show that the commitment to provide such benefits is (a)(3)(ii), the appropriate information is being maintained enforceable, that the plan or program is financially under 29 CFR 5.5(a)(3)(1), and that such information is responsible, and that the plan or program has been correct and complete; Previous editions are obsolete form HUD4010(0612009) Page 2 of 5 ref.Handbook 1344.1 SF:16-5215-1426O5.doc/rev 12/2016 33 (2) That each laborer or mechanic (including each helper, is not registered or otherwise employed as stated above, apprentice, and trainee) employed on the contract during shall be paid not less than the applicable wage rate on the the payroll period has been paid the full weekly wages wage determination for the classification of work actually earned, without rebate, either directly or indirectly, and performed. In addition, any apprentice performing work on that no deductions have been made either directly or the job site in excess of the ratio permitted under the indirectly from the full wages earned, other than registered program shall be paid not less than the permissible deductions as set forth in 29 CFR Part 3; applicable wage rate on the wage determination for the (3) That each laborer or mechanic has been paid not less work actually performed. Where a contractor is performing than the applicable wage rates and fringe benefits or cash construction on a project in a locality other than that in equivalents for the classification of work performed, as which its program is registered, the ratios and wage rates specified in the applicable wage determination (expressed in percentages of the journeyman's hourly incorporated into the contract. rate) specified in the contractor's or subcontractor's (c) The weekly submission of a properly executed registered program shall be observed. Every apprentice certification set forth on the reverse side of Optional Form must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, W shall satisfy the requirement for submission of the expressed as a percentage of the journeymen hourly rate "Statement of Compliance" required by subparagraph specified in the applicable wage determination. A.3.(ii)(b). Apprentices shall be paid fringe benefits in accordance (d) The falsification of any of the above certifications may with the provisions of the apprenticeship program. If the subject the contractor or subcontractor to civil or criminal apprenticeship program does not specify fringe benefits, prosecution under Section 1001 of Title 18 and Section apprentices must be paid the full amount of fringe benefits 231 of Title 31 of the United States Code. listed on the wage determination for the applicable (III) The contractor or subcontractor shall make the classification. if the Administrator determines that a records required under subparagraph A.3.(1) available for different practice prevails for the applicable apprentice inspection, copying, or transcription by authorized classification, fringes shall be paid in accordance with that representatives of HUD or its designee or the Department determination. In the event the Office of Apprenticeship of Labor, and shall permit such representatives to Training, Employer and Labor Services, or a State interview employees during working hours on the job. If Apprenticeship Agency recognized by the Office, the contractor or subcontractor fails to submit the required withdraws approval of an apprenticeship program, the records or to make them available, HUD or its designee contractor will no longer be permitted to utilize may, after written notice to the contractor, sponsor, apprentices at less than the applicable predetermined rate applicant or owner, take such action as may be necessary for the work performed until an acceptable program is to cause the suspension of any further payment, advance, approved. or guarantee of funds. Furthermore, failure to submit the (ii) Trainees. Except as provided in 29 CFR 5.16, required records upon request or to make such records trainees will not be permitted to work at less than the available may be grounds for debarment action pursuant to predetermined rate for the work performed unless they are 29 CFR 5.12. employed pursuant 'Jo and individually registered in a 4. Apprentices and Trainees. program which has received prior approval, evidenced by (1) Apprentices. Apprentices will be permitted to work at formal certification by the U.S. Department of Labor, less than the predetermined rate for the work they Employment and Training Administration. The ratio of performed when they are employed pursuant to and trainees to journeymen on the job site shall not be greater Individually registered in a bona fide apprenticeship than permitted under the plan approved by the program registered with the U.S. Department of Labor, Employment and Training Administration. Every trainee Employment and Training Administration, Office of must he paid at not less than the rate specified in the Apprenticeship Training, Employer and Labor Services, or approved program for the trainee's level of progress, with a State Apprenticeship Agency recognized by the expressed as a percentage of the journeyman hourly rate Office, or if a person is employed in his or her first 90 specified in the applicable wage determination. Trainees days of probationary employment as an apprentice in such shall be paid fringe benefits in accordance with the an apprenticeship program, who is not individually provisions of the trainee program. If the trainee program registered in the program, but who has been certified by does not mention fringe benefits, trainees shall be paid the Office of Apprenticeship Training, Employer and Labor the full .amount of fringe benefits listed on the wage Services or a Slate Apprenticeship Agency (where determination unless the Administrator of the Wage and appropriate) to be eligible for probationary employment as Hour Division determines that there is an apprenticeship an apprentice. The allowable ratio of apprentices to program associated with the corresponding journeyman journeymen on the job site in any craft classification shall wage rate on the wage determination which provides for not be greater than the ratio permitted to the contractor as less than full fringe benefits for apprentices. Any to the entire work force under the registered program. Any employee listed on the payroll at a trainee rate who is not worker listed on a payroll at an apprentice wage rate, who registered and participating in a training plan approved by Previous editions are obsolete form HUD-4010(06/2009) Page 3 of 5 ref.Handbook 1344.1 SF:16-5215-142605.doc/rev 12/2016 34 the Employment and Training Administration shall be paid awarded HUD contracts or participate in HUD programs not less than the applicable wage rate on the wage pursuant to 24 CFR Part 24. determination for the work actually performed. In addition, (ii) No part of this contract shall be subcontracted to any any trainee performing work on the job site in excess of person or firm ineligible for award of a Government the ratio permitted under the registered program shall be contract by virtue of Section 3(a) of the Davis-Bacon Act paid not less than the applicable wage rate on the wage or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or determination for the work actually performed. In the participate in HUD programs pursuant to 24 CFR Part 24. event the Employment and Training Administration (ifi) The penalty for making false statements is prescribed withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than in the U.S. Criminal Code, 18 U.S.C. , Title 1 01. Additionally, U.S. Criminal Code, Section 1 the applicable predetermined rate for the work performed U.S.C., "Federal Housing Administration transactions', 0 Titlnsactions', provides in until an acceptable program is approved. part: 'Whoever, for the purpose of . . . influencing in any (it!) Equal employment opportunity. The utilization of way the action of such Administration..... makes, utters or apprentices, trainees and journeymen under 29 CFR Part 5 publishes any statement knowing the same to be false..... shall be in conformity with the equal employment shall be fined not more than $5,000 or imprisoned not opportunity requirements of Executive Order 11246, as more than two years, or both.' amended, and 29 CFR Part 30. 11. Complaints, Proceedings, or Testimony by 5. Compliance with Copeland Act requirements. The Employees. No laborer or mechanic to whom the wage, contractor shall comply with the requirements of 29 CFR salary, or other labor standards provisions of this Contract Part 3 which are incorporated by reference in this contract are applicable shall be discharged or in any other manner 6. Subcontracts. The contractor or subcontractor will discriminated against by the Contractor or any insert in any subcontracts the clauses contained in subcontractor because such employee has filed any subparagraphs 1 through 11 in this paragraph A and such complaint or instituted or caused to be instituted any other clauses as HUD or its designee may by appropriate proceeding or has testified or is about to testify in any instructions require, and a copy of the applicable proceeding under or relating to the labor standards prevailing wage decision, and also a clause requiring the applicable under this Contract to his employer. subcontractors to include these clauses in any lower tier B. Contract Work Hours and Safety Standards Act The subcontracts. The prime contractor shall be responsible provisions of this paragraph B are applicable where the amount of the for the compliance by any subcontractor or lower tier prime contract exceeds $100,000. As used in this paragraph, the subcontractor with all the contract clauses in this terms"laborers"and"mechanics"include watchmen and guards. paragraph. (1) Overtime requirements. No contractor or subcontractor 7. Contract termination; debarment. A breach of the contracting for any part of the contract work which may require or contract clauses in 29 CFR 5.5 may be grounds for involve the employment of laborers or mechanics shall require or termination of the contract and for debarment as a permit any such laborer or mechanic in any workweek in which the contractor and a subcontractor as provided in 29 CFR individual is employed on such work to work in excess of 40 hours in 5.12. , such workweek unless such laborer or mechanic receives 8. Compliance with Davis-Bacon and Related Act Requirements. compensation at a rate not less than one and one-half times the basic All rulings and interpretations of the Davis-Bacon and rate of pay for all hours worked in excess of 40 hours in such Related Acts contained in 29 CFR Parts 1, 3, and 5 are workweek. herein incorporated by reference in this contract (2) Violation; liability for unpaid wages; liquidated 9. Disputes concerning labor standards. Disputes damages. In the event of any violation of the clause set arising out of the labor standards provisions of this forth in subparagraph (1) of this paragraph, the contractor contract shall not be subject to the general disputes and any subcontractor responsible therefor shall be liable clause of this contract. Such disputes shall be resolved in for the unpaid wages. In addition, such contractor and accordance with the procedures of the Department of subcontractor shall be liable to the United States (in the Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes case of work done under contract for the District of within the meaning of this clause include disputes between Columbia or a territory, to such District or to such the contractor (or any of its subcontractors) and HUD or territory), for liquidated damages. Such liquidated its designee, the U.S. Department of Labor, or the damages shall be computed with respect to each individual employees or their representatives. laborer or mechanic, including watchmen and guards, 10. (1) Certification of Eligibility. By entering into this employed in violation of the clause set forth in contract the contractor certifies that neither it (nor he or subparagraph (1) of this paragraph, in the sum of$10 for each she) nor any person or firm who has an interest in the calendar day on which such individual was required or permitted to contractor's firm is a person or firm ineligible to be work in excess of the standard workweek of 40 hours without payment awarded Government contracts by virtue of Section 3(a) of of the overtime wages required by the clause set forth in sub the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be paragraph (1) of this paragraph. Previous editions are obsolete form HUD-4010(06/2009) Page 4 of 5 ref.Handbook 1344.1 SF:16-5215-142605.doc/rev 12/2016 35 (3) Withholding for unpaid wages and liquidated damages. HUD or its designee 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 contract with the same prime contract, or any other Federally-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 subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph 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 subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds$100:000. (1) 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 under construction safety and health standards promulgated by the Secretary of Labor by regulation (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 83 Stat 96). 40 USC 3701 et sea. (3) The contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. Previous editions are obsolete form HUD-4010(0612009) Page 5 of 5 ref.Handbook 1344.1 SF:16-5215-142605.doc/rev 12/2016 36 EXHIBIT C United States Department of Labor Office of Federal Contract Compliance Programs Office of Federal Contract Compliance Programs(OFCCP) Executive Order 11246,As Amended —DISCLAIMER— Executive Order 11246—Equal Employment Opportunity SOURCE:The provisions of Executive Order 11246 of Sept.24,1965,appear at 30 FIR 12319,12935,3 CFR,1964- 1965 Comp.,p.339,unless otherwise noted. Under and by virtue of the authority vested in me as President of the United States by the Constitution and statutes of the United States,it is ordered as follows: Part I—Nondiscrimination in Government Employment [Part I superseded by EO 11478 of Aug.8,1969,34 FIR 12985,3 CFR,1966-1970 Comp.,p.803] Part II- Nondiscrimination in Employment by Government Contractors and Subcontractors Subpart A—Duties of the Secretary of Labor SEC. 201 The Secretary of Labor shall be responsible for the administration and enforcement of Parts II and III of this Order.The Secretary shall adopt such rules and regulations and issue such orders as are deemed necessary and appropriate to achieve the purposes of Parts H and III of this Order. [Sec 201 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] Subpart B—Contractors'Agreements SEC. 202 Except in contracts exempted in accordance with Section 204 of this Order,all Government contracting agencies shall include in every Government contract hereafter entered into the following provisions: During the performance of this contract,the contractor agrees as follows: 1.The contractor will not discriminate against any employee or applicant for employment because of race,color, religion,sex,sexual orientation,gender identity,or national origin.The contractor will take affirmative action to ensure that applicants are employed,and that employees are treated during employment,without regard to their race,color,religion,sex,sexual orientation,gender identity,or national origin.Such action shall include, but not be limited to the following: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.The contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. SF:16-5215-142605.doe/rev 12/2016 37 2.The contractor will,in all solicitations or advancements far employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race,color, religion,sex,sexual orientation,gender identity,or national origin. 3.The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about,discussed,or disclosed the compensation of the employee or applicant or another employee or applicant.This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information,unless such disclosure is in response to a farmal complaint or charge,in furtherance of an investigation,proceeding,hearing,or action,including an investigation conducted by the employer,or is consistent with the contractor's legal duty to furnish information. 4.The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding,a notice,to be provided by the agency contracting officer,advising the labor union or workers'representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24,1965,and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5.The contractor will comply with all provisions of Executive Order No. 11246 of Sept.24,1965,and of the rules, regulations,and relevant orders of the Secretary of Labor. 6.The contractor will furnish all information and reports required by Executive Order No.11246 of September 24, 1965,and by the rules,regulations,and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books,records,and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,and orders. 7.In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules,regulations,or orders,this contract may be cancelled,terminated,or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No.11246 of Sept.24,1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order No.11246 of September 24,1965,or by rule,regulation,or order of the Secretary of Labor,or as otherwise provided by law. 8.The contractor will include the provisions of paragraphs(1)through(8)in every subcontract or purchase order unless exempted by rules,regulations,or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965,so that such provisions will be binding upon each subcontractor or vendor.The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided,however,that in the event the contractor becomes involved in,or is threatened with, litigation with a subcontractor or vendor as a result of such direction,the contractor may request the United States to enter into such litigation to protect the interests of the United States.[Sec 202 amended by EO 11375 of Oct. 13,1967,32 FR 14303,3 CFR,1966-1970 Comp.,p.684,EO 12086 of Oct.5, 1978,43 FR 46501,3 CFR,1978 Comp.,p.230,EO 13665 of April 8,2014,79 FR 20749,EO 13672 of July 21,2014,79 FR 42971] SEC. 203 a.Each contractor having a contract containing the provisions prescribed in Section 202 shall file,and shall cause each of his subcontractors to file,Compliance Reports with the contracting agency or the Secretary of Labor as may be directed.Compliance Reports shall be filed within such times and shall contain such information as to the practices,policies,programs,and employment policies,programs,and employment statistics of the contractor and each subcontractor,and shall be in such form,as the Secretary of Labor may prescribe. b.Bidders or prospective contractors or subcontractors may be required to state whether they have participated in any previous contract subject to the provisions of this Order,or any preceding similar Executive order,and in SF:16-5215-142605.doe/rev 12/2016 38 that event to submit,on behalf of themselves and their proposed subcontractors,Compliance Reports prior to or as an initial part of their bid or negotiation of a contract. c.Whenever the contractor or subcontractor has a collective bargaining agreement or other contract or understanding with a labor union or an agency referring workers or providing or supervising apprenticeship or training for such workers,the Compliance Report shall include such information as to such labor union's or agency's practices and policies affecting compliance as the Secretary of Labor may prescribe: Provided,that to the extent such information is within the exclusive possession of a labor union or an agency referring workers or providing or supervising apprenticeship or training and such labor union or agency shall refuse to furnish such information to the contractor,the contractor shall so certify to the Secretary of Labor as part of its Compliance Report and shall set forth what efforts he has made to obtain such information. d.The Secretary of Labor may direct that any bidder or prospective contractor or subcontractor shall submit,as part of his Compliance Report,a statement in writing,signed by an authorized officer or agent on behalf of any labor union or any agency referring workers or providing or supervising apprenticeship or other training,with which the bidder or prospective contractor deals,with supporting information,to the effect that the signer's practices and policies do not discriminate on the grounds of race,color,religion,sex,sexual orientation,gender identity,or national origin,and that the signer either will affirmatively cooperate in the implementation of the policy and provisions of this Order or that it consents and agrees that recruitment,employment,and the terms and conditions of employment under the proposed contract shall be in accordance with the purposes and provisions of the order.In the event that the union,or the agency shall refuse to execute such a statement,the Compliance Report shall so certify and set forth what efforts have been made to secure such a statement and such additional factual material as the Secretary of Labor may require. [Sec.203 amended by EO 11375 of Oct.13,1967,32 FR 14303,3 CFR,1966-1970 Comp.,p.684;EO 12086 of Oct. 5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230,EO 13672 of July 21,2104,79 FR 42971] SEC. 204 a.The Secretary of Labor may,when the Secretary deems that special circumstances in the national interest so require,exempt a contracting agency from the requirement of including any or all of the provisions of Section 202 of this Order in any specific contract,subcontract,or purchase order. b.The Secretary of Labor may,by rule or regulation,exempt certain classes of contracts,subcontracts,or purchase orders(1)whenever work is to be or has been performed outside the United States and no recruitment of workers within the limits of the United States is involved; (2)for standard commercial supplies or raw materials;(3)involving less than specified amounts of money or specified numbers of workers;or(4)to the extent that they involve subcontracts below a specified tier. c.Section 202 of this Order shall not apply to a Government contractor or subcontractor that is a religious corporation,association,educational institution,or society,with respect to the employment of individuals of a particular religion to perform work connected with the carrying on by such corporation,association,educational institution,or society of its activities.Such contractors and subcontractors are not exempted or excused from complying with the other requirements contained in this Order. d.The Secretary of Labor may also provide,by rule,regulation,or order,for the exemption of facilities of a contractor that are in all respects separate and distinct from activities of the contractor related to the performance of the contract: provided,that such an exemption will not interfere with or impede the effectuation of the purposes of this Order: and provided further,that in the absence of such an exemption all facilities shall be covered by the provisions of this Order. [Sec 204 amended by EO 13279 of Dec.16,2002,67 FR 77141,3 CFR,2002 Comp.,p.77141—77144] Subpart C—Powers and Duties of the Secretary of Labor and the Contracting Agencies SF:16-5215-142605.doc/rev 12/2016 39 SEC. 205 The Secretary of Labor shall be responsible for securing compliance by all Government contractors and subcontractors with this Order and any implementing rules or regulations.All contracting agencies shall comply with the terms of this Order and any implementing rules,regulations,or orders of the Secretary of Labor.Contracting agencies shall cooperate with the Secretary of Labor and shall furnish such information and assistance as the Secretary may require. [Sec 205 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] SEC. 206 a.The Secretary of Labor may investigate the employment practices of any Government contractor or subcontractor to determine whether or not the contractual provisions specified in Section 202 of this Order have been violated.Such investigation shall be conducted in accordance with the procedures established by the Secretary of Labor. b.The Secretary of Labor may receive and investigate complaints by employees or prospective employees of a Government contractor or subcontractor which allege discrimination contrary to the contractual provisions specified in Section 202 of this Order. [Sec.206 amended by EO 12086 of Oct. 5, 1978,43 FR 46501,3 CFR, 1978 Comp.,p.230] SEC. 207 The Secretary of Labor shall use his/her best efforts,directly and through interested Federal,State,and local agencies, contractors,and all other available instrumentalities to cause any labor union engaged in work under Government contracts or any agency referring workers or providing or supervising apprenticeship or training for or in the course of such work to cooperate in the implementation of the purposes of this Order.The Secretary of Labor shall,in appropriate cases,notify the Equal Employment Opportunity Commission,the Department of Justice,or other appropriate Federal agencies whenever it has reason to believe that the practices of any such labor organization or agency violate Title VI or Title VII of the Civil Rights Act of 1964 or other provision of Federal law. [Sec.207 amended by EO 12086 of Oct. 5,1978,43 FR 46501,3 CFR, 1978 Comp.,p.2301 SEC. 208 a.The Secretary of Labor,or any agency,officer,or employee in the executive branch of the Government designated by rule,regulation,or order of the Secretary,may hold such hearings,public or private,as the Secretary may deem advisable for compliance,enforcement,or educational purposes. b.The Secretary of Labor may hold,or cause to be held,hearings in accordance with Subsection of this Section prior to imposing,ordering,or recommending the imposition of penalties and sanctions under this Order.No order for debarment of any contractor from further Government contracts under Section 209{6)shall be made without affording the contractor an opportunity for a hearing. Subpart D—Sanctions and Penalties SEC. 209 In accordance with such rules,regulations,or orders as the Secretary of Labor may issue or adopt,the Secretary may: 1.Publish,or cause to be published,the names of contractors or unions which it has concluded have complied or have failed to comply with the provisions of this Order or of the rules,regulations,and orders of the Secretary of Labor. 2.Recommend to the Department of Justice that,in cases in which there is substantial or material violation or the threat of substantial or material violation of the contractual provisions set forth in Section 202 of this Order, appropriate proceedings be brought to enforce those provisions,including the enjoining,within the limitations SF:16-5215-142605.doc/rev 12/2016 40 of applicable law,of organizations,individuals,or groups who prevent directly or indirectly,or seek to prevent directly or indirectly,compliance with the provisions of this Order. 3.Recommend to the Equal Employment Opportunity Commission or the Department of Justice that appropriate proceedings be instituted under Title VII of the Civil Rights Act of 1964. 4.Recommend to the Department of Justice that criminal proceedings be brought for the furnishing of false information to any contracting agency or to the Secretary of Labor as the case may be. 5.After consulting with the contracting agency,direct the contracting agency to cancel,terminate,suspend,or cause to be cancelled,terminated,or suspended,any contract,or any portion or portions thereof,for failure of the contractor or subcontractor to comply with equal employment opportunity provisions of the contract. Contracts may be cancelled,terminated,or suspended absolutely or continuance of contracts may be conditioned upon a program for future compliance approved by the Secretary of Labor. 6.Provide that any contracting agency shall refrain from entering into further contracts,or extensions or other modifications of existing contracts,with any noncomplying contractor,until such contractor has satisfied the Secretary of Labor that such contractor has established and will carry out personnel and employment policies in compliance with the provisions of this Order. (b)Pursuant to rules and regulations prescribed by the Secretary of Labor,the Secretary shall make reasonable efforts, within a reasonable time limitation,to secure compliance with the contract provisions of this Order by methods of conference,conciliation,mediation,and persuasion before proceedings shall be instituted under subsection(a)(2)of this Section,or before a contract shall be cancelled or terminated in whole or in part under subsection(a)(5)of this Section. [Sec 209 amended by EO 12086 of Oct.5, 1978,43 FR 46501,3 CFR,1978 Comp.,p.230] SEC. 210 Whenever the Secretary of Labor makes a determination under Section 209,the Secretary shall promptly notify the appropriate agency.The agency shall take the action directed by the Secretary and shall report the results of the action it has taken to the Secretary of Labor within such time as the Secretary shall specify.If the contracting agency fails to take the action directed within thirty days,the Secretary may take the action directly. [Sec.210 amended by EO 12086 of Oct. 5,1978,43 FR 46501,3 CFR, 1978 Comp.,p 230] SEC. 211 If the Secretary shall so direct,contracting agencies shall not enter into contracts with any bidder or prospective contractor unless the bidder or prospective contractor has satisfactorily complied with the provisions ofthis Order or submits a program for compliance acceptable to the Secretary of Labor. [Sec.211 amended by EO 12086 of Oct.5, 1978,43 FR 46501,3 CFR,1978 Comp.,p. 230] SEC. 212 When a contract has been cancelled or terminated under Section 209(a)(5)or a contractor has been debarred from further Government contracts under Section 209(a)(6)of this Order,because of noncompliance with the contract provisions specified in Section 202 of this Order,the Secretary of Labor shall promptly notify the Comptroller General of the United States. [Sec.212 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] Subpart E—Certificates of Merit SEC. 213 SF:16-5215-142605.doc/rev 12/2016 41 The Secretary of Labor may provide for issuance of a United States Government Certificate of Merit to employers or labor unions,or other agencies which are or may hereafter be engaged in work under Government contracts,if the Secretary is satisfied that the personnel and employment practices of the employer,or that the personnel,training,apprenticeship, membership,grievance and representation,upgrading,and other practices and policies of the labor union or other agency conform to the purposes and provisions of this Order. SEC. 214 Any Certificate of Merit may at any time be suspended or revoked by the Secretary of Labor if the holder thereof,in the judgment of the Secretary,has failed to comply with the provisions of this Order. SEC. 215 The Secretary of Labor may provide for the exemption of any employer,labor union,or other agency from any reporting requirements imposed under or pursuant to this Order if such employer, labor union,or other agency has been awarded a Certificate of Merit which has not been suspended or revoked. Part III—Nondiscrimination Provisions in Federally Assisted Construction Contracts SEC. 301 Each executive department and agency,which administers a program involving Federal financial assistance shall require as a condition for the approval of any grant,contract,loan,insurance,or guarantee thereunder,which may involve a construction contract,that the applicant for Federal assistance undertake and agree to incorporate,or cause to be incorporated,into all construction contracts paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to such grant,contract,loan,insurance,or guarantee,or undertaken pursuant to any Federal program involving such grant,contract,loan,insurance,or guarantee,the provisions prescribed for Government contracts by Section 202 of this Order or such modification thereof,preserving in substance the contractor's obligations thereunder, as may be approved by the Secretary of Labor, together with such additional provisions as the Secretary deems appropriate to establish and protect the interest of the United States in the enforcement of those obligations.Each such applicant shall also undertake and agree(1)to assist and cooperate actively with the Secretary of Labor in obtaining the compliance of contractors and subcontractors with those contract provisions and with the rules,regulations and relevant orders of the Secretary,(2)to obtain and to furnish to the Secretary of Labor such information as the Secretary may require for the supervision of such compliance, (3)to carry out sanctions and penalties for violation of such obligations imposed upon contractors and subcontractors by the Secretary of Labor pursuant to Part II,Subpart D,of this Order,and(4)to refrain from entering into any contract subject to this Order,or extension or other modification of such a contract with a contractor debarred from Government contracts under Part II,Subpart D,of this Order. [Sec.301 amended by EO 12086 of Oct.5, 1978,43 FIR 46501,3 CFR, 1978 Comp.,p.230] SEC. 302 a."Construction contract"as used in this Order means any contract for the construction,rehabilitation,alteration, conversion,extension,or repair of buildings,highways,or other improvements to real property. b.The provisions of Part II of this Order shall apply to such construction contracts,and for purposes of such application the administering department or agency shall be considered the contracting agency referred to therein. c.The term"applicant"as used in this Order means an applicant for Federal assistance or,as determined by agency regulation,other program participant,with respect to whom an application for any grant,contract,loan, insurance,or guarantee is not finally acted upon prior to the effective date of this Part,and it Includes such an applicant after he/she becomes a recipient of such Federal assistance. SEC. 303 SF:16-5215-142605.doc/rev 12/2016 42 a.The Secretary of Labor shall be responsible for obtaining the compliance of such applicants with their undertakings under this Order.Each administering department and agency is directed to cooperate with the Secretary of Labor and to furnish the Secretary such information and assistance as the Secretary may require in the performance of the Secretary's functions under this Order. b.In the event an applicant fails and refuses to comply with the applicant's undertakings pursuant to this Order, the Secretary of Labor may,after consulting with the administering department or agency,take any or all of the following actions:(1)direct any administering department or agency to cancel,terminate,or suspend in whole or in part the agreement,contract or other arrangement with such applicant with respect to which the failure or refusal occurred;(2)direct any administering department or agency to refrain from extending any further assistance to the applicant under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received by the Secretary of Labor from such applicant; and(3)refer the case to the Department of Justice or the Equal Employment Opportunity Commission for appropriate law enforcement or other proceedings. c In no case shall action be taken with respect to an applicant pursuant to dause(1)or(2)of subsection(b) without notice and opportunity for hearing. [Sec.303 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR,1978 Comp.,p.230] SEC. 304 Any executive department or agency which imposes by rule,regulation,or order requirements of nondiscrimination in employment,other than requirements imposed pursuant to this Order,may delegate to the Secretary of Labor by agreement such responsibilities with respect to compliance standards,reports,and procedures as would tend to bring the administration of such requirements into conformity with the administration of requirements imposed under this Order: Provided,That actions to effect compliance by recipients of Federal financial assistance with requirements imposed pursuant to Title VI of the Civil Rights Act of 1964 shall be taken in conformity with the procedures and limitations prescribed in Section 602 thereof and the regulations of the administering department or agency issued thereunder. Part IV—Miscellaneous SEC. 401 The Secretary of Labor may delegate to any officer,agency,or employee in the Executive branch of the Government, any function or duty of the Secretary under Parts II and III of this Order. [Sec.401 amended by EO 12086 of Oct.5,1978,43 FR 46501,3 CFR, 1978 Comp.,p. 230] SEC.402 The Secretary of Labor shall provide administrative support for the execution of the program known as the"Plans for Progress." SEC.403 a.Executive Orders Nos.10590(January 19,1955),10722(August 5,1957),10925(March 6,1961),11114 (June 22, 1963),and 11162(July 28,1964),are hereby superseded and the President's Committee on Equal Employment Opportunity established by Executive Order No. 10925 is hereby abolished.All records and property in the custody of the Committee shall be transferred to the Office of Personnel Management and the Secretary of Labor,as appropriate. b.Nothing in this Order shall be deemed to relieve any person of any obligation assumed or imposed under or pursuant to any Executive Order superseded by this Order.All rules,regulations,orders,instructions, designations,and other directives issued by the President's Committee on Equal Employment Opportunity and those issued by the heads of various departments or agencies under or pursuant to any of the Executive orders superseded by this Order,shall,to the extent that they are not inconsistent with this Order,remain in full force SF:16-5215-142605.doc/rev 12/2016 43 and effect unless and until revoked or superseded by appropriate authority.References in such directives to provisions of the superseded orders shall be deemed to be references to the comparable provisions of this Order. [Sec.403 amended by EO 12107 of Dec.28,1978,44 FIR 1055,3 CFR,1978 Comp.,p,264] SEC.404 The General Services Administration shall take appropriate action to revise the standard Government contract forms to accord with the provisions of this Order and of the rules and regulations of the Secretary of Labor. SEC.405 This Order shall become effective thirty days after the date of this Order. SF:16-5215-142605.doc/rev 12/2016 44 11/28/2018 Business Search-Business Entities-Business Programs I California Secretary of State Alex Padilla California Secretary of State 0*4 Business Search - Entity Detail The California Business Search is updated daily and reflects work processed through Tuesday, November 27,2018. Please refer to document Processing Times for the received dates of filings currently being processed.The data provided is not a complete or certified record of an entity. Not all images are available online. C1792479 THOMCO CONSTRUCTION, INC. Registration Date: 10/18/1996 Jurisdiction: CALIFORNIA Entity Type: DOMESTIC STOCK Status: ACTIVE Agent for Service of Process: DIANA LYNN THOMPSON 1279 N. PATT STREET ANAHEIM CA 92801 Entity Address: 1279 N. PATT STREET ANAHEIM CA 92801 Entity Mailing Address: 1279 N. PATT STREET ANAHEIM CA 92801 A Statement of Information is due EVERY year beginning five months before and through the end of October. Document Type jj File Date PDF SI-NO CHANGE 07/26/2018 SI-COMPLETE 08/01/2013 REGISTRATION 10/18/1996 `Indicates the information is not contained in the California Secretary of State's database. • If the status of the corporation is"Surrender,"the agent for service of process is automatically revoked. Please refer to California Corporations Code section 2114 for information relating to service upon corporations that have surrendered. • For information on checking or reserving a name,refer to Name Availability. • If the image is not available online,for information on ordering a copy refer to Information Requests. • For information on ordering certificates,status reports,certified copies of documents and copies of documents not currently available in the Business Search or to request a more extensive search for records,refer to Information Requests. • For help with searching an entity name,refer to Search Tips. • For descriptions of the various fields and status types,refer to Frequently Asked Questions. Modify Search New Search Back to Search Results https://businesssearch.sos.ca.gov/CBS/Detail 1/1 10/29/2018 Check A License-License Detail ANSI �. �-" ' CO TRA, TOR STATE LICENSE BOARD ���°�', Contractor's License Detail for License # 830286 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 3:12:53 P Business Information Y T I ENTERPRISES INC 1260 S STATE COLLEGE PKWY ANAHEIM,CA 92806 Business Phone Number:(714)632-8696 Entity Corporation Issue Date 12/30/2003 Expire Date 12/31/2019 License Status This license is current and active. All information below should be reviewed. Classifications C-61 /D34-PREFABRICATED EQUIPfv1ENT Bonding Information Contractor's Bond This license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY. Bond Number:452697 Bond Amount: $15,000 Effective Date: 12/01/2017 Gantractor's Bond History Bond of Qualifying Individual . The qualifying individual JAIR NOE ROCHVERGER certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 12/30/2003 Workers' Compensation This license has workers compensation insurance with the EMPLOYERS ASSURANCE COMPANY Policy Number:ElG229967000 Effective Date: 01/01/2016 Expire Date: 01/01/2019 Workers'Compensation History 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 830286 Contractor Name Y T I ENTERPRISES INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name IUDITA ROCHVERGER Title CEO/ PRESIDENT Association Date 12/30/2003 Name IGUL HAIM ROCHVERGER Title OFFICER Association Date 12/30/2003 Name JAIR NOE ROCHVERGER Title RMO Association Date 12/30/2003 Classification D34 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensel I/PersonnelList.aspx?LicNum=830286&LicName=Y+T+I+ENTERPRISES+INC 1/1 10/29/2018 Check A License-License Detail Nix CONTRACTORS STATE UCENSE BOARD R5:711kWuA£. Contractor's License Detail for License # 830286 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 3:17:37 P Business Information Y T I ENTERPRISES INC 1260 S STATE COLLEGE PKWY ANAHEIM,CA 92806 Business Phone Number:(714)632-8696 Entity Corporation Issue Date 12/30/2003 Expire Date 12/31/2019 License Status This license is current and active. All information below should be reviewed. Classifications C-61 /D34-PREFABRICATED EQUIPMENT Bondi g Information Contractor's Bond This license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY. Bond Number:452697 Bond Amount: $15,000 Effective Date: 12/01/2017 Contractor's Bond History Bond of Qualifying Individual _ .. _._...... �... The qualifying individual JAIR NOE ROCHVERGER certified that he/she owns 10 percent or more of the voting stock/membership interest of this: company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 12/30/2003 Workers'Compensation This license has workers compensation insurance with the EMPLOYERS ASSURANCE COMPANY Policy Number:EIG229967000 Effective Date:01/01/2016 Expire Date: 01/01/2019 Workers'Compensation History 10/29/2018 Check A License-License Detail UU CONTRACTORS STATE UCENSE BOARD 11-1 M r 0 Contractor's License Detail for License # 730401 ISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you hould be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124 fl If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on the link or button 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. Data current as of 10/29/2018 8:50:24 A Business Information THOMCO CONSTRUCTION INC 1279 N PATT STREET ANAHEIM,CA 92801 Business Phone Number:(714)447-0010 Entity Corporation Issue Date 12/10/1996 Reissue Date 02/27/1998 Expire Date 02/29/2020 License Status This license is current and active. All information below should be reviewed. Classifications B-GENERAL BUILDING CONTRACTOR Bonding Information Contractor's Bond This license filed a Contractor's Bond with WESTERN SURETY COMPANY. Bond Number: 14548215 Bond Amount:$15,000 Effective Date: 01/01/2016 .Contractor's Bond History _ _... Bond of Qualifying Individual The qualifying individual DIANA LYNN THOMPSON certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 04/07/2011 Workers' Compensation This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:9033677 Effective Date: 11/25/2012 Expire Date'. 11/25/2019 Workers'Compensation History Miscellaneous Information 02/27/1998-LICENSE REISSUED TO ANOTHER ENTITY 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 730401 Contractor Name THOMCO CONSTRUCTION INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name ROBERT GLENN THOMPSON Title OFFICER Association Date 12/10/1996 Classification B Additional Classification There are additional classifications that can be viewed by-selecting this link. Name DIANA LYNN THOMPSON Title RMO/CEO/ PRES Association Date 02/27/1998 Classification B W""WRIM............................. ...............1,....... 0.1,1,1111111............... CSLB Email Login https://www2.csib.ca.gov/OnlineServices/CheckLicensel UPersonnel List.aspx?LicN um=730401&LicNarne=THOMC O+CO NSTRU CTI ON+IN C 1/1 SAM Search Results List of records matching your search for Search Term : thomco* construction* inc* Record Status: Active No Search Results October 29,2018 12:14 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Functional Area: Performance Information Classification: Individual Namel: Diana lynn Thompson No Search Results October 29,2018 6:29 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Functional Area: Performance Information Classification: Individual Namet: Robert Glenn Thompson No Search Results October 29,2018 6:30 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : jnj* tile* co inc* Record Status: Active No Search Results October 29,2018 5:50 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Record Status: Active Functional Area: Performance Information Classification: Individual Namel: william stephen klem No Search Results October 29,2018 5:03 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : w. s. klem* contractor* Record Status: Active No Search Results October 29,2018 4:59 PM https://www.sam.gov/ Page 1 of 1 10/29/2018 View Details-Entity Overview I System for Award Management A NEW WAY TO SIGN IN-If you already have a SAM account, use your SAM email for login.gov. Login.gov FAQs ALERT-June 11,2018:Entities registering in SAM must submit a notarized letter appointing their authorized Entity Administrator.Read our updated FAQs to learn more about changes to the notarized letter review process and other system improvements. ALERT-Users who previously bookmarked this site will need to update their bookmark on November 5,2018.Users may continue to navigate directly to sam.gov,only the bookmarked url will be affect ed. i - i"PO C, :t, Entity "'P Dashb iew � ; rj Entity-Re -gistration Core Data Entity Overview Assertions Reps&Certs POCS Entity Registration Summary r Exclusions Name:DON LUGINBILL ROOFING,INC. Doing Business As:J J ROOFING Active EXcluSIOns Business Type:Business or Organization Last Updated By:Jamie Banko s Inactive Exclusions Registration Status:Active Activation Date:09/21/2018 Excluded Family Expiration Date:09/21/2019 Members 3LLTU.RI'It?fiF tI2CH Exclusion Summary Active Exclusion Records?No �i(A. https://www.sam.gov/portal/SAM/?navigationalstate=JBPNS_rOOABXdcACJgYXZheC5mYWNlcy5wb3JObGVOYnJpZGdILINUQVRFXOIEAAAAAQApd... 1/1 SAM Search Results List of records matching your search for Record Status: Active Functional Area: Performance Information Classification: Individual Namel: dAVID MICHAEL CLIFFORD No Search Results October 29,2018 2:17 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : do plumbing* Record Status: Active ENTITY ' "]]- Fry Plumbing & Heating Corp Status: Active DUNS: 024238768 +4: CAGE Code: 4WXP4 DoDAAC: Expiration Date: Sep 14, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 327 L St Ne Rear City: Washington State/Province: DISTRICT OF COLUMBIA ZIP Code: 20002-3556 Country: UNITED STATES ENTITY ..11* 24-7 GREASE TRAP & PLUMBING, INC. Status: Active DUNS: 067356466 +4: CAGE Code: 7VEG8 DoDAAC: Expiration Date: Aug 7, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 7514 DIPLOMAT DRIVE City: MANASSAS State/Province: VIRGINIA ZIP Code: 20109-2692 Country: UNITED STATES ENTITY-"=-.i. Definitive Plumbing & Heating LLC Status: Active DUNS: 080526798 +4: CAGE Code: 7ST26 DoDAAC: Expiration Date: Mar 28, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 5285 RIVENDELL LN, UNIT#3 City: Columbia State/Province: MARYLAND ZIP Code: 21044-1128 Country: UNITED STATES ENTITY GAINESVILLE PLUMBING LLC Status: Active DUNS: 174092853 +4: CAGE Code: 4URJ1 DoDAAC: Expiration Date: Mar 23, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 7679 LIMESTONE DR UNIT 140 City: GAINESVILLE State/Province: VIRGINIA ZIP Code: 20155-1650 Country: UNITED STATES October 29,2018 2:14 PM https://www.sam.gov/ Page 1 of 2 ENTITY --E LIVEGREEN PLUMBING SERVICES LLC Status: Active DUNS: 055099575 +4: CAGE Code: 81 BY5 DoDAAC: Expiration Date: Jan 21, 2019 Has Active Exclusion?: No Debt Subject to Offset?: Yes Address: 612 HEDGELEAF AVE City: CAPITOL HEIGHTS State/Province: MARYLAND ZIP Code: 20743-2436 Country: UNITED STATES October 29,2018 2:14 PM https://www.sam.gov/ Page 2 of 2 SAM Search Results List of records matching your search for Search Term : specialized* painting* Record Status: Active No Search Results October 29,2018 2:10 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : "1 & t industries* Record Status: Active ENTITY :`'--�'THOMAS-COLBURN INC. Status: Active DUNS: 619648736 +4: CAGE Code: 3H51-2 DoDAAC: Expiration Date: Mar 30, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 9927 CANOGA AVE City: CHATSWORTH State/Province: CALIFORNIA ZIP Code: 91311-3845 Country: UNITED STATES EXCLUSION L.T. Industries, Inc. Status: Active DUNS: 101885312 CAGE Code: Classificatio :-Airm Exclusion Type: Prohibition/Restriction CAddress: 3755 Corley Excluding Agency: HEALTH AND HUMAN City: Beaumont SERVICES, DEPARTMENT OF State rovince�TEXAS� z Activation Date: -- ZIPCode: 77701—" � t�' Termination Date: -- Country: UNITED STATES �Np�cJr. Creation Date: Jul 27, 2012 October 29,2018 1:54 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : charley*tuttle* Record Status: Active ENTITY Charley Tuttle s Custom Welding And Metal Fabrication Status: Active DUNS: 828536776 +4: CAGE Code: 83VM7 DoDAAC: Expiration Date: May 22, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 8087 W Lilac Rd City: Bonsall State/Province: CALIFORNIA ZIP Code: 92003-4331 Country: UNITED STATES October 29,2018 1:43 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : viking* insulation* Record Status: Active No Search Results October 29,2018 1:38 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : allied* mechanical* air* systems* Record Status: Active No Search Results October 29,2018 1:32 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : cardinal* sheet* metal* Record Status: Active No Search Results October 29,2018 1:23 PM https://www.sam.gov/ Page 1 of 1 10/29/2018 View Details-Entity Overview I System for Award Management ANEW WAY TO SIGN IN-If you already have a SAM account, use your SAM email for login.gov. ry Login.gov FAQs ALERT-June 11,2018:Entities registering in SAM must submit a notarized letter appointing their authorized Entity Administrator.Read our updated FAQs to learn more about changes to the notarized letter review process and other system improvements. ALERT-Users who previously bookmarked this site will need to update their bookmark on November 5,2018.Users may continue to navigate directly to sam.gov,only the bookmarked url will be affected. ALERT:_Due to a CAGE.service interruption,SAM_regiskrants_may encounter an error validati a CAGE Code If this --- .__._._- _.. . CA,92503-49,M, Entity a N TE 0 SIP s. ....... ....... _,._.._.,....._ ,..,tLt;:A,ft v iew Dashboard- Entity-Registration Core Data Entity Overview Assertions Reps&Certs POCS Entity Registration Summary * Exclusions Name:Pride Electric Enterprises Business Type:Business or Organization a Active Exclusions Last Updated By:Raychel Follis Registration Status:Active r Ina, ive ExClu'.ZIQn� Activation Date:07/11/2018 Expiration Date:06/28/2019 Excluded Family. Members RM-IRN TO SEARCH Exclusion Summary Active Exclusion Records?No I https://www.sam.gov/portal/SAM/?navigationalstate=JBPNS_rOOABXdcACJgYXZheC5mYWNlcy5wb3JObGVOYnJpZGdILINUQVRFXOIEAAAAAQApd... 1/1 SAM Search Results List of records matching your search for Search Term : thomas* gilstrap* Record Status: Active No Search Results October 29,2018 1:14 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : top* notch* doors* inc* Record Status: Active No Search Results October 29,2018 1:09 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : zarate* construction* Record Status: Active No Search Results October 29,2018 12:39 PM https://www.sam.gov/ Page 1 of 1 10/29/2018 View Details-Entity Overview I System for Award Management A NEW WAY TO SIGN IN-If you already have a SAM account, use your SAM email for login.gov. Login.gov FAQs ALERT-June 11,2018:Entities registering in SAM must submit a notarized letter appointing their authorized Entity Administrator.Read our updated FAQs to learn more about changes to the notarized letter review process and other system improvements. ALERT-Users who previously bookmarked this site will need to update their bookmark on November 5,2018.Users may continue to navigate directly to sam.gov,only the bookmarked url will be affected. ALERT:Due to a CAGE service interru on SAM re istrants may encounter an_error_validating a,CFlGE Code,,If,this happens,please[ry„again later. _,._...__-,,,-„ .,_,,,_ _.... . _ CAGE ._._._....,p_ �.......M_Legs - _._-.-.,-.......__-_ -m Dash ` iew Enti Registration Core Data Entity Overview Assertions Reps&Certs POCS Entity Registration Summary r Exclusions Name:Quality Environmental,Inc. Business Type:Business or Organization a Active Exclusions Last Updated By:Lizbeth Delval Escutia Registration Status:Active e Inactivt EXCluajQnS Activation Date:07/02/2018 Expiration Date:04/19/2019 R Excluded Family. i Members RM—R.iN TO SEARCI'I Exclusion Summary Active Exclusion Records?No https://www.sam.gov/portal/SAM/?navigationalstate=JBPNS_rOOABXdcACJgYXZheC5mYWNIcy5wb3JObGVOYnJpZGdILINUQVRFXOIEAAAAAQApd... 1/1 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' s° Ite State Lie.# Dollar %of {Name,and.Address of Subcontractor andxClass DIR# Amount Contract Toilet& YTI Enterprises,Inc. �tkathroom #830286 C-61 / Acc. 1260 S. State College Pkwy,Anaheim, CA 92806 D34 1000005750 15,510.00 4.3% 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 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 item(s) State Lic.# Dollar %of Name and Address of Subcontractor and Class DIR# Amount Contract Viking Insulation Company Insulation 3014 Floyd Street,Burbank,CA 91504-2505 #297771 C-2 1000000476 1,248.50 0.3% C, /A�, Charley Tuttle's Custom Welding And Metal Fabrication,Inc. #859267 C-23, Mettaal' C-34,C-51, Fabrication 8087 West Lilac Road,Bonsall,CA 92003-4331 C-60 1000001963 1,887.60 0.5% C L&T Industries,Inc. ,5 Millwork 4084 Mission Blvd.,Montclair,CA 91763 #811582 C-6 1000013738 21,945.00 6.1% CC>W Specialized PaintingCo.,Inc. 6L1r5 7 Ar4b i sr WAg16 rrfi� #641031 C-33, Painfin 530 West Central Avenue Suite A,Brea, CA 92821 C-2 1000005530 5,302.00 1.5% DC Plumbing #1007848 Plumbing PO Box 832,Los Alamitos, CA 90720 C-36 1000059290 23,430,00 6.6% p✓w JJ Roofing Roofiniz PO Box 5657,Riverside, CA 92517-5657 4409528 C-39 1000001581 48,474.80 13.6% G� c W.S. Klem Contractor,Inc. Rough Carpentry 138 Arena St.,El Segundo,CA 90245 4735376 B 1000009829 27,857.50 7.8% JNJ Tile Co.,Inc. #665139 C-54, Tile 9713 Orange Ter.,Pico Rivera,CA 90660 C-15 1000006128 29 700.00 8.3% 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 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 Items) State Lic.# Dollar %of Name and Address of Subcontractor and Class DIR# Amount Contract p., #876494 C-21, Quality Environmental,Inc. C-61/D-63,C- G�" 22,DOSH No. Abatement 13123 Lakeland Rd.Ste A,Santa Fe Springs,CA 90670 947 10000015111. 11,770.00 3.3% Zarate Construction,Inc. #929583 B, Concrete 2024 S. Gamsey St.,Santa Ana, CA 92707 C27 1000017001 6,600.00 1.8% #876494 C-21, Cis , Quality Environmental,Inc. C-61/D-63,C- ij 22,DOSH No. Demolition 13123 Lakeland Rd.Ste A,Santa Fe Springs,CA 90670 947 1000001511 31,570.00 8.8% CS Top Notch Doors Inc. Doors/Fram es! 8604 Pecan Ave.,Rancho Cucamonga,CA 91739 1#834058 C-6 1000012587 8,250.00 1 2.3% C Thomas Gilstrap Construction #599696 B, Drywall 9565 Wichita Dr.,Riverside,CA 92503 C-9 1000007869 10,238.80 2.9% C.LP Pride Electric Enterprises c,P Electri�cal 3456 Webster Avenue,Perris,CA 92571 #816595 C-10 1000024908 11,667.70 3.30 �;�7""ri Cardinal Sheet Metal,Inc. Flashing& #720833 C-43, Sheet Metal 3184 Durahart St.,Riverside, CA 92507 C-20 1000003451 6,175.40 1.7% �7� o Allied Mechanical Air Systems Inc. HVAC 13111 Brooks Drive Suite K,Baldwin Park,CA 91706-7901 #602765 C-20 1000016729 5 940.00 1.7% 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 fiarnished by subcontractor for this project. C-3 10/29/2018 Check A License-License Detail CONTRACTORS STATE UCENSE BOARD ram: ��-1 G"?ill 11"1 Contractor's License Detail for License # 665139 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you hould 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 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. Data current as of 10/29/2018 2:07:37 P Business Information J N J TILE CO INC 9713 ORANGE TERR PICO RIVERA,CA 90660 Business Phone Number:(562)942-0519 Entity Corporation Issue Date 02/24/1993 Reissue Date 04/30/2015 Expire Date 04/30/2019 License Status This license is current and active. All information below should be reviewed. Classifications C54-TILE(CERAMIC AND MOSAIC) C15-FLOORING AND FLOOR COVERING Bonding Information Contractor's Bond _.__......... ....._. __._. .. ... , __._. ... _..__. ..... __..._ _... . _., . _ ........... ___ _....... This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: 100271470 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual JOLIO SALVADOR RAMIREZ certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date:04/30/2015 Workers' Compensation ..._........__......... This license has workers compensation insurance with the SECURITY NATIONAL INSURANCE COMPANY Policy Number:SWC1195033 Effective Date: 06/19/2018 Expire Date: 06/19/2019 Workers'Compensation History 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 665139 Contractor Name J N J TILE CO INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name JULIO SALVADOR RAMIREZ Title RMO/CEO/ PRES Association Date 02/24/1993 Classification C54 Additional Classification There are additional classifications that can be viewed by selecting this link. Name NORMA D RAMIREZ Title OFFICER Association Date 04/30/2015 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/PersonnelList.aspx?LicNum=665139&LicName=J+N+J+TILE+CO+INC 1/1 10/29/2018 Check A License-License Detail CONTRACTORS STATE U EN E BOARD Contractor's License Detail for License # 735376 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information,you hould be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124 fl If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on the link or button 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. Data current as of 10/29/2018 1:57:58 P Business Information W S KLEM CONTRACTOR INCORPORATED 138 ARENA ST UNIT B EL SEGUNDO,CA 90245 Business Phone Number:(310)414-0455 Entity Corporation Issue Date 04/25/1997 Expire Date 04/30/2019 License Status ...�___ This license is current and active. All information below should be reviewed. Classifications B-GENERAL BUILDING CONTRACTOR Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number:205570 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual .... __... The qualifying individual WILLIAM STEPHEN KLEM certified that he/she owns 10 percent or more of the voting stock/membership interest of this. company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 04/25/1997 Workers'Compensation This license has workers compensation insurance with the REDWOOD FIRE AND CASUALTY INSURANCE CO Policy Number:WSWC909338 Effective Date: 09/15/2018 Expire Date: 09/15/2019 Workers'Compensation History Other Personnel listed on this license(current or disassociated)are listed on other licenses. 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 735376 Contractor Name W S KLEM CONTRACTOR INCORPORATED Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name WILLIAM STEPHEN KLEM Title RMO/CEO/PRES Association Date 04/25/1997 Classification B Personnel No Longer Associated with License Name CLIFFORD BYRON LONG Title OFFICER Association Date 04/25/1997 Disassociation Date 03/28/2005 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensel I/PersonnelList.aspx?LicNum=735376&LicName=W+S+KLEM+CONTRACTOR+INCORPORA... 1/1 10/29/2018 Check A License-License Detail CONTRACTORS STATE UCENSE BOARD Contractor's License Detail for License # 409528 ISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information, you hould 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 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. Data current as of 10/29/2018 1:45:21 P Business Information DON LUGINBILL ROOFING INC DBA J J ROOFING PO BOX 5657 RIVERSIDE, CA 92517-5657 Business Phone Number:(951)784-7663 Entity Corporation Issue Date 07/30/1981 Expire Date 07/31/2019 License Status This license is current and active. All information below should be reviewed. Classifications C39-ROOFING -.----._........._ __ �. _... ..... ...__.__..... _._..._ Bonding Information Contractor's Bond ..___._ .__.._.......�_... .___.__.._.- �__.______. ._._..__._._—CW ________.. .�...�.... This license filed a Contractor's Bond with OLD REPUBLIC SURETY COMPANY. Bond Number:WLI1181727 Bond Amount:$15,000 Effective Date: 01/01/2016 Contractor's Bond History m _........ �� ..._.. Bond of Qualifying Individual The qualifying individual DONALD NEIL LUGINBILL certified that he/she owns 10 percent or more of the voting stock/membership interest of this, company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 07/30/1981 Workers'Compensation This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:9149349 Effective Date: 01/01/2016 Expire Date: 01/01/2019 Workers'Compensation History Other Personnel listed on this license (current or disassociated)are listed on other licenses. 10/29/2018 Personnel List Nome I Online Services i License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 409528 Contractor Name DON LUGINBILL ROOFING INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name DONALD NEIL LUGINBILL Title RMO/CEO/PRES Association Date 07/30/1981 Classification C39 Additional Classification There are additional classifications that can be viewed by selecting this link. Name DONNA MARIE LUGINBILL Title OFFICER Association Date 07/30/1981 Name JAMIE MARIA BANKO Title OFFICER Association Date 08/15/2011 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/PersonnelList.aspx?LicNum=409528&LicName=DON+LUGINBILL+ROOFING+INC 1/1 10/29/2018 Check A License-License Detail CONTRACTORS STATE UCENSE BOARD Contractor's License Detail for License # 1007848 ISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information, you hould be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124.6)If this entity is subject to publlc complaint disclosure,a link for complaint disclosure will appear below.Click on the link or button 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. Data current as of 10/29/2018 11:12:30 A Business Information DC PLUMBING PO BOX 832 LOS ALAMITOS,CA 90720 Business Phone Number:(562)286-1778 Entity Sole Ownership Issue Date 10/01/2015 Expire Date 10/31/2019 License Status This license is current and active. All information below should be reviewed. Classifications C36-PLUMBING Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: 100363262 Bond Amount: $15,000 Effective Date: 09/07/2017 Contractor's Bond I History Workers'Compensation ._ .............. This license has workers compensation insurance with the WESCO INSURANCE COMPANY Policy Number:OWC1006068 Effective Date: 09/12/2017 Expire Date: 09/12/2019 Workers'Compensation History,_ ___ ............._._ Other Personnel listed on this license(current or disassociated)are listed on other licenses. 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 1007848 Contractor Name DC PLUMBING Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name DAVID MICHAEL CLIFFORD Title SOLE OWNER Association Date 10/01/2015 Classification C36 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensel I/PersonnelList.aspx?LicNum=1007848&LicName=DC+PLUMBING 1/1 10/29/2018 Check A License-License Detail ` CONTRACTORS STATE UCENSE BOARD Contractor's License Detail for License # 641031 ISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 10:56:53 A Business Information SPECIALIZED PAINTING COMPANY INC 530 W CENTRAL AVENUE STE A BREA, CA 92821 Business Phone Number:(714)671-0106 Entity Corporation Issue Date 03/27/1992 Reissue Date 10/29/1997 Expire Date 10/31/2019 License Status License is under suspension for the following reasons: License is under suspension for Lack of Qualifier. License is suspended for failure to resolve an outstanding final liability from the Franchise Tax Board, Department of Industrial Relations, Employment Development Department,or Contractors State License Board. Classifications C33-PAINTING AND DECORATING C-2-INSULATION AND ACOUSTICAL Bonding Information Contractor's Bond __..______. .. ,..._�. _ _......._...._...._............. .._._.—,.,,,,,,,, __,.__. .. _ .�.......�.�....... .... .......___._._.�....... ..... This license filed a Contractor's Bond with WESCO INSURANCE COMPANY. Bond Number: 04WBO22466 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Workers'Compensation _.__ _ —___._.__ __ __.._._.�_ E _ 0...._._.....__-. RA",__"C—E " _ .__,N....._._.__ This license has workers compensation insurance with the EVEREST NATIONAL INSURANCE COMPANY Policy Number:7600018567 Effective Date:01/14/2018 Expire Date:01/14/2019 Workers'Compensation History Miscellaneous Information 10/29/1997-LICENSE REISSUED TO ANOTHER ENTITY Other 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 641031 Contractor Name SPECIALIZED PAINTING COMPANY INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name KIMBERLY JEAN NORDSTROM Title OFFICER Association Date 10/29/1997 Name JOHN ALAN GURZI Title OFFICER Association Date 10/29/1997 Personnel No Longer Associated with License Name JEFFREY ANDREW GURZI Title DECEASED Association Date 03/27/1992 Disassociation Date 05/09/2018 Classification C33 Additional Classification There are additional classifications that can be viewed by selecting this link. Name BRENT STEPHEN WATERS Title RMO Association Date 07/28/2009 Disassociation Date 02/28/2011 Classification B Name NICK CHARLES RUSSI Title RME Association Date 07/16/2014 Disassociation Date 09/05/2014 Classification D64 Additional Classification There are additional classifications that can be viewed by selecting this link. CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/PersonnelList.aspx?LicNum=641031&LicName=SPECIALIZED+PAINTING+COMPANY+INC 1/1 10/29/2018 Check A License-License Detail W U-� a CONTRACTORSSTATE UCEN F BOARD ( 4..a. Contractor's License Detail for License # 811582 ISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 10:49:38 A Business Information L&T INDUSTRIES INC 4084 E MISSION BLVD MONTCLAIR,CA 91763 Business Phone Number:(909)622-6645 Entity Corporation Issue Date 08/16/2002 Expire Date 08/31/2020 License Status _ .......... .. __._ __._ ... .. . ___ . ._...... This license is current and active. All information below should be reviewed. Classifications C-6-CABINET. MILLWORK AND FINISH CARPENTRY Bonding Information Contractor's Bond This license filed a Contractor's Bond with INDEMNITY COMPANY OF CALIFORNIA. Bond Number: 541183C Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Band History Bond of Qualifying Individual _ _... ............ __....._.. _.._ ........ __..._.._.......__.. The qualifying individua. l DAVID LUIGI ROSIN certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective'Date: 08/16/2002 Workers' Compensation This license has workers compensation insurance with the CYPRESS INSURANCE COMPANY Policy Number:LTWC909070 Effective Date: 01/01/2018 Expire Date:01/01/2019 Workers'Compensation_H,istory ..__._..__.___._._....... .. Other Personnel listed on this license(current or disassociated)are listed on other licenses. 10/29/2018 Contractor's License Personnel Detail Home I Online Services I License Detail I Personnel List I Personnel Detail Contractor's License Personnel Detail Contractor License# 811582 Contractor Name L &T INDUSTRIES INC Name DAVID LUIGI ROSIN Title and Class History Title RMO/CEO/PRES Classification C-5 FRAMING AND ROUGH CARPENTRY Association Date 08/16/2002 Disassociation Date 01/18/2005 Title RMO/CEO/PRES Classification HIC HOME IMPROVEMENT CERTIFICATION Association Date 08/16/2002 Disassociation Date 01/01/2004 Title RMO/CEO/PRES Classification C-6 CABINET, MILLWORK AND FINISH CARPENTRY Association Date 01/18/2005 Bonding History Effective Date 08/16/2002 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/PersonnelDetail.aspx?LicNum=811582&SegNumber=183533&LicName=L+%26+T+1 NDUST... 1/1 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 811582 Contractor Name L &T INDUSTRIES INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name DAVID LUIGI ROSIN Title RMO/CEO/ PRES Association Date 08/16/2002 Classification C-6 Additional Classification There are additional classifications that can be viewed by selecting this link. Name PAUL JOHN ROSIN Title OFFICER Association Date 08/16/2002 Name DEBBIE DENISE ROSIN Title OFFICER Association Date 08/16/2002 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/PersonnelList.aspx?LicNum=811582&LicName=L+%26+T+INDUSTRIES+INC 1/1 10/29/2018 Check A License-License Detail W �.� CONTRACTORSSTATE UCENSE BOARD ��'°E., F Contractor's License Detail for License # 859267 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 10:46:17 A Business Information CHARLEY TUTTLE'S CUSTOM WELDING AND METAL FABRICATION 8087 WEST LILAC ROAD BONSALL,CA 92003 Business Phone Number:(760)470-2096 Entity Corporation Issue Date 05/21/2005 Reissue Date 09/14/2011 Expire Date 09/30/2019 License Status This license is current and active. All information below should be reviewed. Classifications C51 -STEEL, STRUCTURAL C60-WELDING C23-ORNAMENTAL METALS C34-PIPELINE Bonding Information Contractor's Bond This license filed a Contractor's Bond with WESTERN SURETY COMPANY. Bond Number: 62855332 Bond Amount: $15,000 Effective Date: 09/14/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual LINWOOD CHARLES TUTTLE certified that he/she owns 10 percent or more of the voting stock/membership interest of this company:therefore,the Bond of Qualifying Individual is not required. Effective Date:04/16/2018 BQI's Bond History Workers'Compensation ... ................. ..... .... ... _. _.. ,. __ .. . . ... ._ This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:9156604 Effective Date:06/01/2017 Expire Date: 06/01/2019 Workers'Compensation History Miscellaneous Information 09/14/2011 -LICENSE REISSUED TO ANOTHER ENTITY https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/LicenseDetail.aspx?LicNum=859267 2/2 10/29/2018 Contractor's License Personnel Detail Home I Online Services I License Detail I Personnel List I Personnel Detail Contractor's License Personnel Detail Contractor License# 859267 Contractor Name CHARLEY TUTTLE'S CUSTOM WELDING AND METAL FABRICATION Name LINWOOD CHARLES TUTTLE Title and Class History Title SOLE OWNER Classification C60 WELDING Association Date 05/21/2005 Disassociation Date 09/14/2011 Title SOLE OWNER Classification C51 STEEL, STRUCTURAL Association Date 04/10/2008 Disassociation Date 09/14/2011 Title RMO/CEO/PRES Classification C51 STEEL, STRUCTURAL Association Date 09/14/2011 Title RMO/CEO/PRES Classification C60 WELDING Association Date 09/14/2011 Title RMO/CEO/PRES Classification C23 ORNAMENTAL METALS Association Date 03/13/2018 Title RMO/CEO/PRES Classification C34 PIPELINE Association Date 04/16/2018 Bonding History Effective Date 04/16/2018 Effective Date 03/13/2018 Cancellation Date 04/16/2018 Effective Date 09/14/2011 Cancellation Date 03/13/2018 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensel I/PersonnelDetail.aspx?LicNum=859267&SegNumber=794185&LicName=CHARLEY+TUTTL... 1/2 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 859267 Contractor Name CHARLEY TUTTLE'S CUSTOM WELDING AND METAL FABRICATION Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name LINWOOD CHARLES TUTTLE Title RMO/CEO/ PRES Association Date 05/21/2005 Classification C51 Additional Classification There are additional classifications that can be viewed by selecting this link. Name JENNIFER LEAH CHAVARRIA Title OFFICER Association Date 09/14/2011 Personnel No Longer Associated with License Name ALEXANDER FREDERICK VANDERHORST Title OFFICER Association Date 09/14/2011 Disassociation Date 11/18/2016 Name MARY ANITA TUTTLE Title OFFICER Association Date 09/14/2011 Disassociation Date 11/18/2016 Name CHRISTY REI TUTTLE Title OFFICER Association Date 09/14/2011 Disassociation Date 11/18/2016 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensel I/PersonnelList.aspx?LicNum=859267&LicName=CHARLEY+TUTTLE%27S+CUSTOM+WEL... 1/1 10/29/2018 Check A License-License Detail a, CONTRACTORS STATE UCE NSE= BOARD I W", z M I s 0 Contractor's License Detail for License # 297771 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you hould 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 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. Data current as of 10/29/2018 10:32:54 A Business Information VIKING INSULATION CO 3014 FLOYD STREET BURBANK, CA 91504-2505 Business Phone Number:(818)843-7212 Entity Corporation Issue Date 08/29/1974 Expire Date 03/31/2020 License Status This license is current and active. All information below should be reviewed. Classifications C-2-INSULATION AND ACOUSTICAL Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number:9061627 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual KATHLEEN ANN LAWRENCE certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 06/14/2002 Workers'Compensation This license has workers compensation insurance with the ZURICH AMERICAN INSURANCE COMPANY Policy Number:WC373642914 .Effective Date: 10/01/2018 Expire Date: 10/01/2019 Workers'Compensation History 10/29/2018 Contractor's License Personnel Detail Home I Online Services I License Detail I Personnel List I Personnel Detail Contractor's License Personnel Detail Contractor License# 297771 Contractor Name VIKING INSULATION CO Name KATHLEEN ANN LAWRENCE Title and Class History Title OFFICER Classification Association Date 03/31/2000 Disassociation Date 06/14/2002 Title RMO Classification C-2 INSULATION AND ACOUSTICAL Association Date 06/14/2002 Title RMO Classification HIC HOME IMPROVEMENT CERTIFICATION Association Date 06/14/2002 Disassociation Date 01/01/2004 Bonding History Effective Date 06/14/2002 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensel I/PersonnelDetail.aspx?LicNum=297771&SegNumber=119432&LicName=VIKING+INSULATI... 1/1 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 297771 Contractor Name VIKING INSULATION CO Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name JOHN EDWIN ZIMMERMAN Title OFFICER Association Date 03/31/2000 Name KATHLEEN ANN LAWRENCE Title RMO Association Date 03/31/2000 Classification C-2 Additional Classification There are additional classifications that can be viewed by selecting this link. Name CASEY LEE KRANZ Title CEO/ PRESIDENT Association Date 03/31/2000 Personnel No Longer Associated with License Name HARLEY BENORIS ENGH Title OFFICER Association Date 08/25/1980 Disassociation Date 03/07/1996 Name RICHARD MILNOR ENGH Title RMO Association Date 08/29/1974 Disassociation Date 06/14/2002 Classification C-2 Additional Classification There are additional classifications that can be viewed by selecting this link. Name C ANDREW DECE BLASZYK Title OFFICER Association Date 08/25/1980 Disassociation Date 07/10/1983 Name AUDREY LA VONNE ENGH Title OFFICER Association Date 06/29/1977 Disassociation Date 08/25/1980 https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/PersonnelList.aspx?LicNum=297771&LicName=VIKING+INSULATION+CO 1/2 10/29/2018 Personnel List Name JOSEPH SHAPIRO Title OFFICER Association Date 09/23/1981 Disassociation Date 03/27/1986 Name LADARREL ROYD MCGUFFIN Title OFFICER Association Date 08/29/1974 Disassociation Date 08/25/1980 Name A D HALSTEAD Title OFFICER Association Date 03/31/2000 Disassociation Date 02/14/2006 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/Personne[List.aspx?LicNum=297771&LicName=VIKING+INSULATION+CO 2/2 10/29/2018 Check A License-License Detail CONTRACTORS STATE UCEN E BOARD Contractor's License Detail for License # 602765 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 10:26:19 A Business Information ALLIED MECHANICAL AIR SYSTEMS INC 13111 BROOKS DRIVE#K BALDWIN PARK,CA 91706 Business Phone Number:(626)338-1505 Entity Corporation Issue Date 09/18/1990 Expire Date 09/30/2020 License Status _.. .. ___ ___..__,......... __................... _ _ ..... ..__................ . .... ........... ...._......m...... , This license is current and active. All information below should be reviewed. Classifications C20 WARM-AIR HEATING,VENTILATING AND AIR-CONDITIONING Bondi g Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: SC946984 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual GLEN C_LA RK RIVAS certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date:09/18/1990 Workers' Compensation This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:9101325 Effective Date: 06/01/2014 Expire Date: 06/01/2019 Workers'Compensation History Other Personnel listed on this license(current or disassociated)are listed on other licenses. 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 602765 Contractor Name ALLIED MECHANICAL AIR SYSTEMS INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name DENNIS JUNG Title CEO/ PRESIDENT Association Date 09/18/1990 Name GLEN CLARK RIVAS Title RMO Association Date 09/18/1990 Classification C20 Personnel No Longer Associated with License Name DANIEL MEENK Title OFFICER Association Date 09/18/1990 Disassociation Date 06/30/2006 Name HAROLD DAVID HARPER Title OFFICER Association Date 09/18/1990 Disassociation Date 06/21/1993 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/PersonnelList.aspx?LieNum=602765&LieName=ALLIED+MECHANICAL+AIR+SYSTEMS+INC 1/1 10/29/2018 Check A License-License Detail ,U CONTRACTORS STATE UCEN E BOARDIML 9 Contractor's License Detail for License # 720833 ISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 10:21:44 A Business Information CARDINAL SHEET METAL INC 3184 DURAHART STREET RIVERSIDE,CA 92507 Business Phone Number:(951)788-8800 Entity Corporation Issue Date 04/04/1996 Expire Date 04/30/2020 License Status _..�.............. This license is current and active. All information below should be reviewed. Classifications C43-SHEET METAL C20-WARM-AIR HEATING,VENTILATING AND AIR-CONDITIONING Bonding Information Contractor's Bond _..._. - - -- _...._.- ...__..._._........ .... .. _�_._. --------- This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: SC638602 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual _.._...._..,. _ _ _..._......_........... _.. _ . _ __ _ . ____, The qualifying individual BRUCE LEO SEYLER certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 02/21/2012 BQi's Bond History Workers'Compensation This license has workers compensation insurance with the EVEREST NATIONAL INSURANCE COMPANY Policy Number:7600013723181 Effective Date: 10/01/2018 Expire Date: 10/01/2019 Workers'Compensation History 10/29/2018 Personnel List Home i Online Services I License Detail i Personnel List Contractor's License Detail (Personnel List) Contractor License# 720833 Contractor Name CARDINAL SHEET METAL INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name BRUCE LEO SEYLER Title RMO Association Date 04/04/1996 Classification C43 Additional Classification There are additional classifications that can be viewed by selecting this link. Name PENNY DIANE SEYLER Title CEO/PRESIDENT Association Date 04/04/1996 Personnel No Longer Associated with License Name MICHAEL PATRICK SEYLER Title RME Association Date 11/21/1996 Disassociation Date 02/21/2012 Classification C20 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/PersonnelList.aspx?LicNum=720833&LicName=CARDINAL+SHEET+METAL+INC 1!1 10/29/2018 Check A License-License Detail CONTRACTORS STATE LICENSE BOARD Contractor's License Detail for License # 816595 ISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 10:18:06 A Business Information PRIDE ELECTRIC ENTERPRISES 3456 WEBSTER AVENUE PERRIS,CA 92571 Business Phone Number:(951)776-3311 Entity Corporation Issue Date 01/17/2003 Reissue Date 10/22/2007 Expire Date 1 013112 01 9 License Status ......... ___....._. ........___._. _- _ .... __..._..._.._. _. This license is current and active. All information below should be reviewed. Classifications C10-ELECTRICAL Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: SC6355741 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual STEPHEN SEAN FOLLIS certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 10/22/2007 Workers' Compensation This license has workers compensation insurance with the INSURANCE COMPANY OF THE WEST Policy Number:WPL504248600 Effective Date: 07/28/2018 Expire Date:07/28/2019 Workers'Compensation History Miscellaneous Information 10/22/2007-LICENSE REISSUED TO ANOTHER ENTITY 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 816595 Contractor Name PRIDE ELECTRIC ENTERPRISES Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name STEPHEN SEAN FOLLIS Title RMO Association Date 01/17/2003 Classification C10 Additional Classification There are additional classifications that can be viewed by selecting this link. Name RAYCHEL M FOLLIS Title OFFICER Association Date 10/22/2007 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicenselI/PersonnelList.aspx?LicNum=816595&LicName=PRIDE+ELECTRIC+ENTERPRISES 1/1 10/29/2018 Contractor's License Personnel Detail Home I Online Services I License Detail I Personnel List I Personnel Detail Contractor's License Personnel Detail Contractor License# 816595 Contractor Name PRIDE ELECTRIC ENTERPRISES Name STEPHEN SEAN FOLLIS Title and Class History Title SOLE OWNER Classification C10 ELECTRICAL Association Date 01/17/2003 Disassociation Date 10/22/2007 Title SOLE OWNER Classification HIC HOME IMPROVEMENT CERTIFICATION Association Date 01/17/2003 Disassociation Date 01/01/2004 Title RMO Classification C10 ELECTRICAL Association Date 10/22/2007 Bonding History Effective Date 10/22/2007 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensel l/PersonnelDetail.aspx?LicNum=816595&SegNumber=741596&LicName=PRIDE+ELECTRIC... 1/1 10/29/2018 Check A License-License Detail ti CONTRACTORS STATE UCEESE BOARD Contractor's License Detail for License # 599696 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 10:15:01 A Business Information THOMAS R GILSTRAP CONSTRUCTION 9565 WICHITA DRIVE RIVERSIDE,CA 92503 Business Phone Number:(951)688-9441 Entity Sole Ownership Issue Date 08/02/1990 Expire Date 09/30/2020 License Status This license is current and active. All information below should be reviewed. Classifications B-GENERAL BUILDING CONTRACTOR C-9-DRYWALL Bonding Information Contractor's Bond This license filed a Contractor's Bond with OLD REPUBLIC SURETY COMPANY. Bond Number: W150169294 Bond Amount:$15,000 Effective Date:01/01/2016 Contractor's Bond History Workers' Compensation This license has workers compensation insurance with the EVEREST NATIONAL INSURANCE COMPANY Policy Number:7600016015181 Effective Date:01/26/2018 Expire Date: 01/26/2019 Workers'Compensation History 10/29/2018 Contractor's License Personnel Detail Home I Online Services I License Detail I Personnel List I Personnel Detail Contractor's License Personnel Detail Contractor License# 599696 Contractor Name THOMAS R GILSTRAP CONSTRUCTION Name THOMAS RAY GILSTRAP Title and Class History Title SOLE OWNER Classification B GENERAL BUILDING CONTRACTOR Association Date 08/02/1990 Title SOLE OWNER Classification HIC HOME IMPROVEMENT CERTIFICATION Association Date 10/12/1999 Disassociation Date 01/01/2004 Title SOLE OWNER Classification C-9 DRYWALL Association Date 10/01/2001 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensel l/PersonnelDetail.aspx?LicNum=599696&SegNumber=129363&LicName=THOMAS+R+GI LS... 1/1 10/29/2018 Check A License-License Detail CONTRACTORS STATE LICENSE BOARD tv� Contractor's License Detail for License # 834058 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 10:08:03 A Business Information TOP NOTCH DOORS INC 8604 PECAN AVE RANCHO CUCAMONGA, CA 91739 Business Phone Number:(626)290-9661 Entity Corporation Issue Date 03/15/2004 Reissue Date 10/29/2014 Expire Date 10/31/2020 License Status This license is current and active. All information below should be reviewed. Classifications C-6-CABINET, MILLWORK AND FINISH CARPENTRY Bonding Information Contractor's Bond This license filed a Contractor's Bond with WESTERN SURETY COMPANY. Bond Number: 62184729 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual DANNY FRANK HERNANDEZ certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 10/29/2014 Workers' Compensation This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:9123224 Effective Date: 01/27/2015 Expire Date: 01/27/2019 Workers'Compensation History Miscellaneous Information 10/29/2014-LICENSE REISSUED TO ANOTHER ENTITY Other 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 834058 Contractor Name TOP NOTCH DOORS INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name JOSEPH ENOCH FREENO JR Title OFFICER Association Date 10/29/2014 Name DANNY FRANK HERNANDEZ Title RMO/CEO/PRES Association Date 03/15/2004 Classification C-6 Additional Classification There are additional classifications that can be viewed by selecting this link. Name SUSANA HERNANDEZ Title OFFICER Association Date 10/29/2014 CSLB Email Login I https://www2.cslb.ca.gov/OnlineServices/CheckLicenselI/PersonnelList.aspx?LicNum=834058&LicName=TOP+NOTCH+DOORS+INC 1/1 10/29/2018 Check A License-License Detail CONTRACTORS STATE UCENSE BOARD Contractor's License Detail for License # 929583 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you hould 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 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. Data current as of 10/29/2018 10:05:36 A Business Information ZARATE CONSTRUCTION INC 2024 SOUTH GARNSEY SANTA ANA,CA 92707 Business Phone Number:(714)557-8238 Entity Corporation Issue Date 03/09/2009 Expire Date 03/31/2019 License Status ___.._This license is current and active. All information below should be reviewed. Classifications B-GENERAL BUILDING CONTRACTOR C27-LANDSCAPING Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: 100059825 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual RAFAEL ZARATE GRANADOS certified that he/she owns 10 percent or more of the voting stock/membership interest of, this company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 03/09/2009 Workers'Compensation This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:1663891 Effective Date: 01/01/2012 Expire Date:01/01/2019 Workers'Compensation History 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 929583 Contractor Name ZARATE CONSTRUCTION INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name RAFAEL ZARATE GRANADOS Title RMO/ CEO/ PRIES Association Date 03/09/2009 Classification B Additional Classification There are additional classifications that can be viewed by selecting this link. CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/PersonnelList.aspx?LicNum=929583&LicName=ZARATE+CONSTRUCTION+INC 1/1 10/29/2018 Check A License-License Detail CONTRACTORS STATE LICENSE BOARD �. Contractor's License Detail for License # 876494 ISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you hould 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 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. Data current as of 10/29/2018 9:21:11 A Business Information QUALITY ENVIRONMENTAL INC 13123 LAKELAND RD,SUITE A SANTA FE SPRINGS,CA 90670 Business Phone Number:(562)941-1434 Entity Corporation Issue Date 04/20/2006 Expire Date 04/30/2020 License Status _..... __..__.... __. .. . __..... __.............. .. ........._.............___._........... .._._ ....�...... .. .. . This license is current and active. All information below should be reviewed. Classifications C21 -BUILDING MOVING, DEMOLITION C-61 (D63-CONSTRUCTION CLEAN-UP C22-ASBESTOS ABATEMENT(Check DOSH Asbestos Registration) Certifications ASB-ASBESTOS(Check DOSH Asbestos Registration) Bonding Information Contractor's Bond _.C ____._.....d . _�,.. ,._.. ._,C_N,d _.__ ,,..,..".�._f_____.__.. ......_____—..,.__.____.... _.... .._. ___._.. This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: SC498802 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual GUSTAVO ESCUTIA STEINER certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date: 07/15/2015 BQI's Bond History Workers'Compensation This license has workers compensation insurance with the GREAT DIVIDE INSURANCE COMPANY Policy Number:WCA155028915 Effective Date: 06/01/2018 Expire Date: 06/01/2019 Workers'Compensation History Miscellaneous Information 07/15/2015-DOSH REGISTRATION VERIFIED FOR C22 Other Personnel listed on this license(current or disassociated)are listed on other licenses. https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/LicenseDetaii.aspx?LicNum=876494 2/2 10/29/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 876494 Contractor Name QUALITY ENVIRONMENTAL INC Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name GUSTAVO ESCUTIA STEINER Title RMO/ CEO/ PRES Association Date 04/20/2006 Classification C21 Additional Classification There are additional classifications that can be viewed by selecting this link. Name LIZBETH ADELAIDA ESCUTIA Title CEO/ PRESIDENT Association Date 04/20/2006 Personnel No Longer Associated with License Name MOISES REYES FLORES Title OFFICER Association Date 04/20/2006 Disassociation Date 04/21/2006 Name GUSTAVO ESCUTIA GONZALEZ Title OFFICER Association Date 06/13/2006 Disassociation Date 08/02/2018 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensell/PersonnelList.aspx?LicNum=876494&LicName=QUALITY+ENVIRONMENTAL+INC 1/1 10/29/2018 Cal/OSHA-Asbestos Registrants'Database Department of Industrial Relations Cal/OSHA ' Cal/OSHA-Asbestos Registra tits'Detail I riform ation 0 Cal/OSHA - Asbestos Registrants' Detail Information Note: Listing of a building contractor as an asbestos registrant does not assure that the contractor license is current and active.Be sure to check contractor license status using the link to the Contractors State License Board provided at the bottom of this page. Detailed View The information below was last updated on 10/26/2018 To view explanations to this page,click Registrant detail information. Company/Entity name Quality Environmental, Inc. c1ba DOSH Registration number 947 Restriction Expiration date 04/01/2019 CSL13 license 876494 Mailing address 13123 Lakeland Road,A Santa Fe Springs,CA 90670 Phone 562-941-1434 Fax 562-941-1825 Check registrant with the Contractors State Licensing Board Show me all the contractors Quick Links File a workplace safety complaint Obtain a free consultation Important Cal/OSHA updates Public records requests https://www.dir.ca.gov/databases/doshacru/csIbdetaiIsn.asp?licno=876494 1/3 T400-46 Construction Inc. 1279 N. Palt Street Anaheim,CA 92801 CRY of Huntington Beach Attn: City Clerk's Office 2000 Main Street.2nd FIOOF 2010 OCT 25 DPj 122 Huntington Beach, CA 9260 ctftil OF SEALED BID For MSC-520 Youth Shelter ADA improvements and Roof Replacement in the City of Huntington Beach DO NOT OPEN WITH REGULAR MAIL suaity INSURANCE AND INDEMNIFICATION WAIVER H��n,� � MODIFICATION REQUEST 1. Requested by: Debra Jubinsky 2. Date: 12/7/18 3. Name of contractor/permittee: Thomco Construction, Inc. 4. Description of work to be performed: Construction Contract MSC-520 Youth Shelter ADA restroom renovations and roof replacement 5. Value and length of contract: $357,448; 90 working days from Notice to Proceed 6. Waiver/modification request: Modification of Additional Insured language on GL endorsement 7. Reason for request and why it should be granted: Contractor's GL carrier will not name agents and volunteers on the AI endorsement. City has protection for agents and volunteers under Section 18, p.14 of the contract "Indemnification, Defense, Hold Harmless" which requires contractor to indemnify the same named parties as found in the insurance requirements. 8. Identify the risks to the City in approving this waiver/modification: Risk to City is not known by Public Works staff. vy DepartrfierfHead Signature ate: APPROVALS Approvals must be obtained in the order listed on this form. Two approvals are required for a request to be granted. Approval from the City Administrator's Office is only required if Risk Management and the City Attorney's Office disagree. 1. Ris Management Approved ❑ Denied natur bate 2. City Attorney's Office Approved ❑ Denied 'J4� Signature Date 3. City Manager's Office Approved ❑ DeniecV Signature Date If approved, the completed waiver/modification request is to be submitted to the City Attorney's Office along with the contract for approval. Once the contract has been approved, this form is to be filed with the Risk Management Division of Human Resources 12/7/2018 2:05:00 PM THOMCON-04 KROSATI ACORO CERTIFICATE OF LIABILITY INSURANCE DATE106/2 Y4 120612018 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 have ADDITIONAL INSURED provisions or 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). %NTACT Karen Rosati License#0757776 CNN: NN: _ - HUB International Insurance Services Inc. PHONE 552-1392 (Alc,No,EX :(951)779-8543 1 ,No):(951) _ PO Box 5345 E-MAIL Riverside,CA 92517 ADDRESS;karen.rosaWubintemational.com INSURERS)AFFORDING COVERAGE NAIC N INSURER A:Mt.Hawi&V Insurance Company 37974 -- INSURED INSURER B:RSUI Indemnity CornPanV 22314 Thomco Construction,Inc. INSURERC:stOte Compensation Insurance Fund of California 35076 1279 North Patt Street INSUIi'J:RD: Anaheim,CA 92801 INSURERS: -- 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 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 TYPE ADDL SUBR PO ICY EFF POLICY EXP LIMITS POLICY NUMBER PE OF INSURANCE R LTR600 A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE E 1'�0' CLAIMS-MADE X OCCUR X MGLO189008 10/25/2018 10125/2019 MGETE.Eoccurrencel NTED $ SQ,QIDQ MED EXP LAM one i 5'm PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE f 2,000,000 JT& LOC PRODUCTS-COMP/DP AGG $ 2'�'� POLICY[ OTHER: AUTOMOBILE LIABILITY $D SINGLE LIMIT gppROVED AS TO FORM Ea accident) ANY AUTO �i BODILY INJURY Parperson) S OWNED SCHEDULED BODILY INJURY Peracadert $ AURTEO�S ONLY AAUUT�O{S�yyNEp L — AUTOS ONLY AUTOS ONLY �•('- PO AGE �1)CW PI E.GAPES B UMBRELLA LIAB X OCCUR CM Op. ;11;1rTtPtGT0N U�LI I EAC OOCCURRENCE S 8'�'w0 X EXCESS LIAR CLAIMS-MADE NHA245933 10/25/2018 10/25/2019 AGGREGATE $ 8,000,000 DED 1 X 'RETENTION$ C WORKERS COMPENSATION X STAT OR 903367718 11/25/2018 11/25/2019 1,000,000 AND EMPLOYERS'LIABILITY YIN X E.L EACH ACCIDENT $ ANY%FPROPRIETOR/EXCLU R/EXECUTIVE N/A (Mandatory in NH)EXCLUDED? E.L DISEASE-EA EMPLOYE 9 1,000,000 If yes,descnbe under 1, 0,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 00 DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Youth Shelter ADA Upgrade and Roof Replacement,7291 Talbert Avenue,Huntington Beach,CA 92648 The City of Huntington Beach,its officers,elected or appointed officials,and employees are Additional Insured with regard to General Liability per the attached endorsement fors CG2010 04/13 and CG2037 04/13.Primary&Non-Contributory with regard to General Liability applies when required by written contract per the attached endorsement form CG2001 04113.Waiver of Subrogation with regard to Workers Compensation applies when required by written contract per the attached endorsement form 2572. Notice will be provided to certificate holder within thirty(30)days should the policy cancel,except in the event the cancellation is due to non-payment of premium,in which case notice will be provided within ten(10)days subject to policy terms and conditions. CERTIFICATE HOLDER _ CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main St Huntington Beach,CA 92648 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy Number: MGLO189008 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations: The City of Huntington Beach, its officers, Youth Shelter ADA Upgrade and elected or appointed officials, and Roof Replacement at employees. 7291 Talbert Avenue Huntington Beach, CA 92648 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 in- not be broader than that which you are required clude as an additional insured the person(s) or organi- by the contract or agreement to provide for such zation(s) shown in the Schedule, but only with respect additional insured. to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or B. With respect to the insurance afforded to these in part, by: additional insureds, the following additional exclusions apply: 1. Your acts or omissions; or This insurance does not apply to "bodily injury" or 2. The acts or omissions of those acting on your "property damage" occurring after: behalf; 1. All work, including materials, parts or equipment in the performance of your ongoing operations for the furnished in connection with such work, on the additional insured(s) at the location(s) designated project (other than service, maintenance or re- above. pairs) to be performed by or on behalf of the addi- tional insured(s) at the location of the covered However: operations has been completed; or 1. The insurance afforded to such additional insured 2. That portion of"your work" out of which the injury only applies to the extent permitted by law; and or damage arises has been put to its intended use by any person or organization other than another 2. If coverage provided to the additional insured is contractor or subcontractor engaged in performing required by a contract or agreement, the in- operations for a principal as a part of the same surance afforded to such additional insured will project. CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 Insured C. With respect to the insurance afforded to these 2. Available under the applicable Limits of Insurance additional insureds, the following is added to Section shown in the Declarations; III —Limits Of Insurance: whichever is less. If coverage provided to the additional insured is required by a contract or agreement, the most we will This endorsement shall not increase the applicable pay on behalf of the additional insured is the amount Limits of Insurance shown in the Declarations. of insurance: 1. Required by the contract or agreement; or CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 2 of 2 Insured Policy Number: MGLO189008 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) Location and Description of or Organization(s) Completed Operations The City of Huntington Beach, its officers, Youth Shelter ADA Upgrade and elected or appointed officials, and Roof Replacement at employees. 7291 Talbert Avenue Huntington Beach, CA 92648 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 B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to Section organization(s) shown in the Schedule, but only with III—Limits Of Insurance: respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the If coverage provided to the additional insured is re- location designated and described in the Schedule of quired by a contract or agreement, the most we will this endorsement performed for that additional insured pay on behalf of the additional insured is the amount and included in the "products-completed operations of insurance: hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable Limits of Insurance 1. The insurance afforded to such additional insured shown in the Declarations; only applies to the extent permitted by law; and whichever is less. 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- This endorsement shall not increase the applicable ance afforded to such additional insured will not Limits of Insurance shown in the Declarations. not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 Insured Policy Number: MGL0189008 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition (2) You have agreed in writing in a contract or agree- and supersedes any provision to the contrary: ment that this insurance would be primary and would not seek contribution from any other in- Primary And Noncontributory Insurance surance available to the additional insured. This insurance is primary to and will not seek con- tribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 Insured 11/30/2018 FRI 11: 38 FAX 0002/004 DATE-(IW1L)Df'eyVy1 CERTIFICATE OF LIABILITY INSURANCE 11/2o/2oi9 I PRODUCER THIS CERTIFICATE IS ISSUED AS MATTER OF INFORMATION MIKE KIM LTC, II0C36016 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8442 MOODY STREET HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR LA PALMA, Ca 90623 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, I I _ INSURERS AFFORDING COVERAGE NAlC i( INSURED IN.SURERA.State Farm Mutual Auto Insurance Compatty 251?B TH0MCO CONSTRUCTION, INC ---_.. --- 1279 N PATT ST INSURER - T ANAHEIM CA 92801-2550 INSURERC —� INSURER D. _ l INSURER(: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TI1E INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDMG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT 1-0 WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCI I j POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _.,,-___,__ ___........._.. iNSR ADII'L iI POLICY EFFECTIVE POLICY EXPIRATION L7R INSND TYPE OFINSURANCE f POLICYNUMBER DATE MWDD OAT( MMfODfYY LIMITS W 1 1 I GENERAL LIABILITY EACI{OCCURRENCE S j 6 {7 REN I COMMERCIAL GENERAL LIABILITY PREhiISFS Ea occurrence $ CLAHdS MADE u OCCUR MED EXP(Any nnn parson) S _ ____- PERSONAL&ADV INJURY S -.___ j GENERALAGGREGATL IS GFNLAGGAEGA'iGLT'IrP+'f1J[SFFR Pf20DUCTS-COMP/OPP.GG IS ( PRO- -- i I POLICY' JECT LGC A A AUTOMOBILE LIABILITY 070 9796-E05-75H 11/0S%2018 05/05/2019 COMBINED SINGLE LIMIT � {En ecadant) $ ?'000''i�'' _ ANY AVI.0 ----- --- BODILY INJURY I X ALL OWNED AUTOS $ (Per person)X _—_-- - SCHEDULED AUTOS A A r IIIREO AUTOS BODILY INJURY $ (Per accident) _ A A X NON-OWNED AUTOS — PROPERTI'DAMAGE 3 ---- (Per arcidenq GARAGE LIABILITY AUTO ONLY—EAACCIOFNT $ ANY AUTO OTHER THAN FA ACC -- AUTO ONLY, I AGG P.X_CESSIUMBRELLA LIABILITY EACH OCCURRENCE 5 --,._ ^]OCCUR uCTAIMS MADE AGGREGATE S 5 DEDUCT 181 E ------ 5 -- RETENTION $ 1 WORKERS COMPENSATION AND f WCSTA7U r OTH TORY EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER?EXECUT;VE E.L EACH ACCIOENT $ , OFFICIRJMEM8ER EXCLUDED? EL DISEASE_EA CMPLOYEE_S _ _,- Ilyes,dnscnbeunder EL.OSERSE-POLICYLIMIT $ SPECIAL PROVISIONS Leio,v -- --- Ol'HER A 12016 CHEVROLE'T K1500 542 8337-F10-75 1.2/10/2018j 06/10/2019 $1MM -..-I DESCRIPTION OF OPERATION SI LOCATIONS f VEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT f SPECIAL PROVISIONS YOUTH SHELTER ADA UPGRADE AND ROCF REPLACEMENT 7291 TALBERT AVENUE' HUNTINGTON BEACH, CA 9264B CERTIFICATE HOLDER CANCELLATION CITY OF HUNTINGTON BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE.TILE EXPIRATo:'. 2000 MAIN STREET DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL JO DAYS WRITTLf, HUNTINGTON BEACH, CA 92648 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO 00 50 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE MIKE KIN Te regls ra Ion no Ices In Ica e owners Ip o e mars y elr respec We 0WrTers c S32BAIJ 03.13�2D07 All rights reserved 12/05/2018 WED 12: 48 FAX JOiI^/00 ADDITIONAL INSURED ENDORSEMENT INSURED: THOMCO CONSTRUCTION, INC. POLICY NUMBER: 070 9796-E05-75H & 542 8837-F10-75 ENDORSEMENT #: ER-052808 .E SCHEDULE: City of Huntington Beacr, 2000 Main Street Huntington Beach, CA 92648 PROJECT: Youtl: Shelter ADA Upgrade and Roof Replacement '7291 Talbert Avenue Funuinaton Beach, CA 92648 "City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers" In consideration of the premium charge and notwithstanding any inconsistent statement in the policy which this endorsement is attached or any endorsement now of hereafter attached thereto, it is agreed as follows: 1. INSURED: The City, its officers, officials, employees and volunteers are included as additional insured's with regard to damages and defense of claims arising from: the ownership,operation, maintenance, use,loading or unloading of any auto awned, lease, hired,or borrowed by the Named Insured, or for which the named insured is responsible. 2. CONTRIBUTION NO REQUIRED: As respects work performed by the Named Insured for or on behalf of the City, the insurance afforded by this policy shall: (a) Be primary insurance as respects the City, its officers, officials, employees and volunteers; or (b) Stand in an unbroken chain of coverage excess of the Named Insured's primary coverage. Any insurance or self-insurance maintained by the city, its officers, officials, employees and volunteers shall be excess of the Named Insured's insurance and not contribute with it. 3. CANCF.-1LATION NOTICE: With respect to the city, this insurance should not be cancelled, except after thirty(30) days prior written notice by receipted delivery has been given to the City 4. SCOPE OF COVERAGE: This policy affords coverage at least as broad as: 1) If primary, Insurance Services Office Form Number CA0001 (Ed.1/87), Code 1 ("any auto");or 2) If Excess, affords coverage which is at least as broad as the primary insurance forms referenced in the previous sections(l) Except as stated above, nothing Herein shall be held to waive,alter or extended any of the limits,conditions,agreements or exclusions of the policy to which this endorsement is attached. SIGNATURE-AUTHORIZED AGENT MIKE KIM 11/30/2018 FRI 11: 38 FAX Rio Q I/Do 4 Njhk(" Kim,Age"O(.tc' i",GC1')Wi'O1b November 29, 2018 City if Huntington Beach 2000 Main St Huntington Beach, CA 92648 Thomcc) Construct-ion, Inc 12'79 N PaLt St Anaheim, CA 92801-2550 Policy # 070 9-196-E05-75H & 542 8837-FIO-75 To Whom It May Concern Should the above describe policy(s) be cancelled before their expiration date shown above Subcontractor will mail 310 days written nor-ice (1,0 days written notice for non-payment of premium) to the cei,-tificaue holder shown above, Mike Kim ins. and r'in Svc 8442 Moody St La Palma, CA 90623 Bus: (714) 826-8508 Fax: .(7 14) 826-8509 _ T E ENDORSEMENT AGREEMENT BROKER COPY COMPENSATION WAIVER OF SUBROGATION INSURANCE BLANKET BASIS 9033677-18 FUND RENEWAL SP HOME OFFICE 3-53-60-38 SAN FRANCISCO EFFECTIVE NOVEMBER 25, 2018 AT 12.01 A.M. PAGE 1 OF 1 ALL EFFECTIVE DATES ARE AND EXPIRING NOVEMBER 25, 2019 AT 12.01 A.M. AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME THOMCO CONSTRUCTION 1279 N PATT ST ANAHEIM, CA 92801 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. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION ANY PERSON OR ORGANIZATION BLANKET WAIVER OF FOR WHOM THE NAMED INSURED SUBROGATION HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SA�NJ FRANCISCO: OCTOBER 2, 2/0118 2572 AUTHORIZED REPRESENT IVE PRESIDENT AND CEO SCIF FORM 10217 (REV.7.2014) OLD DP 217 CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: Otlhtb ChQSMVN6\0 PROJECT' V5C-_S2Z YOLIT" S-Vift-i"M (Contractor Name) UVU_�C-e- Njo V_af I T�ti TPA IS (Street Address) CA (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 ­7 2031 at k W kin 0 (Date) (City, Stat6) (Signature of Individual Who i Making Declaration) 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 least an annual basis,a Certificate of Insurance and the aforementioned Endorsement evidencing continued coverage which meets the Contract requirements. Signed on -7 20-LV at el (Date) (City,Stati) CONTRACTOR: Name: loc. By Title: 277621.2 12/10/2018 Company Profile COMPANY PROFILE Company Profile Company Search Company Information Company Search Results SURETEC INSURANCE COMPANY Company 1330 POST OAK BLVD., SUITE 1100 Information HOUSTON, TX 77056 Old Company Names Agent for Service Old Company Names Effective Date Reference Information Agent For Service NAIC Group List Vivian Imperial Lines of Business 818 WEST SEVENTH STREET Workers' SUITE 930 Compensation LOS ANGELES CA ,90017 Complaint and Request for Action/Appeals Reference Information Contact Information Financial Statements NAIC #: 10916 PDF's Annual Statements California Company ID #: 4914-8 Quarterly Date Authorized in California: 10/24/2005 Statements Company Complaint License Status: UNLIMITED-NORMAL Company CompanyT Performance & Type Property&Casualty Comparison Data State of Domicile: TEXAS Company Enforcement Action Composite back to top Complaints Studies Additional Info NAIC Group List Find A Company Representative In Your Area NAIC Group #: 0785 MARKEL CORP GRP View Financial Disclaimer Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. SURETY back to top © 2008 California Department of Insurance https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyProfile&doFunction=getCompanyProfile&eid=105670 1/1 SureTec Insurance Company fNAIC#10915} GUSIN[SS ADDRESS:1330 POST OA,K BLVD,SUITE 1100,HC)USTON,TX 77076. PHONE:(713)&'1 G800 UNDERWRITING LIM TAT ON bl:S]0,20UCC. SURET/LICENSES c,f•/:.A,.,A.,,AZ;AR,CA,CO,CT,DE,DC,FL,GA,Hl,ID,IL,iN,IA,KS,KY,LA,ME,MD,MA,Ml,MN,MS,MC),,%,T,NE,NV,NH, NJ,NIM,NY,NC,ND,OH.OK,OR,FA,RI,SC,SD,Till,TX„UT,VT,VA,WA,)A'V,VVN.,WY. INCORPORATED IN:Ti,,xa:. GINAL BOND NO.5259670 ISSUED IN ONE ORIGINAL COUNTERPART PREMIUM:$5,147.00 PHE PREMIUM IS PREDICATED Oa THE fINAI GOI�TRAC I PRICE k,RD PERFORMANCE BOND 13 SUBJECT TOADJUSTMEW.. KNOW ALL PERSONS BYTHESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has,by written agreement.dated November 19,2018,entered Into a contract with Thomco Construction,Inc. 1279 N.Patt Street,Anaheim,CA 92801 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: MSC-520 Youth Shelter ADA Upgrades and Roof Replacement ; (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;and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt,full and falthful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety");and Surety is certified and listed In the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in. said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A,M.Best,Moody's,or Standard&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, NOW,THEREFORE,we,the undersigned,as Principal,and SureTec Insurance Company 3131 Camino del Rio N.,Suite 1450 San Diego CA 92108 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Three Hundred Fifty Seven Thousand Four Hundred Forty Eight and 00/100----—------------------------------------- i Dollars($357,448.00 ),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 ifthe Principal shall indemnify and save harmless City and ail of City's officers,agents and employees(hereinafter collectively referred to as"Obligees")fromany 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 or contract price,and any other alteration,change, deletion,addition or other modification to the Contract,or the work to be performed thereunder,and.agrees 15-4584/117174 Bond No. 5259670 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 oil 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; December 4,2018 ATTEST Thomco Construction, Inc. (Corporate Sea]) (Prin al Name) By: kPfrJ Name: Title: ATTEST SureTec Insurance Company (Corporate.Seat) ` uratyName) B 'Name: _J .&ales gnAure of Attorney,ln-Factfor Surety) (Attach Attorney-in-Fact Certificate) 288-0351 ( a-Gorda'&Telephone Number for Surety) APPROVED AS TO EQ _,..-v By: 'Michael E.Gates,.City Attorney lei/141b' Note: This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence ofthe authority of any person signing as attorney-in-fact must be attached. PERFORMANCE BOND Page 2 of 2 1.5-4584/I17174 POA o. 510018 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Kenneth A. Coate, Julia B. Bales its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO,sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2t7'of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 5th day of June A.D.2018 . s aANCF SURETEC CE PANY `: t By: >! John Jr.,C State of Texas ss: r. 6:'2 County of Harris •••-- On this 5th day of June , A.D. 2018 before me personally came John Knox Jr.,to me known, who, being by me duly sworn,did depose and say, that he resides in Houston, Texas, that he is CEO of SURETEC rSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;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 Company;and that he signed his name thereto by like order. F�' Notary Public, State of Texas cm,n. Exp{ies 09-1 o-202Notary i0 ?2s11755sXe avez,NotaryPublic commission expires September 1 G,2020 6 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. DEC 4 4 201$ Given under my hand and the seal of said Company at Houston, Texas this day of , , A.D. - 9V Br t eaty,Assi tant Secrete Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0600 any business day between 8:30 am and 5:00 pm CST. 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 Riverside ) On DEC 04 2018 before me, Stephanie D. Fisher, Notary Public Date Here Insert Name and Title of the Officer personally appeared Julia B. Bales Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4 whose name*is/are subscribed to the within instrument and acknowledged to me that #e/she/they--executed the same in Errs/herf#heir authorized capacity(ies),and that by Isis/herAheifsignature(*on the instrument the persons} or the entity upon behalf of which the person(- acted, executed the instrument. 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 offic' eal. STEPHANIE D. FISHER COMM. #2198544 „ NOTARY PUBLIC CALIFORNIA m Signature RIVERSIDE COUNTY My Comm.Expires June 18,2021 Si ature o otary 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: Julia B. Bales Signer's Name: no other signers ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑General ❑ Partner — ❑Limited ❑General ❑Individual M 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 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 CXO-V'�U6 ) On [Vim_ 1_+5t before me, ���T���� 1�1���� () ?�1 E I�'� U ( f L Date _ Here Insert Name and '7�tle of the Officer personally appeared (i l 1�1 E h� 1 1�1Ca�rn f1 S cYl N me(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. HOLLY HILL Notary Public-California Orange County n Commission#2249757 Signature ka:kl) _( i � My Comm.Expires Jul 13,2022 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: Signer's Name: ❑Corporate Officer — Title(s): ❑ 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: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 ORIGINAL BOND NO.5259670 PREMIUM:INCLUDED IN THE PREMIUM ISSUED IN ONE ORIGINAL COUNTERPART CHARGED FOR THE PERFORMANCE BOND HE PRENUM IS PREMPITI:D GI PAYMENT BOND "M FaVAL COMACT PRICE 91.0 (LABOR AND MATERIALS) IS SUBJECT TOADJU in,t1?4T KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has awarded to Thomco Construction Inc. 1279 N.Patt Street,Anaheim,CA 92801 (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: MSC-520 Youth Shelter ADA Upgrades and Roof Replacement (Project Title) WHEREAS, Principal.is required under the terms of the Contract and the California Civil Code to furnish.a bond to secure the payment of claims of laborers,mechanics,materlalmen,.and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as "Surety");and Surety!"; certified and listed In the U.S, Department of the Treasury Circular 570,and.has provided proof of sufficient bonding limitation, as shown In said circular to provide-bonds in the amount required by said Contract;and Surety has provided financlal strength ratings from reputable companies,such as from A.M.Best, Moody's or Standard&Pooes,to Validate that Surety has positive ratings of being secure or stable;and Surety is registered and listed with the California Department of Insurance. NOW THEREFORE,we,the undersigned Principal,and SureTec Insurance Company 3131 Camino del Rio N.,Suite 1450 San Diego CA 92108 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal.sum of Three Hundred Fifty Seven Thousand Four Hundred Forty Eight and 00/100—---—— — —----—----- ---------------------------------------------------------------- __—______________________—__ dollars($ 357,448.00 ),this amount being not less than one hundred percent(100%)of the total price set forth in the Contract,in lawful:meney of the United States of America,for the paymentof which sum,well and truly to be made,we bind ourselves,.acid 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 fo 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 bend and void. This bond shall Inure to the benefit of any of the persons named in Section 3181 ofthe 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. PAYMENT BOND Page 1 of 2 15-4584/�17357 I Surety stipulates and agrees,for value received,that no change,extension of.tlme,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, extension of time,,alteration,addition,or modifcation 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 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 parfy'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 Principai to execute or properly execute this bond. Daied; December 4,2018 ATTEST Thomco Construction, Inc. (Corporate Seal) (Princip e) By; Name: TJ t Title: PP eS,o.=, I i ATTEST re . n§u=ce Company (Corporate Seal) (Surety Name) By: Julia .Bales (Signature of Attorney-In-Fact for Surety) (Attach Attorneydn-Fact Certificate) 8(_00) 288-0351 (Area Code&Telephone Number for Surety) APPROVED AS T2'F M/:. By, ` lyi hael E.Gates,G ty ttorney f 1 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-ln-fact must be attached. PAYMENT BOND Page 2 of 2 L54584/117357 POA#: 510018 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Kenneth A. Coate,Julia B. Bales its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name, place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seat of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2(Y'of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 5th day of June , A.D.2018 . SURETEC CE PANY �SVRANCF By: w i w D= John Kr Jr.,C State of Texas ss: m •., 1 County of Hams On this 5th day of June , A.D. 2018 before me personally came John Knox Jr.,to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company; 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 Company; and that he signed his name thereto by like order. EI'JiA CH .ur7 �a otary Public,clap of Texas }_ �cmnt. r".xp�ies U5 1i1-2020 JF oF" Notary iv 129117659 Xe avez, Notary Public -- �_wcommission expires September 1 ,2020 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company,which is still in full force and effect; and furthermore,the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. DEC 0 4 2018 Given under my hand and the seal of said Company at Houston, Texas this day of , A A.D. 9 W /Z"-e,F(�. , - -_ X_ A.Br t ant eaty,Assi t Secrete Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(TiVj 812-0800 ary business day between 8:30 am and 5:00 pm CST. 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 Riverside ) On DEC 0 4 2018 before me, Stephanie D. Fisher, Notary Public Date Here Insert Name and Title of the Officer personally appeared Julia B. Bales Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons} whose names}is/are subscribed to the within instrument and acknowledged to me that #e/she/they-executed the same in his/her, authorized capacity(ies),and that by his/herA4-,,e 4signature(*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. WITNESS my hand and official seal. STEPHANIE D. FISHER Signature COMM. #21.98544 Signature otary Public NOTARY PUBLIC CALIFORNIA rri Cr RIVERSIDE COUNTY My Comm.Expires tune 18,2021 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: Julia B. Bales Signer's Name: no other signers ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑General ❑Individual I]Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 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 On��t?1�> .4a1� �J �� before me, ul��} L�� �Lfi+Jt'✓L1 U��'�!L Date Here Insert Name and Title of the Officer personally appeared ��-Lu��L �� u� ame(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. HOLLY HILL — q f Notary Public-California ✓�' � }l—It�`J'—,�� Orange County Signature Commission#2249757 Signature of Notary Public My Comm.Expires Jul 13,2022 � 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: Signer's Name: ❑ Corporate Officer — Title(s): ❑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: ©2014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item #5907 A S u reTe c BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Thomco Construction, Inc. as Principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, TX 78759, as Surety, hereinafter called the "Surety," are held and firmly bound unto City of Huntington Beach as Obligee, hereinafter called the Obligee, in the sum of not to exceed ten percent (10%) of the Total Amount Bid by Principal 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 MSC-520 Youth Shelter ADA Upgrades and Roof Replacement NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into 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. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project; and PROVIDED, FURTHER, unless the bid documents require that bid security remain in effect for a longer period of time, Surety shall have no liability hereon if a contract for the bid amount is not awarded to Principal within 60 days of the date hereof. SIGNED, sealed and dated this 15th day of October, 2018. Thomco Construction, Inc. (Principal) BY: TITLE: SURETEC;q ANCE COMPANY B : Jul' Bales, Attorney in Fact California BID BOND, Uncapped.doc Rev 1.1.06 POA#: 510018 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Kenneth A. Coate, Julia B. Bales its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO,sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver,any and all bonds, recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this sth day of June A.D.2018 . S�AAN�F SURETEC CE PANY ,Q:' By: w w D John Kr Jr.,C ? State of Texas ss: County of Harris ••... On this 5th day of June , A.D. 2018 before me personally came John Knox Jr., to me known, who,being by me duly sworn,did depose and say, that.he resides in Houston, Texas, that he is CEO of SURETEC rNSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;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 Company;and that he signed his name thereto by like order. XEWA CH,,,FZ itvtar+public, Stare of Texas s_•.6V.-q` _cmrr. txpi,es 09-1C1-2L?0 =, Xe ' tavez,(votary Public Notary iD 129117659 commission expires September 1 ,2020 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company,which is still in full force and effect; and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this day of CT 1 5418 A.D, BrWntifleaty,Assi tant Secret* Any instrument issued in excess of the penalty stated above is total:y void and without any validity. For verification of the authority of this power you may calf(13)E12-0800 any business day between 8:30 am and 5:00 pm CST. 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 Riverside ) On OCT 15 2018 before me, Stephanie D. Fisher, Notary Public Date Here Insert Name and Title of the Officer personally appeared Julia B. Bales Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4 whose name(s)-is/are- subscribed to the within instrument and acknowledged to me that ate/she/they-executed the same in iris/her r authorized capacity(ies), and that by li+ /herA46r-signature(s}on the instrument the person(s), 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 offici s al. STEPHANIE D. FISHER Signature COMM. #2198544 9 NOTARY PUBLIC-CALIFORNIA m Si nature of ary Public Q °°� RIVERSIOE COUN�118, My Comm.Expires June 20 2 J1 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: Julia B. Bales Signer's Name: no other signers ❑Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑General ❑ Partner — ❑Limited ❑ General ❑Individual 0 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 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 On / )% rS, Z0 lbefore me, Date _ Here Insert Name and Title of the Officer personally appeared 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. HOLLY HILL Notary Public-California WITNESS my hand and official seal. Orange County > Commission#2249757 My Comm. Expires Jul 13,2022 Signature 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: Signer's Name: ❑ Corporate Officer — Title(s): ❑ 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 City of Huntington Beach z .. :. 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Robin Estanislau, City Clerk December 20, 2018 Thomco Construction, Inc. Attn: Diana L. Thompson, President 1279 N. Patt Street Anaheim, CA 92801 Re: Youth Shelter ADA Upgrades and Roof Replacement— MSC-520 The City Council awarded the bid to your company for the above referenced project. Enclosed is a duplicate original of the executed contract with the City of Huntington Beach. A Declaration of Satisfaction of Claims and a Certificate of Compliance 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 six months. If your performance bond does not include specific wording for a six-month 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 536-5432. Sincerely, Q l� Robin Estanislau, CIVIC City Clerk RE:ds Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Bid Bond (original) Sister Cities: Anio, Japan ♦ Waitakere, New Zealand g:foIlowup\cashcont\cashcon-letter.doc Gov `z -d City of Huntington Beach File #: 18-498 MEETING DATE: 11/19/2018 REQUEST FOR CITY COUNCIL ACTION 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: Award and authorize execution of a construction contract with Thomco Construction Inc. in the amount of $357,448 for the Youth Shelter Voluntary ADA Upgrades and Roof Replacement, MSC-520; and declare St. George Groupe Inc. as non-responsive Statement of Issue: On October 25, 2018, bids were publicly opened for the Youth Shelter Voluntary ADA Upgrades and Roof Replacement, MSC-520. City Council action is requested to award the construction contract to Thomco Construction, Inc., the lowest responsive and responsible bidder. Financial Impact: Funds in the amount of$487,000 are available in Community Development Block Grant Youth Shelter Project, Account No. 21580302.82800. Recommended Action: A) Declare the apparent low bid from St. George Groupe Inc. as non-responsive; and, B) Accept the lowest responsive and responsible bid submitted by Thomco Construction Inc. in the amount of $357,448; and, C) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Alternative Action(s): Reject all bids and provide staff with alternative action. Analysis: The Huntington Beach Youth Shelter provides emergency shelter for runaway, homeless, abused, and at-risk youth ages 11-17 in a home-like setting via an independent non-profit organization. The building was originally constructed in the early 1900's and was converted to its current use as a shelter facility in the 1980's. In 2017, the Public Works Department was awarded federal Community City of Huntington Beach Page 1 of 2 Printed on 11/15/2018 powered by LEaistar-1 File * 18-498 MEETING DATE: 11/19/2018 Development Block Grant funds to provide voluntary ADA renovations to the walkway, restroom, and kitchen areas, and to replace the roof. Public Works utilized a licensed architect to develop plans and specifications. Bids were received and publicly opened on October 25, 2018. They are listed in ascending order. BIDDER'S NAME BID AMOUNT St. George Groupe Inc. $313,500.00 Thomco Construction, Inc. $357,448.00 A2Z Construction, Inc. $395,000.00 PCN3, Inc. $457,000.00 Newman Midland Corp. $482,360.00 States Link Construction, Inc. $544,100.00 Marjani Builders Inc. $573,500.00 Upon review of the bid package from the apparent low bidder, St. George Groupe Inc., staff found that the bid package had not been completed as instructed and was lacking information required by the Public Contract Code and federal regulations. The issues were deemed significant enough to warrant disqualification of the bid. The bid package from the second apparent low bidder, Thomco Construction Inc., was complete and without error. The references and comparable experience for Thomco Construction Inc. were verified by staff and received favorable responses. Therefore, staff recommends award of the construction contract Thomco Construction Inc. The total construction cost including standard contingency and supplemental expenses is estimated to be approximately $415,000, which is comparable to the architect's pre-bid estimate of$435,000 for the project. Public Works Commission Action: The Public Works Commission reviewed and approved the project on September 19, 2018, with a vote of 5-0-2 (Cicerone, Larkin absent). Environmental Status: The project is categorically exempt pursuant to Chapter 3, Article 19, Section 15301(b) and 15301(d) of the California Environmental Quality Act. Strategic Plan Goal: Enhance and maintain infrastructure Attachment(s): None City of Huntington Beach Page 2 of 2 Printed on 1111512018 powered by Legistar- -7120/12 Pas: I D1D t/l/,' SECTION A 1°11111a NOTICE INVITING SEALED BIDS for the construction of MSC-520 YOUTH SHELTER ADA UPGRADES and ROOF REPLACEMENT 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 1:45 P.M. on October 25, 2018. Bids will be publicly opened in the City Council Chambers at 2:00 P.M. on October 25, 2018 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 $50.00 nonrefundable fee if picked up, or payment of a$80.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). Plans, Specifications, and contract documents can be downloaded free on AGENCY website. http://www.huntinZonbeachca.gov/government/departments/public works/Bids/ 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 A-1 provisions of the Business and Professions Code and shall possess a State Contractor's License Class B at the time of the bid opening. 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: 1. ADA improvements to existing Youth Shelter kitchen, boys and girls restrooms and accessible path of travel. 2. Renovation of existing roof and roof screens with new material and finishes. A Mandatory Pre-Bid Walk Through is scheduled for TUESDAY, OCTOBER 16, 2018 at 10:00 a.m. The intent is to allow for a walk through inspection of the site only. City staff will not answer any questions during the job walk. All questions should be formally submitted by email to Jerry.Thompson ,surfcity-hb.org before 2:00 p.m. Thursday,October 18,2018. e The contract shall allow the Contractor 90 working days to complete the contract. e The architect's estimate of probable construction cost for the work included in the basis of award is$435,000. The Project Disadvantage Business Enterprises(DBE) goal is 0% 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 21st day of May, 2018, by Resolution No. 2018-34. Attest: Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 Switzer, Donna From: Jubinsky, Debra Sent: Thursday, September 20, 2018 2:20 PM To: Agenda Alerts; Switzer, Donna Cc: Dupras, Kevin; Thompson, Jerry Subject: Request for NISB Publication for MSC 520 Attachments: NISB for MSC 520.pdf; NISB for MSC 520.docx Good Afternoon, Please find the attached .doc and .pdf versions of the Notice Inviting Sealed Bids for advertisement on 9/27, 10/4, and 10/11. The bid opening is scheduled for 10/25/2018 at 2:00 PM in the City Council Chambers. If you have any questions, please email me back or call me at ext. 5321. This is the only notice that you will receive, please request a copy of the original if you would like it. Debra Jubinsky, Sr. Administrative Analyst City of Huntington Beach Public Works phone: 714-374-5321 cell: 714-403-1114 1 Switzer, Donna From: David Ward <daward@scng.com> Sent: Thursday, September 20, 2018 5:19 PM To: Switzer, Donna Cc: Jubinsky, Debra; Dupras, Kevin; Thompson, Jerry; Harper, Gloria Subject: Re: NISB- MSC-520 Youth Shelter ADA Upgrades & Roof Replacement Good afternoon Donna. Your notice is all set and ready to go. Ad#11177817 Run Dates 9/27, 10/4, 10/11 Cost $954 PROOF i SECTION A NOTICE INVITING SEALED BIDS for the construction of MSC420 YOUTH SHELTERADA UPGRADES ROOF REPLACEMENT in the CITY OF HUNT INGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUN- TINGTON 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 hourof 1:45 P.M.on October25,2018, Bids will be pub- licly opened in the City Council Chambers at 2.00 P.M.on October25, 2D18 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 92649,upon payment of a $50,00 nonrefundable fee if�ppicked up or payment of a $80.00 nonrefundable fee if sent by grounJ del.ivery (bidder shall pay additional costs for spPecial deliv }}. Plans Specifications and con- tract documents can be download {ree on AG E N CY webs5e. ovicov e rnm enticlepartmen This is a Davis-Bacon project and the Federal Regulations wil I be en- forced.Any contract entered into pursuant to this notice wi II incur rate the provisionsof the Federal Labor Standards which are on ile at the office of the Director of Public Works,2000 chain Street,Hun- tington Beach,CA92648. The AGENCY will deduct 5%retention from al I progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of The Public Can- tract 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 re- sponse to this notice and will not be discriminated against on the ba- sis of race, color, national origin, ancestry, sex,or religion in any consideration leading to the award of contract. No bid shal I be considered unless it is prepared on the approved Pro- posal forms in conformance with the I nsiructions to Bidders as deter- mined by the AGENCY. The bid must be accompanfed by a certified check,cashiers check,or bidders bond made payable to the AGEN- CY 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 shal I possess a State Contractors License Class B at the time of the bid opening.The successful Contractor and his subcontractors will be required to pos- sess business licenses from the AGENCY.All extension of unit prices will besubiect to verification by the AGENCY. In case of a variation between the unftprice and the extension,the unit price will govern. ProlectDescrlptlosn:The project consists primarily of., 1. ADA improvements to existing Youth Shelter kitchen, boys and ?iris restrooms and accessible path of travel. 2. Renovation of existing roof and roof screens with new material and finishes. A Mandatory Pre-Old Walk Through is scheduled for TU ESDAYr OCTOBER 14 2018 at 10:00 a.m. The intent is to allow for a walk through inspection of the site only. City staff will not answer any questions during the job walk. All questions should be formally sub- mitted by email to Jerrv.ThomPson g,surfeitv_hb.org before 2:00 p.m, Thursday,October 18,2018. The contract shall allow the Contractor M working days to com- plete the contract. The architect's estimate of probable construction cost for the work included in the basis of award is IMAM- The Project Disadvantage Business Enterprises(DBE)goal is0% The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maxj- mum period of 60days, BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH,CALIFORNIA, the 21st day of May,2010,by Resolution No.201&34. Attest: Robin Estanfslau CITY CLE RK OF THE CITY OF H UNT INGTON BEACH Pub: The Huntington Beach Wave Sept 27,Oct 4, n,2019 11177817 2 David Ward Legal Advertising Rep 2190 S. Towne Centre PI. Anaheim, CA 92806 714-796-6764 daward@scnq.com PLEASE NOTE THE E-MAIL ADDRESS HAS CHANGED � . SOUTHEnn CRLIFOnfnIn NEWS GROUP On Thu, Sep 20, 2018 at 2:33 PM, Switzer, Donna<Donna.Switzergsurfcity-hb.ory,> wrote: Hi David, Please publish the attached NISB for MSC-520 Youth Shelter ADA Upgrades& Roof Replacement three times, on 9/27/18, 10/4/18 & 10/11/18. Thank you! �Qn,n,c�.Swit�er Deputy City Clerk City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 (714)374-1649 Donna.Switzerk surfcity-hb.org 3 DECEIVED 2$I8 OCT 25 PM is 44 CITY CLERK CITY OF Ln C') i az Luc:;.: tn � m nc5 2-0 O a NI .L +..y � V CIL �cnl i l� SN ATA (2,S1 I� N V +) n in ",:4 L n 01 CITY OF HUNTINGTON BEACH 1VM `'S20 Youth�helter ADA and Roof OP gk IG a ATE' '©ctobcr 2�, 2018 # Tp ( P M - �f = ` i ° Listed in r�d�r Opened a71. v ^f.Y! te��' rt. ;i. .2 a •._:,;r Bidder Name Bid Amount Rank f�.2Z lcM s4v6A- ,3475, Uvo. 00 .3 hey vv4� 61.1ild,,t1q O 67 tLew .vL-%Intdlah t (or $2 3&Q OU S Peti3 /vtc . 44,5-7006 06) y sf- &e-�� ,qr„ 313 500- O 0 CITY OF HUNTINGTON BEACH MSC 520 — Youth Shelter ADA and Roof BID OPENING DATE: October 25, 2018 TIME: 2:00 P.M. Listed in Order Opened Bidder Name Bid Amount Rank �� Z Lvns i�r�cTivn! /n'G �S 000 , Gv Nc,--144AAJ 1V1DZ-, V C040 4' -171S,2,1 3&0 ` PGv3 /N& q5 7 i \ _. a, ,;,. .•'' INTERDEPARTMENTAL MEMORANDUM a= To: Travis K. Hopkins, PE, Director of Public Works Michael Gates, City Attorney Fred Wilson, City Manager City Clerk/ Mayor From: ebra Jubinsky, Senior Administrative Analyst Date: December 11, 2018 Subject: Signature Walk-Through — CDBG Funded Construction Contract MSC-520 Youth Shelter AD Restrooms and Roof Replacement Please review and sign the attached contract, which was awarded by City Council on November 19, 2018. NOTE: Section 43, page 28 of the contract specifies a duplicate original. Please sign 2 originals. Contractor: THOMCO CONSTRUCTION, INC. Amount: $357,448 ATTACHMENTS: 1. Approved RCA 2. Original Contract— 2 ea. 3. Insurance Certificates 4. Insurance Waiver Modification Request 5. Payment and Performance Bonds (including company ratings) h City of Huntington Beach T File #: 18-498 MEETING DATE: 11/19/2018 REQUEST FOR CITY COUNCIL ACTION j 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 Subiect: Award and authorize execution of a construction contract with Thomco Construction Inc. in the amount of $357,448 for the Youth Shelter Voluntary ADA Upgrades and Roof Replacement, MSC-520; and declare St. George Groupe Inc. as non-responsive Statement of Issue: On October 25, 2018, bids were publicly opened for the Youth Shelter Voluntary ADA Upgrades and Roof Replacement, MSC-520. City Council action is requested to award the construction contract to Thomco Construction, Inc., the lowest responsive and responsible bidder. Financial Impact: Funds in the amount of $487,000 are available in Community Development Block Grant Youth Shelter Project, Account No. 21580302.82800. Recommended Action: A) Declare the apparent low bid from St. George Groupe Inc. as non-responsive; and, B) Accept the lowest responsive and responsible bid submitted by Thomco Construction Inc. in the amount of $357,448; and, C) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Alternative Action(s): Reject all bids and provide staff with alternative action. Analysis: The Huntington Beach Youth Shelter provides emergency shelter for runaway, homeless, abused, and at-risk youth ages 11-17 in a home-like setting via an independent non-profit organization. The building was originally constructed in the early 1900's and was converted to its current use as a shelter facility in the 1980's. In 2017, the Public Works Department was awarded federal Community City of Huntington Beach Page 1 of 2 Printed on 11/15/2018 powered by LeaistarT'" File #: 18-498 MEETING DATE: 11/19/2018 Development Block Grant funds to provide voluntary ADA renovations to the walkway, restroom, and kitchen areas, and to replace the roof. Public Works utilized a licensed architect to develop plans and specifications. Bids were received and publicly opened on October 25, 2018. They are listed in ascending order. BIDDER'S NAME BID AMOUNT St. George Groupe Inc. $313,500.00 Thomco Construction, Inc. $357,448.00 A2Z Construction, Inc. $395,000.00 PCN3, Inc. $457,000.00 Newman Midland Corp. $482,360.00 States Link Construction, Inc. $544,100.00 Marjani Builders Inc. $573,500..00 Upon review of the bid package from the apparent low bidder, St. George Groupe Inc., staff found that the bid package had not been completed as instructed and was lacking information required by the Public Contract Code and federal regulations. The issues were deemed significant enough to warrant disqualification of the bid. The bid package from the second apparent low bidder, Thomco Construction Inc., was complete and without error. The references and comparable experience for Thomco Construction Inc. were verified by staff and received favorable responses. Therefore, staff recommends award of the construction contract Thomco Construction Inc. The total construction cost including standard contingency and supplemental expenses is estimated to be approximately $415,000, which is comparable to the architect's pre-bid estimate of$435,000 for the project. Public Works Commission Action: The Public Works Commission reviewed and approved the project on September 19, 2018, with a vote of 5-0-2 (Cicerone, Larkin absent). Environmental Status: The project is categorically exempt pursuant to Chapter 3, Article 19, Section 15301(b) and 15301(d) of the California Environmental Quality Act. Strategic Plan Goal: Enhance and maintain infrastructure Attachment(s): None City of Huntington Beach Page 2 of 2 Printed on 11/15/2018 powered by LegistarT11 o P/& SECTION A NOTICE INVITING SEALED BIDS for the construction of MSC-520 YOUTH SHELTER ADA UPGRADES and ROOF REPLACEMENT 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 1:45 P.M. on October 25, 2018. Bids will be publicly opened in the City Council Chambers at 2:00 P.M. on October 25, 2018 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 $50.00 nonrefundable fee if picked up, or payment of a $80.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). Plans, Specifications, and contract documents can be downloaded free on AGENCY website. http://www.huntinvtonbeachca.gov/aovernment/departments/pubIic works/Bids/ 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 A-1 provisions of the Business and Professions Code and shall possess a State Contractor's License Class B at the time of the bid opening. 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: 1. ADA improvements to existing Youth Shelter kitchen, boys and girls restrooms and accessible path of travel. 2. Renovation of existing roof and roof screens with new material and finishes. A Mandatory Pre-Bid Walk Through is scheduled for TUESDAY, OCTOBER 16, 2018 at 10:00 a.m. The intent is to allow for a walk through inspection of the site only. City staff will not answer any questions during the job walk. All questions should be formally submitted by email to Jerry.Thompson ,surfcity-hb.or before 2:00 p.m. Thursday, October 18, 2018. e The contract shall allow the Contractor 90 working days to complete the contract. o The architect's estimate of probable construction cost for the work included in the basis of award is $435,000. The Project Disadvantage Business Enterprises (DBE) goal is 0% The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all g Y I bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 21st day of May, 2018, by Resolution No. 2018-34. Attest: Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 Switzer, Donna From: Jubinsky, Debra Sent: Thursday, September 20, 2018 2:20 PM To: Agenda Alerts; Switzer, Donna Cc: Dupras, Kevin; Thompson, Jerry Subject: Request for NISB Publication for MSC 520 Attachments: NISB for MSC 520.pdf; NISB for MSC 520.docx Good Afternoon, Please find the attached .doc and .pdf versions of the Notice Inviting Sealed Bids for advertisement on 9/27, 10/4, and 10/11. The bid opening is scheduled for 10/25/2018 at 2:00 PM in the City Council Chambers. If you have any questions, please email me back or call me at ext. 5321. This is the only notice that you will receive, please request a copy of the original if you would like it. Debra Jubinsky, Sr. Administrative Analyst City of Huntington Beach Public Works phone: 714-374-5321 cell: 714-403-1114 Switzer, Donna From: David Ward <daward@scng.com> Sent: Thursday, September 20, 2018 5:19 PM To: Switzer, Donna Cc: Jubinsky, Debra; Dupras, Kevin; Thompson, Jerry; Harper, Gloria Subject: Re: NISB - MSC-520 Youth Shelter ADA Upgrades & Roof Replacement Good afternoon Donna. Your notice is all set and ready to go. Ad#11177817 Run Dates 9/27, 10/4, 10/11 Cost $954 PROOF i SECTION A NOTICE INVITING SEALED BIDS MSC420 YOUTH SHEL'TER�AGA UPGRADES and ROOF REPLACEMENT in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUN- TINGT'ON 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 hourof 1.45 P.M.on October25,2018, Bids will be pub- licly opened in the City Council Chambers at 2:00 P.M,on October 25, 2Q18 unless otherwise posted. Copies of the Plans, Specifications, and contract documents are available from the Office of the Director of Public Works, 2000 gain Street,Huntington Beach,CA92648,upon payment ofa $50.00 nonrefundable fee if picked up or payment of a $80.100 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). Plans Specifications and con- tract documents can be downloaded free on AG E N CY websile.. 9 J 6 This is a Davis-Bacon project and the Federal Regulations wil I be en- forced.Any contract entered into pursuant to this notice will incorpo- rate the provisions of the Federal Labor Standards which are on file at the office of the Director of Public Works,2000 Win Street, Hun- tington Beach,CA92648, The AGENCY will deduct 5% retention from al I progress payments,. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Con- tract 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 re- sponse to this notice and will not be discriminated against on the ba- sis 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 Pro- posal forms in conformance with the Instructions to Bidders as deter- mined by the AGENCY. The bid must be accompanied by a certified check, cashier's check,or bidden.bond made payable to the AGEN- CY 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 shal I possess a State Contractor's License Class B at the time of the bid opening,The successful Contractor and his subcontractors will be required to pos- sess business licenses from the AGENCY.All extension of unit prices will besubiect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Prsileet Dacriptioni The proiect emelats primarily of: 1. ADA improvements to existing Youth Shelter kitchen, boys and girls restrooms and occessible path of travel, 2. Renovation of existing roof and roof screens with new material and finishes. A Mandabry Prat-Bit!Walk Throah is scheduled for TU ESDAY, OCTOBER 16, 2018 at 10:00 a.m. The intent is to allow for a walk through inspection of the site only. City staff will not answer any questions during the iob walk. All questions should be formal ly sub- mitted by email tole surfeity-hbMa before2;00 p,m. Thursday,October 18,2018. The contract shall allow the Contractor M working days to com- plete the contract. The architect's estimate of probable construction cost for the work. included in the basis of award is SM- The Proiect Disadvantage Business Enterprises(DBE)goal is0% The AGENCY reserves the right to reiect any or all bids, to waive any irregularity and to take all bids under advisement for a maxi- mum period of 60 days: BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH;CALI FORN IA, the 21st day of May,20iB,.by Resolution No.20184C Attest, Robin Estanislau CITY CLERK OF THE CITY OF HUNT INGTON BEACH Pub-. The Huntington Beach Wave Sept 27,Oct a, 11,201811177817 2 David Ward Legal Advertising Rep 2190 S. Towne Centre PI. Anaheim, CA 92806 714-796-6764 dctward@scnq.com PLEASE NOTE THE E-MAIL ADDRESS HAS CHANGED SOUTHERn cuff RnIn NEWS GROUP On Thu, Sep 20, 2018 at 2:33 PM, Switzer, Donna<Donna.Switzer2surfcity-hb.org> wrote: Hi David, Please publish the attached NISB for MSC-520 Youth Shelter ADA Upgrades& Roof Replacement three times, on 9/27/18, 10/4/18 & 10/11/18. Thank you! UQvtn,cvSwit�x Deputy City Clerk City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 (714)374-1649 Donna.Switzer a,surfcity-hb.org 3 Ifl 0 C T 2 S N-1, r" i i k.r cri (TI 2-0 S!-IE---Ll'� AT�- UP6f2- I 'I cyl CITY OF HUNTINGTON BEACH MSC 520 — Youth Shelter ADA'and Roof , ,t { BID OPENING DATE: AtOetober 25, 201$ TIME•r 2:00 P.M Listed in Order Opened , Bidder Name Bid Amount Rank q57 oGAD 0 C Ll UNSUCCESSFUL BIDS MSC- 520 Youth Shelter ADA Upgrades and Roof Replacement City of Huntington Beach ' 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk n,ieoe Robin Estanislau, City Clerk January 9, 2019 A2Z Construct, Inc. P.O. Box 80425 Rancho Santa Margarita, CA 92688 RE: Youth Shelter ADA Upgrades and Roof Replacement— MSC-520 Enclosed please find your original bid bond for MSC-520. Sincerely, Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand r SECTION C PROPOSAL for the construction of MSC-520 YOUTH SHELTER ADA UPGRADES and ROOF REPLACEMENT 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 therefore, 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 90 working days, starting from the date of the Notice to Proceed. 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 re-advertise 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. i Accompanying this proposal of bid, find b1 d d erS � (/ /U�/' in the amount of (Please insert the words "Cash", "Certified Check", or"Bidder's Bond for % ", as the case may be) 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. Any standard Surety Bid Bond form is acceptable. C-1 � f Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature l� 2Z- ifs i v v PROJECT WORK SCHEDULE: 1. The contract shall allow the Contractor 90 working days to complete the contract. 2. The Contractor shall start the project no later than December 17,2018. 3. The Contractor shall complete the project no later than April 25,2019. Bidder shall sign�fy receipt f Project Work Schedule here: Bidder's Sig ature L PROJECT BID SCHEDULE Item No. Item Bid Amount in Figures 1. MSC-520 Youth Shelter Construct ADA restroom and kitchen �and accessible path improvements and Ci rj ADA Upgrades & Roof $� Replacement demolish and replace existing roof per 60 � ,, c% plans and specifications Total Lump Sum Bid Amount $ � I Total Bid Amount 'n Words: 0 � v % ilclf ) /V �� "rc� KL,7 n ' C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER ONE For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 18, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PREVAILING WAGE SCHEDULE—SPECIFICATIONS MANUAL APPENDIX H Replace Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 09/07/2018 with Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 10/05/2018 attached. This is to acknowledge receipt and review of Addendum Number One, dated October 18, 2018. b-Z (,i) V1 HA4f1/1e,n/ 1. 1 Company Name By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER TWO For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 22, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1. EXIT SIGNS—SHEET E2.0.0—(3 attachments) Provide attached exit sign or approved equal 2. PLUMBING FIXTURES—SHEET P0.0.2—(3 attachments) a. Soap dispenser is to be stainless finish as stated in plans. b. Shower valves to be stainless finish. c. Lavatory faucets to be stainless finish —please use the attached faucet with stainless finish in lieu of the lavatory faucets noted on plans. d. The spray attachment for kitchen sink is included in the faucet. The dishwasher air gap shall be added. Therefore the quantity of faucet holes will be 4. This is to acknowledge receipt and review of Addendum Number Two, dated October 22, 2018. Company Name By 1� . 21 , zoi f, Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. 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 Item(s) State Lic.# Dollar % of Name and Address of Subcontractor and Class DIR# Amount Contract �i�'� C��Id lord oC{iq Corgi. royo j3 t coo 0biz4r � ��,��� ?tea/ 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 atcUyv Date City J State N(t� I'�} y✓ :TP - I16 being first duly sworn, deposes and says that he or she is e Pi4— of j4��_(���Si—���Lf' 1I,1L, 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. Name of Bidder Signatur of Bi er 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 PROJECT NAME, (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. N-2_ W N 54Tut,-� Contractor j7A f By le�, t' Title "n Date: 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 0 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. Contractor By Title Date: 10 2-4. I C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder N me Business Address C� City, State Zip (g" 2Y��.�5 �7q Telephone Number 7 q, _2 h15 State Contractor's License No. and Class Lc 20 Original Date Issued ,� ( l9 Expiration Date / /� The work site was inspected by 4((of our office on 0( 44,Cr- �� , 201f,. The following are persons, firms, and corporations having a principal interest in this proposal: 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 Signature 4A idde �A-,u-H(�Val Jg a �I Printed or Typed Signature Subscribed and sworn to before me this_day of 201_ NOTARY PUBLIC S;E CALIFORNIA NOTARY,ATTAC,SD NOTARY SEAL C-s 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 Subscribed and sworn to (or affirmed) before me on this 23rd day of October , 20 18 , by Matthew Jafari ----------- ------------------------------------------------------------------------ proved to me on the basis of satisfactory evidence to be the personas') who appeared before me. CAITLIN TURNER COMM...2202148 NOTARY PUBLIC-CALIFORNIA - ORANGE COUNTY W ^ My Term Exp.June 22,2021 " (Seal) Signature (. CGL���ti GLA r� 1����►C� � ,���:� 1� �V �i�c���s �i��i� I've-c�"fi �'�`` . Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. List below the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 7 1. i V�r5�f u L)i.t�Z✓�f i VI 1 -A(M 'vo he Name and AdYlress of Public Agency ••1 !J KIOKO Liacw ( q Name and Telephone No. of Project Manager I L C Gk lot, He �-�� �- 2'��, �� Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. . i 1J)1 �'L(y� . /V+h� I U/ Name and Ad ress f Publis Agency v OKu ��_r. Au (eI4-eA)qIO- W 4&� P��i, Lot S � deh; Cer�-F�r- Name and Telephone No. of Project Manager cjcctter. Rvvl-I,T4: /0 - I5 . 1 -7 Contract Amount Type'of Work ' jl r?Or Date Completed re vroV"2fi0-�L-., KO-r-k yr Provide additional project description to show similar work: 3. J�✓vivy, �,� [��b �Ul, AL 2tXJ1? kv'l reo � kw✓� i55(vi \ 410 .0 ��� Name and Address ldf Public Agency J 'J LK Poo &zr -baU r S (Iq'4) qM Lf lv I v or' _B 23�9kk)mi�lt Name and Telephone No. of Project Manager ('',I 17 L Contract Amount Type of Work -P�irir(04 ' D to Completed Provide additional project description to show similar work: C-9 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. H4-' kew J-6-( Lri Name of proposed Project Manager \ Telephone No. of proposed Project Manager: ( Project Name & Contract Amount Type of Work �� 11/7 Date Completed 1�i # ;1 e+,t(`A e I,- ` �� ' 1 �0& tl,4 eye-rjr�)Yi h ' h-I AI I Y' — Project- ame& Contract Amount Type of Work 1 Date V ompleted °11146 /7 -� Z ►��'60vA, ��W ,DIa � borl 0) t 9 ul, Project Name &Contract Amount Type of Work e< it1 Date Completed r�IcC�Yi«�. J 2. Name of proposed Superintendent Telephone No. of proposed Superintendent: c� `�l 2Y)& L,I �;+v� �i G+ {-f�l( �==SOU,Oho c��,G,,��-Iz�- �Z�h-��;�C . �Ivy�►h� �� �Ll Project Name& Contract Amount Type of Worlk) Date Completed Ofor,��w, /G kr;.� Project Name& Contract Amount Type of Work Date Completed 7 Project Name & Contract Amount Type of Work ���� j6�rrn��if Date Completed C-10 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/ActionServiet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action 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. Contractor r By eo Title Date: �G. v�1 '�Q DIR#: 1000t, 12-14 7 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 requirements 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: A,?-2- U►7 s+r-v t-t- lob Contact Person: Contact Phone: X2 Signed: �{ Date: 1 D *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). C-12 EXHIBIT A DISADVANTAULD BUSINUS LNIERPHISE (DBE) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds. The Contractor should ensure that DBEs, as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps, as set forth in Part 200.321, Title 2 CFR, for this assurance. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-l3 EXHIBIT B DBE INFjORMATION—GOOD FAITH EFFORTS Federal-aid Project No. �2_0 Bid Opening Date The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 0%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 .Vg 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 Solicitation and Dates U l�i G��i �ll i)T1 h S'� I v ��� ►�� �l�D i���i('c'�X l o +� �� U I C-14 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. Bidder Normally Items of Work Performs Item Breakdown Amount Percent of ($) Contract (Y or N) of Items Id F 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: i 14, Names, addresses and phone numbers of firms selected for the work above: r X-dl gC19 DTI- 04� . 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, ,�f specifications and requirements for the work which was provided to DBEs: �V orre C-15 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: d�en� I 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 Agency/Organization Method/Date of Contact Results 1 11 k 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. C-16 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted 9 (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: 4 (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-17 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted (2) (Sign r ) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business V, V II � 1 Q V - I 10 (Street and Number) City and State � ►�f�0 (\ � �1 � 1 i � � � i (5) Zip Code � � Telephone No. ��� 2_b3 G I (6) E-Mail NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED SEE CALIFORNIA NOTARY;TTAICI�ED C-18 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 ) On October 23, 2018 before me, Caitlin Turner , Notary Public (insert name and title of the officer) personally appeared Matthew Jafari ----------------------------------------------------- who proved to me on the basis of satisfactory evidence to be the person(s'�whose nay (s�'is/are subscribed to the within instrument and acknowledged to me thaVQshe/they execute the same in h(�is/her/their authorized capacity(ies), and that by fiisiher/their signature�gf on the instrument the person(s), 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. ` CAITLIN TURNER WITNESS my hand and official seal. C9 : COMM...2202148 03 m NOTARY PUBLIC-CALIFORNIA -� [a ORANGE COUNTY co My Tenn Exp.June 22,2021 = Signature L' v (Seal) Ajj_ckc� u 6 Ate-iqo tinP6% f* is _ivr CorroraJc lnhmuc ar\ List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: �k&(Icme- a �r� �eC(ft 1- 1, C-19 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT(CONSTRUCTION CONTRACTS NOTE: PLEASE REFER/TO INSTRUCTIONS ON THE REVERSE SIDEOF THIS FORM LOCAL AGENCY: ") 1 ' ' h °7C�q LOCATION: PROJECT DESCRIPTION: TOTAL CONTRACT AMOUNT: $ BID DATE: I Z L7 ii BIDDER'S NAME: ( 5� YUiL li CONTRACT DBE GOAL: CONTRACT ITEM OF WORK AND DESCRIPTION DBE CERT NO. NAME OF EACH DBE DOLLAR AMOUNT ITEM NO. OR SERVICES TO BE ANDEXPIRATION (Must be certified on the date bids DBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address O BE PROVIDED(or contracted if the and phone number) bidder is a DBE) .c 'h Wit' ItS Yz11F ieVIF McA_i, Z.O( 01A Glo/ For Local Agency to Complete: Local Agency Contract Number: Total Claimed DBE Participation Federal-aid Project Number: �( Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. Sign lure of Bidder Date f�(,Area Code)Tel.No. Print Name Signature Date h a++he—y/ � l� ( Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder DBE Cotmmitment(Construction Contracts) (ReN 6/26/09) C-20 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 be 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. C-21 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder h.)-2— [proposed subcontractor J hereby certifies that he/she/it has has not participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, 1 11 14, or 11246, and that, where required, he/she/it 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. (eeoc.gov/employers/eeol survey/index.cfm) 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. Signature: Date: f `�� ✓ Print Name: Ma4+k-e►-,/ .J—a 4un Title: C-22 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) MSC-520 Youth Shelter ADA Upgrades And Roof Replacement To the City of Huntington Beach In conformance with Title 23 United States Code Section 1 12 and California 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 Bidder's Proposal. By signing the Proposal, the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. Signature: Date: �� - Print Name: Title: C-23 EXHIBIT F 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 with Bidder 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 him/her 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. Note: 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 portioythheotf hall also constitute signature of this Certification. Signature: Date: 10 -2-4 IV Print Name: H, Title: �������� C-24 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID 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 tha - 11 such subrecipients shall certify and disclose accordingly. i '. Signature: � d Date: Print Name: Title: C-25 EXHIBIT H N 1A DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 I. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: H . 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, riEnter Name and Address of Prime: Prime Subawardee Tier ifknown Congressional District,if known Congressional District,if known 6. Federal Department/.Agency: 7. Federal Program Name/Description: CFDA Number,if applicable 8. Federal Action Number,ifknown: 9. Award Amount,ifknown: 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name,first name,MI) address if different from No. I Oa) (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) S Actual planned a.retainer b.one-time fee 12. FR of Payment(check all that apply): c commission a.cash d.contingent fee b.in-kind; specify: nature e 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 Pavment Indicated in Item LI: (attach Contit0on Sheet(s)if[assary) 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 Signature: C was placed by the tier above when his transaction was made or �� entered into. This disclosure is required pursuant to 31 U.S.C. Print Name: GC ter 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any Title: �'r,- l E'ki person who fails to file the required disclosure shall be subject 1/1 i to a civil penalty of'not less than$10,000 and not more than Telephone No.: f I )-f8 i-71 ��L Date- $100.000 for each such failure. Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 C-26 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H, 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 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 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 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 C-27 different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). l 1)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(es). 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(es). 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. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). C-28 it EXHIBIT I FEDERAL. LOBBYING RESTRIICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if$25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. C-29 RLI® Contractors Bonding and Insurance Company BID BOND 9025 N.Lindbergh Dr. Peoria,IL 61615 P.O.Box 3967 Peoria,IL 61612-3967 Phone:309-692-1000 Fax:309-683-1610 KNOW ALL MEN BY THESE PRESENTS, That We, A2Z CONSTRUCT,INC. of P.O. BOX 80425 as Principal,and Contractors Bonding and Insurance Company of Peoria Illinois ,as Surety,an Illinois corporation duly licensed to do business in the State of CALIFORNIA are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee,in the penal sum of TEN PERCENT OF GREATER AMOUNT BID 10% ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted, or is about to submit, a proposal or a bid to the Obligee on a contract for YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT NOW,THEREFORE,if the aforesaid principal shall be awarded the contract,the said principal will within the period specified therefore,or if no period be specified,within ten(10)days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former,in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT,that any suits at law or proceedings in equity brought or to be brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90)days after the acceptance of said bid of the Principal by the Obligee. SIGNED, SEALED AND DATED this 19TH day of OCTOBER 2018 A2Z CONSTRUCT,INC. Principal By: � ` l SEE CALIFORNIA NOTARY,A'9TACHS0 Contractors Bonding and Insurance Company By: / (i(�i D ')"n�- MARK D.IATAROLA, Attorney in Fact ADDRESS ALL CORRESPONDENCE TO: Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 P.O.Box 3967 Peoria,IL 61612 309-692-1000 C0006304-10,0 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 1 County of SAN DIEGO J} On 10/19/2018 before me, SANDRA FIGUEROA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared MARK D. IATAROLA Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(9)whose name(4 is/afesubscribed to the within instrument and acknowledged to me that he/eeq executed the same in his/'�Te authorized capacity(fes), and that by his/weir signature(a)on the instrument the persons), or the entity upon behalf of which the person(a) acted, executed the instrument. SANDRA FIGUEROA I certify under PENALTY OF PERJURY under the COMM.#2162642 laws of the State of California that the foregoing Z SAN DIEGO COUNTY paragraph is true and correct. Q r NOTARY PUBLIC-CALIF09NIAZ Q MY COMMISSION EXPIRES WITNESS my hand and official seal. AUGUST 14,2020 Signature Place Notary Seal and/or Stomp Above Signature of otary Public 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: MARK D. IATAROLA Signer's Name: ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Partner— ❑ Limited ❑ General ❑ Individual 91 Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Trustee ❑ Guardian of Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: 02017 National Notary Association POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together,the"Company")do hereby make,constitute and appoint: Mark D.Iatarola.John G.Maloney.Helen Maloney.Sandra Figueroa,Helen E.Whealdon,jointly or severally in the City of Escondido , State of California its true and lawful Agent(s) and Attorney(s) in Fact,with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 . )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation,and is now in force,to-wit: "All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary, any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 27th day of July 2018 RLI Insurance Company ` ,NGANp:NS i `�JPpN.CE ppo Contractors Bonding and Insurance Company FO Gap;P ORq rcc•.m_ �.•GOAPOgq tF•:9<< �� �.�/ SEAL SEAL . - By: i'• ab ° = Barton W.Davis Vice President C, ! State of Illinois I N O;s, } SS County of Peoria ) CERTIFICATE On this 27th day of July 2018 before me, a Notary Public, I, the undersigned officer of RLI Insurance Company and/or personally appeared Barton W. Davis who being by me duly sworn, Contractors Bonding and Insurance Company, do hereby certify acknowledged that he signed the above Power of Attorney as the aforesaid that the attached Power of Attorney is in full force and effect and is officer of the RLI Insurance Company and/or Contractors Bonding and irrevocable; and furthermore, that the Resolution of the Company as Insurance Company and acknowledged said instrument to be the voluntary set forth in the Power of Attorney, is now in force. In testimony act and deed of said corporation. whereof, I have hereunto set my hand and the seal of the RLI Insurance Companyy and/or Contractors Bondingand Insurance �1f --- �t,,/� � Company this 19TH day of OCTOBER 018 By: t_l 9� (rf1��� RLI Insurance Company Gretchen L.Johnigk Notary Public Contractors Bonding and Insurance Company GRETCHEN L JOHNIGK ' NOTARY "OFFICIAL SEAL" By:PUBLIC 2iMo,g My Commission E 0041 xpires May 26,2020 Jean M tephenson Corporate Secretary 0456693020212 A0058817 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 ) On October 23, 2018 before me, Caitlin Turner , Notary Public (insert name and title of the officer) personally appeared Matthew Jafari ----------------------------------------------------- who proved to me on the basis of satisfactory evidence to be the r n(�j whose name")/is/are subscribed to the within instrument and acknowled ed to me thathe/s�'hEs/they executed the me in his/her/their authorized capacity(ies), and that b hi her/their signatures 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. CAITLIN TURNER m COMM...2202148 m NOTARORANGE RNIA -A COUNTYP,, My Term Exp.June 22,2021 Signature ataylt- (Seal) AC\)"'n-'Vv4gG�� �� V E D 2u i. 2 55 f,� I L2 CA I-A�( � 20 a4Aems " U44/u� out, K ot City of Huntington Beach 2000 Main Street o Huntington Beach, CA 92648 (714) 536-5227 s www.huntingtonbeachca.gov Office of the City Clerk fB•17,1909 P � Robin Estanislau, City Clerk January 9, 2019 Marjani Builders, Inc. 26091 Ravenna Road Mission Viejo, CA 92692 RE: Youth Shelter ADA Upgrades and Roof Replacement— MSC-520 Enclosed please find your original bid bond for MSC-520. Sincerely, Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan o Waitakere, New Zealand T SECTION C PROPOSAL for the construction of MSC-520 YOUTH SHELTER ADA UPGRADES and ROOF REPLACEMENT 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 therefore, 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 90 working days, starting from the date of the Notice to Proceed. 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 re-advertise 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. Accompanying this proposal of bid, find in the amount of (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for_% ", as the case may be) 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. Any standard Surety Bid Bond form is acceptable. C-1 Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature a/ q q e2- Off. 2-2 is .03 zz 1 PROJECT WORK SCHEDULE: 1. The contract shall allow the Contractor 90 working days to complete the contract. 2. The Contractor shall start the project no later than December 17, 2018. 3. The Contractor shall complete the project no later than April 25, 2019. Bidder shall signify receipt of Project Work Schedule here: Bidder's Signature PROJECT BID SCHEDULE Item No.. Item Bid Amount in Figures ; 1. MSC-520 Youth Shelter Construct ADA restroom and kitchen ADA Upgrades & Roof and accessible path improvements and 5731 5o0 $ i Replacement demolish and replace existing roof per plans and specifications Total Lump Sum Bid Amount $ s73 Sow Total Bid Amount in Words: /-7i ,!`jouoo,� C-2 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 Item(s) State Lic.# Dollar % of Name and Address of Subcontractor and Class DIR# Amount Contract T3 �in�.c ac-s,Inc. SG73CS /ooeooz9�S Cz/ 11 4F ¢' �9�o In e4i � fe o _Avc, S-" 7 7._►t7 Sao C A 9ZS_D3 �sH 1029 Plu►��, Pam,.-k�- Pau��� Pl �,�� f(� ; 8626s1 /aoQof�yB2 zzo/ d L�ce•✓o� 81� G3� 'Ci9,qaa g 7 La ex 908(5 °off; J-3 IZaa��',1� 4I09 528 lo odo lss/ 7.7 2-91 I SPr Ae_ C31 CA 9250 Rar-144-n l� �' . 3q4 fvaodoZj� l ZA4o Ansel►Mo JD,-," c_ e- 54 aW rn 10. 3 Coc16t_ , CA 9 Z8 q 10,l4e,E W W" — -P'_�I-"s f'� 9 z.2_3 (D11Ol�Dlio�10 3. 5501 E. La e6/ D3 l8 Sao L ea 9z9QC y L=1ed n F �rD/Ga1la i �n °I59"S �DOOOo lis(2 FA If 792-5 Yk P.�,,.-k G; e%,ez2 Gja R26/4 A_,i s.vr"7�,a,Inc . �00389 G6 AC /oA9�i.� ao.� �o Q.no 10. s -712 a/. > ..Jr d[. A 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 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 Item(s) State Lic.# Dollar %of Name and Address of Subcontractor and Class DER# Amount Contract 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 Califo�ia that the foregoing is true and correct and that this declaration is executed on /Q.Z�1 at �issi�„ Vic o , CA Date City State bein first duly sworn, de oses and says that he or she is of 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. Name OY Bidder Signature ofBi de Q I I K-Lvc-n ro— H I Z05 1P n �/t e-1'Q Q4 T26/ 2— 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 PROJECT NAME, (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. Contra or By CEO Title Date: �_ICA ' /)4I a 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 2 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. 1 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. Contrac r By CEO Title Date: i C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name I 2 OC71 BUSiness Address gL�g2 City, V State Zip ( 14i ) Jos-- 03�-3 Telephone Number , 1oo2G3o IS State Contractor's License No. and Class Original Date Issued 2011 Expiration Date 0 30•20Iq The work site was inspected by Atex ���'a of our office on ' 16 i , 201 t . The following are persons, firms, and corporations having a principal interest in this proposal: ��R A. gRJA N/ 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. avwl� �fitter��� 14 e' . Comp a e Signature o;Bidd _ elMci•�r— Printed or Typed Signatu e ;.T TIMOTHY HUYNH CHUNG Subscribed and sworn to before me this COMM. #2171p36 z _Cd y of GJO 201 @i - Notary Public California F x h Orange County a C k< My Comm.Expires Nov.7,2020 NOTARY PUBLIC 6 NOTARY SEAL C-8 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. List below the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: / sew a,��cheer 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-9 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 �P�CgMc>!Zr A Name of proposed Project M ager Q`Q Telephone No. of proposed Project Manager: `'T l SOS• 3q3 /T 1( o1{K{ e,lt/A.G x- Cv. e".0 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. /V wlle— xix t� Name of proposed Superintendent p Telephone No. of proposed Superintendent: �• 0 92 • 9259 Vet �owvie,� G'�t /` �S'oo,00a /�G/)vv��ion lv/y Project ame & 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 C-10 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/PublieWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiIing.dir.ca.gov/P WCR/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. JWVA11 Contractor By CEO Title Date: 2_0� DIR 4: �OOIJO l� J� 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 requirements 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: QU/L OEjt,S' /AIC . Contact Person: �p�legXa✓ � /t a�u�: Contact Phone: -/�/ • 3,0S- 0313 Signed: Date: 04 .� *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). C-12 EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE (DBE) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds. The Contractor should ensure that DBEs, as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps, as set forth in Part 200.321, Title 2 CFR, for this assurance. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-13 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. IVSC — .52-O Bid Opening Date �G ZS ,, 20/JP The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 0%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 Solicitation and Dates C-14 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. Bidder Normally Items of Work Performs Item Breakdown Amount Percent of (Y or N) of Items ($) 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: C-15 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. C-16 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-1 7 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted /r/' e\'UAl/ 'e a/z DE2s, (2) L-o�.�-- 'am^:. (Signature) C&o (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business 2-60 qj K��enao ,2�j (Street and Number) City and State ��SSion �� o OA (5) Zip Code I2-61L Telephone No. (6) E-Mail m`'� Q✓L�- � � wLa.� e-ow" NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED C-18 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: MWZy,4,e A - N/R A 0 t Z A&I-EigDe-2 A - MAkIml C-19 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT(CONSTRUCTION CONTRACTS NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: LOCATION: PROJECT DESCRIPTION: TOTAL CONTRACT AMOUNT: $ BID DATE: BIDDERS NAME: CONTRACT DBE GOAL: CONTRACT ITEM OF WORK AND DESCRIPTION DBE CERT NO. NAME OF EACH DBE DOLLAR AMOUNT ITEM NO. OR SERVICES TO BE AND EXPIRATION (Must be certified on the date bids DBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address f0 BE PROVIDED(or contracted if the and phone number) bidder is a DBE) For Local Agency to Complete: Local Agency Contract Number: Total Claimed DBE $ Participation Federal-aid Project Number: Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. Signature of Bidder Date (Area Code)Tel.No. Print Name Signature Date Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder DBE Commitment(Constriction Contracts) (Rev 6/26/09) C-20 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 be 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 iterns 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. C-21 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder [proposed subcontractor J hereby certifies that he/she/it 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/she/it 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. (eeoc.gov/employers/eeolsurvey/index.cfm) 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. Signature: Date: Print Name: Title: CEQ C-22 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) MSC-520 Youth Shelter ADA Upgrades And Roof Replacement To the City of Huntington Beach In conformance with Title 23 United States Code Section 112 and California 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 Bidder's Proposal. By signing the Proposal, the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. Signature: Date: Print Name: Title: CEO� C-23 EXHIBIT F 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 with Bidder 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 him/her 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. Note: 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. Signature: Date: yy�' 25 4 20 Print Name: A4oA� Title: CEb C-24 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID 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. Signature: — Z �k Date: Print Name: All ` 141�r Title: CEO C-25 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES 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: 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: 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, ElEnter Name and Address of Prime: Prime Subawardee Tier ifknown Congressional District,ifknown Congressional District,ifknown 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,ifapplicable S. Federal Action Number,ifknown: 9. Award Amount,ifknown: 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name,first name,MI) address if different from No. I Oa) (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) 11 El S Actual planned a.retainer b.one-tirne fee 12. F nr of Payment(check all that apply): C.commission Lla.cash d.contingent fee b.in-kind, specify: nature e 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: (attach Contir0on Sheet(s)if[assary) 15. Continuation Shcet(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 Signature: was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. Print Name: 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any Title: 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 Telephone No.: Date: $100,000 for each such failure. Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 C-26 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H, 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 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 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 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 C-27 different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 1 1)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(es). 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(es). 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. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). C-28 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31. United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: I) A cumulative increase if $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. C-29 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER ONE For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 18, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PREVAILING WAGE SCHEDULE—SPECIFICATIONS MANUAL APPENDIX H Replace Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 09/07/2018 with Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 10/05/2018 attached. This is to acknowledge receipt and review of Addendum Number One, dated October 18, 2018. .61't411dXr-3, Lie . JLk',� \M",aAA^— Com ny Name By 00�- 2-3 J. Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER TWO For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 22, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1. EXIT SIGNS—SHEET E2.0.0—(3 attachments) Provide attached exit sign or approved equal 2. PLUMBING FIXTURES—SHEET P0.0.2—(3 attachments) a. Soap dispenser is to be stainless finish as stated in plans. b. Shower valves to be stainless finish. c. Lavatory faucets to be stainless finish—please use the attached faucet with stainless finish in lieu of the lavatory faucets noted on plans. d. The spray attachment for kitchen sink is included in the faucet. The dishwasher air gap shall be added. Therefore the quantity of faucet holes will be 4. This is to acknowledge receipt and review of Addendum Number Two, dated October 22, 2018. Compa y Name By 0Cf 23 2-9 (1 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER THREE For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 22, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1. EXIT SIGNS—SHEET E2.t .0—(3 attachments) Provide attached exit sign or�approved equal 2. PLUMBING FIXTURES—SHEET P0.0.2—(3 attachments) a. Soap dispenser is to be stainless finish as stated in plans. b. Shower valves to be stainless finish. c. Lavatory faucets to be stainless finish—please use the attached faucet with stainless finish in lieu of the lavatory faucets noted on plans. d. The spray attachment for kitchen sink is included in the faucet. The dishwasher air gap shall be added. Therefore the quantity of faucet holes will be 4. This is to acknowledge receipt and review of Addendum Number Three, dated October 22 2018. Company Name 'J, lo� a3I18' Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. Completed Projects during last five years: Project Name: City of Rialto Improvements at Fitness Center-New Addition Contract Amount: $420,000 Contact: Eddie Chan City of Rialto -Public Works Department 335 W. Rialto Ave, Rialto, CA 92376 T. 909.820.2651 Architect: Miller Architecture Interior Planning 1177 Idaho St., Ste. 200,Redlands, CA 92374 Project Name: City of Arcadia Cay Mortenson Auditorium Remodel Contract Amount: $430,000 Contact: Dave McVey Public Work Services Department 11800 Goldring Road,Arcadia, CA 91066 T. 626.256.6664 Architect: TKE Planning 2305 Chicago Ave.,Riverside, CA 92505 Project Name: Carmela Elementary School -South Whittier USD Site Work and Relocatable Library Media Building Contract Amount: 499,000 Contact: Ray Coco South Whittier Unified School District 11200 Telechron Ave.,Whittier, CA 90605 T. 562.944.6231X2034 Architect: Frick, Frick, &Jette'Architects 19153 Town Center Drive,Apple Valley, CA 92308 Roger Abero T.760.240.6211 Project Name: La Serna High School- Whittier Building"M" Remodel Contract Amount: $438,000 Contact: Maia Rafael/ Reyes Mendoza Project Manager URS Corporation 9401 South Painter Ave.,Whittier, CA 90605 T. 562.698.8121X1535 Project Name: Kids Come First Community Health Center Ontario USD - Linda Vista School Contract Amount; $420,000 Contact: Beverly Speak Kids Come First 1556 South Sultana Ave., Ontario, CA 91761 T.909.455.4832 Architect: WLC Architects 8163 Rochester Ave., #100, Rancho Cucamonga, CA 91730 Lisa Cox T.909.987.0909 Project Name: Riverside County Innovation Center Press Enterprises Tenant Improvements Contract Amount: $532,000 Contact: Sergio Pena Economic Development Agency Supervising Facilities Project Manager 3403 Tenth Street,Suite 300,Riverside, CA 92501 T. 951.955.0911 Architect: DLR Group Marlis Harang,AIA-Lead AP BD+C Architecture, Engineering, Planning, Interior 4280 Latham Street,Suite H, Riverside, CA 92501 T.951.682.0470 Project Name: Bradley&Marshall ES Canopies San Bernardino City USD Contract Amount: $496,000 Contact: Steve Massetti Program Manager San Bernardino City Unified School District Facilities Planning and Development 956 West 9th Street, San Bernardino, CA 92411 T.909.388.6100 Architect: PCH Architects,l.l.p. Ralph Pacini -Principal Architect 30 South Center Street, Riverside, CA 92373 T.909.792.7397 Project Name: Riverside City College Early Childhood Education Center Contract Amount: $305,000 Contact: Scott Zwart-Director Facilities Maintenance and Operations 4800 Magnolia Ave., Riverside, CA 92506 T.951.222.8474X4048 Architect: Higginson + Cartozian Architects,Inc. 1455 Park Ave., Redlands, CA 92373 David Higginson T.909.793.3100 Project Name: HVAC Replacement,Site Electrical Upgrade, &CNG District Office Hacienda La Puente Unified School District Contract Amount: $600,000 Contact: Robert Wilcox Maintenance Supervisor-Facilities Department 15959 East Gale Ave., City of Industry, CA 91716 T.626.933.8705 Architect: DC Architects 820 N. Mountain Ave.,Suite 200,Upland, CA 91786 Alan J. Camerano T.800.985.6939 Project Name: Hermosa Beach City School District Hermosa View ES Portable Classrooms&Restroom Contract Amount: $458,000 Contact: Angela M.Jones Business Manager 1645 Valley Drive,Hermosa Beach, CA 90254 T.310.937.5877 Architect: gkkworks 155 South Fair Oaks Ave,Pasadena, CA 91105 Dilip Tiwari T.818.482.9335 Project Name: UCI Engineering Tower 3rd&61h Floor Renovation Contract Amount: $424,000 Contact: Dan P.Taylor Project Manager 130A Facilities Management Building Irvine, CA 92697 T. 949.923.5431 Architect: Bojorquez and Lefner T. 949.423,3271 Project Name: UCI Rowland Hall Loading Dock Build Out Contract Amount: $661,000 Contact: Craig A. Denney Project Manager 130A Facilities Management Building Irvine, CA 92697 T. 949.824.5853 Architect: Taraz Architecture T. 858.458 .1137 Project Name: Buena Park Community Center Liberty Hall Remodel Contract Amount: $615,000 Contact: Jeffrey Townsend Assistant City Engineer 6650 Beach Blvd.,Buena park, CA 90622 T. 714.562,3670 Architect: Terrazas&Associates T. 626.241.5618 Project Name: Saddleback College PE200 Gymnasium Remodel Contract Amount: $665,000 Contact: Michael E.Wilson 28000 Marguerite Parkway Mission Viejo, CA 92692 T. 626.367.3805 Architect: R2A Architecture-Jason W. Buckley T. 714.435.0380 Project: Name: Moffett E.S. Remodel and Addition of Classrooms ContractAmount: $562,000 Contact: Carlos Avalos 10319 Firmona Ave Lennox, CA 90304 T.310.695.4000 Architect: CSDA Design Group T.323.821.9200 Works in Progresso Project Name: Council Chamber Remodel City of Orange Contract Amount: $447,000 Contact: Matthew Lorenzen Contract Administrator 300 E. Chapman Ave, Orange, CA 92866 T. 714.744,5566 Architect: Secoy Architects, Inc. CV IV, nl�� T.714.639.4367 /• Project Name: Veterans Gym Interim Occupancy Remodel City of Commerce ContractAmount: $651,000 Contact: Ali Cayir 2535 Commerce Way Commerce, CA 90040 T. 714.883.8677 Architect: IDS Group 1 Peters Canyon Road,Suite 130 Irvine, CA 92606 AAS NAS SURETY GROUP BID BOND CONTRACTOR: SURETY: (Name,legal status and address) North American Specialty Insurance Company MARJANI BUILDERS,INC. 475 N.Martingale Road,Suite 850 26091 RAVENNA ROAD MISSION VIEJO.CA 92692 Schaumburg,IL 60173 OWNER: This document has important legal consequences. Consultation (Name,legal status and address) CITY OF HUNTINGTON BEACH with re attorney is encouraged 2000 MAIN STREET with respect to its completion or modification. HUNTINGTON BEACH,CA 92648 BOND AMOUNT:TEN PERCENT OF GREATER AMOUNT BID -------------- Any singular reference to Contractor,Surety,Owner or other party shall be considered PROJECT: plural where applicable. (Name,location or address,and Project number,if any) YOUTH SHELTER ADA UPGRADE&ROOF REPLACEMENT 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 heirs, 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(1) 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 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 Owner 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. The Surety hereby waives any notice of 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 documents, 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 term 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 of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 23RD day of OCTOBER,2018 MARJANI BUILDERS,INC. (Witness) (Pri 1) ( (Seal) (Title) _p North American Specialty Insurance Company (Witness) (Surety),�6 r� ' CJV (Seal) (Title) MARK D.D.IATAROLA,ATTORNEY-IN-FACT This Document conforms to the ALA Document A310" —2010 1 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 1 County of SAN DIEGO J} On 10/23/2018 before me, SANDRA FIGUEROA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared MARK D. IATAROLA Nome(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(o whose name(s)is/armsubscribed to the within instrument and acknowledged to me that he/s eq executed the same in his/`et4heir authorized capacity(tes), and that by his/`'"nc Aheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(Fr) acted, executed the instrument. I certify under PENALTY OF PERJURY under the COMM.#2162642 S FIGUER 2 laws of the State of California that the foregoing r- ww COMM. Z SAN DIEGO COUNTY paragraph is true and correct. NOTARY PUBLIC-CALIFORNIAG MY COMMISSION EXPIRE WITNESS my hand and official seal. AUGUST 14, 2020 S Signature Place Notary Seal and/or Stamp Above Signature of tary Public 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: MARK D. IATAROLA Signer's Name: ❑Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Partner— ❑ Limited ❑ General ❑ Individual ® Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Trustee ❑ Guardian of Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: ©2017 National Notary Association SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park,Kansas,each does hereby make,constitute and appoint: JOHN G.MALONEY,HELEN MALONEY,MARK D.IATAROLA,AND SANDRA FIGUEROA HELEN E.WHEALDON JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." tnrin/i/i C -by iYy b� _ `ww�wwnaarouyra / / ye'CPpPOl G F.` -bP SEAL =tz7' Steven P.Anderson,Senior Vice President of Washington International Insurance Company SZ; SEA1. ,E 1973 rprn` &Senior Vice President of North American Specialty Insurance Company i 0•' ;m •f.:!�, I...M III By B •...*....�L Michael A.Ito,Senior Vice President of Washington nt�iona n�rance Zompany axNta &Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 12 day of JANUARY 2018 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: On this 12 day of JANUARY ,201 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M.KENNY -'� Notary Public-State olllliunis `—'� v My Commission Expires M-Kenny,Notary Public luouzort - I, Jeffrey Goldbergthe duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect, IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 23rd day of OCTOBER 20 18 Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&North American Specialty Insurance Company IVIM,714AII 6U1LA5RS IAIC . 11EIL, 1: 'T j C L i CITY SkdAcr-A 04 Pew& City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachea.gov Office of the City Clerk Robin Estanislau, City Clerk January 9, 2019 Newland Midland Corporation 9242 Walker Street, Suite A Cypress, CA 90630 RE: Youth Shelter ADA Upgrades and Roof Replacement— MSC-520 Enclosed please find your original bid bond for MSC-520. Sincerely, Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL, for the construction of MSC-520 YOUTH SHELTER ADA UPGRADES and ROOF REPLACEMENT in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTI<NGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to ftcrnish all labor, material, equipment and incident insurance necessary therefore, 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 90 working days, starting from the date of the Notice to Proceed. 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 Nine the contract is not awarded, the AGENCY will reject all bids and will re-advertise the pro gject. 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. Accompanying this proposal of bid, find BIDDER'S BOND for 10% in the amount of (Please insert the words "Cash", "Certified Check", or"Bidder's Bond for10% ",as the case may be) 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. Any standard Surety Bid Bond form is acceptable. C-1 Bidder shall signify receipt of all Addenda here, if any: Addeudu No. Date Received Bidder's Signature 1 10/18/18 2 10/22/18 PROJECT WORK SCHEDULE: 1. The contract shal l allow the Contractor 90 working days to complete the contract. 2. The Contractor shall start the project no later than December 17,2018. 3. The Contractor shall complete the project no later than April 25,2019. Bidder shall signify receipt of Project Work Schedule here: Bidder's Signature PROJECT BID SCHEDULE Item No. Item Bid Amount in Figures 1. MSC-520 Youth Shelter Construct ADA restroom and kitchen and accessible path improvements and ADA Upgrades & Roof $ Replacement demolish and replace existing roof per plans and specifications Total Lump Sum Did Amount $ � �Z��� U Total Rid Amount in Words: -QW C-2 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 Iteni(s) State Lie.# Dollar % of Name and Address qf Subcontractor and Class DIR# Amount Contract [\40- U)Mc•, CA. 13,E 2� C 6�cu�A�cto &cC) 32 Ic eC oCOZK3 706 1, By submission of this proposal, the Bidder certifies: I. 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. G3 LIST OF SUBCONTRACTORS In accordance with Government Code `section 4104,the Bidder shall set Forth thee 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-lialf of one percent of the total bid or S 101,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Iterrr(s) State Lic.# Dollm 6 Of' Narrre and Address o `Subcontractor and Class DI,R# Amount Contract By submission of this proposal, the Bidder certifies: 1. That Ire is able to arrd will perform the balance of all work which is not covered in the above subcontractors listing. 2. That tine AGI.?NCY will be furnished copies of all subcontracts entered into and bonds fiarnished by subcontractor for this project. C-3 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address ofeach 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 Ifenz(s) State Lie.# Dollar % of Name cuzd Address of Suhcontractor and Class DIR# Amount Contract By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all Nvork 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 NONCOI.LUSION AFFIDAVIT IDAVI I TO BE EXECUT D BY BIDDER AND SUBMITTED WITH BID I declare nuclei- 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 [0/75/18, at CYPIU'SS Cf\ Atte City State ADAM NASRY being first duly sworn, deposes and says that he or she is PRESIDENT Nt of NE\1_MAN._MIDLAND COR_I'-----....__._....._..the party making the foregoing bid that the hid 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 riot directly or indirectly induced or solicited any otiicr 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 riot in any planner, 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 riot, 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 sliani bid. NEWMAN MIDLAND CORP Name of Bidder Signature of Bidder 9242 WAIX&A S IRLEt. St VIT A.CYPRESS, CA 90630 Address of Bidder G4 uj, I.x YJ AGREE J.EAN'r HONORAB ,E, MAYOR AND CITY COUNCIL. CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemcn: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the PROJECT NAME, (I)(wc)(it) will employ and utilize only qualified persons, as liereinafler defined, to work in proximity to any electrical secondary or transmission facilities. The teen "Qualified Person" is defined in Title S, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by I-eason of(almlence o)-instruction, is filmiliar ivilh they o/-eu-tlion to bel)er1/bi-med and the hazards irruolti'ej 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 ordea-s, and State of California Cal-OSHA reClu.irements. 1'11e 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 sufieontractors with.the requirements contained herein. NE,\VMAN MIDI AND CORI' Contractor �ADANI NASKY By PRESIDENT I%itle Dale: 10/25,118 —--- ----�.._ _ — DISQUA.L-IFICATION 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 Biddcr 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 o.r a safety regulation? Yes J 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 shrill constitute signature of this questionnaire. 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. 1. am aware of the provisions of Section 3700 of the Labor Code tivhicli 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. NI"\VMAN M11)L,AN1)CORD Contractor ADA:Nt NASRY B 11RF.,SIDF'NT Title Date: I Oi25/18 C-7 BIDDER'S INFORMATION BIDDER.certifies that the lollowirig iulorniation is true and correct: NEWMAN MIDLAND CORK' Bidder Name 924' WALKER STREE,SUITE A Business Address CYPRESS CA 90630 City, State lip 714 ) 220-5940 Telephone Nurnbcr 757755-l3 State Contractors License No. and Class 0 l,'06/l 999 Original Date Issued 01i3I!?o19 Expiration Date The work site was inspected by JO11'N L(JNA of*our office on OC I OBE 16 2101 8 . Tlic following are persons, firms, and corporations having a principal interest in this proposal: ADAIM NASKY, ITFISIL)FINT 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. NF.AkAlAN MIDLAND CORP Company Name C Signature of Bidder ADAM9 NA.SRY Printed or'Typed Signature Subscribed and sworn to before rue this 25TI1 day of oc l 0111:rt. 201 NOTARY PUBLIC Nth l�('��1 �CKOU�IL�1�(;laFNT TrA(JAN N LIEIN"INRICH_NOFARY PUBLIC WrARY SEAL C-8 i ACKNOWLEDGMENT A notary pu lic 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 OCTOBER 25, 2018 before me, TEAGAN N. HEIDENRICH, NOTARY PUBLIC (insert name and title of the officer) personally appeared ADAM NASRY who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. TEAGANN.HEIOENRICH Notary Public-California z orange County > = Commission#2191593 i My Comm.Expires Apr 14,2021 Sig re (Seal) Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar Work. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. List beloNN, the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within (lie past five years: ], MOUNTAINS hI C REATION&CONSERVATION ALITIK)RITY-570 w AVI' .26.S I L- 100.LOS ANGLLES.CA 90005 Name and Address of Public.Agency LAURA SAL"YMAN-323)22I-()944 Name and Telephone No. of Project Manager $3.00 1.705,,6i NEW 3-ACltl'.PARK 07/11/14 Contract Amount Type of Work Date Completed Provide additional project: description to show similar work: NEW'3-ACRI PARK INC LUSIV[. 01�NIA'PAVII.ION',VRUCI URI. ANS SH 1,IMPROVLMI_NI'S �. CITY OF SAN CI ENIFNTG- 100 AVFNIDA PRESIDR),SAW t'L1 N1I:N t B.CA(0)72 Name anal Address of Public Agency AMIR ILKHAMPOUR-949-31-61 40 Name and Telephone No. of Project Manager $4.4 2.828.14 HISTORICAL R.GHABILI I'M[ON 09%30i2016 Contract AMOUnt Type of Work Date Completed Provide additional project description to show similar work: REHAB.01-I-WSTORIC;111?AC'I I CLUB INCLUDING BUI'NOT I„INII'ITID TO: Nti,w t 1.L:C"1'l:I('AL,ELF VA I OR. RIFURBISHING POOL,ADA IMPR,0 Vt.,.\ILNI'S AND NI1SC, SITE WORK . LOS ANGI:LES NW]RU ONE GA I'F1*X AY PLAZA, L.OS ANGI:LLS,CA Q0012 Name and Address of Public Agency RAUL PI?.DRO7A-213-922-4797 Name and Telephone No. of.Project Manager $1.273_2-99.00 NL W o311 4%14 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: CONNECT i'.YIS I ING LOCKER ROOM AREA%V]T11 MAIN TR NSPORTA'HON BUILDING]I IRC)UGH A NEW -ON].STORY CONSTRUCTION C-9 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 ADAM NASRY Name Of proposed Project Manager Telephone No. of proposed Project Manager: (562,254.1901 CRAIG WILIAMS E.S. RE-ROOF/1IVACREPLACEMENT $536,500 T.I. 08/17/18 Project Name& Contract AmOUnt Type of Work Date Completed SITE WORK/DSA CLOSEOUT Or DOWNEY HIGH SCHOOL $89ti,000 00 SITF.WORK 09/30/18 Project Name& Contract A11101-Int Type of Work Date Completed OL.L=HANSON F31-ACII CLUB KEHAR IXFATION %4 -)2 ?834 RI-I-IA1311 1'LATION 09/30/16 Project Name & Contract Amount Type of Work Date Completed 2. .IOHN LUNA Name of proposed Superintendent "Telephone No. of proposed Superintendent: 760-269-5042 SITE WORK/)SA CLOSEOUT OI DOWNEN HIGH SCHOOL.TECHNOLOGY BUILDING SITE.WORK 09/30/2018 Project Name & Contract Amount Type of Work Date Completed GAULDIN ELEMENTARY"SCHOOL MODERNIZATON 04/30/2018 Project Name&-Contract Amount Type of Work Date Completed FORT HUN"TER LIGGE"I"T COMMISSARY UPGRADI_S 01/31/2017 Project Name& Contract Amount Type of Work Date Completed C-10 CONTRACTORREGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIM., REI,A"('TONS (DIR) CERTIFICATE Pursuant to SL3 854 (citing Labot-Code Section 1771.1(a)), passed by the California State Senate on.tune 201, 2014. established a ne-�v public works Contractor Registration Program. which requires all contractors and subcontractors bidding and performing work oil Public Works Projects to register on an annual basis (each July 1. through ;tune 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 shell sign the following certificate. DIR FACT SHFI3T on S13 854 http:!/www.dir.ca.gov/DLSE/PubhcWorks/St3854FactShect_6.30.14.pdf DIR's Contractor Registration Link—Call (844) 5�2-6734 https:,'/efitttng.clir.ca.gov;PWCR!ActionServlet'?action—displatvl'WCRegistratioilI"orm D1R's Contractor Registration searchable database: https:�iefliing.(Iir.ea.gov/IIWCR/"Scarcli.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 quahfted 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 peOfo_rntartcc of any contract for public work. as defined in this chapter, unless currently registercd and qualified to pei fl'k) t-ripublic workpursuant to Section 1725.5. It is riot 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 perf:orrn public work pursuant to Section 1725.5 at the time the contract is awarded." 1 furthermore will comply by providing proof of registration with DIR as the pritniary contractor, as well as for A.LL, subcontractors at the time of subnnuting the bid, or no later than contract award date. NI-WMAN MIDLAND CROP Contractor ADAM NASRY By YRI'_S D N 1. Title Date: 1025/201 S DIR #: lOOu0Q4lac C-11 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVL LOPMENT ACT OP 1.968 AS AMMI'NI)ED IN 1992,_ SI:;CITON 3 `ITYLL 241, Code of Federal Regulations, Part 135* Economic Opportunities for.I_,ow and Very Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated thee—LNvIth in the capacity of owxier, partner, director, officer, or mariager(initial the uhplicahle s��leclio�i.�): Will ensure that 10%ofall new hires as a result of this project sliall meet all requirements of Section 3 of CFR.Pant 135 of the HUI)Act of 1968; or ___ Wilt lure no ne,�v employees in conjunction with this project. Wilt 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: NI W'MAN MIDLAND CORD Contact Person: ADAM NASRY Contact Phoric: �7I4)120-sO11) Signed: Date: I0112S20I8 `Note: The above certification is required by the Department of lIonsing and Urban Development(24 CF.R 135 and Subtitle A cal ul) 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 (ILUD). C-12 EXHIBIT A DISADVA,Nj''AW-FD BUSINESS h,NJIEWRISE (011E) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this.reference. It is the policy of the City that disadvantaged buSineSs enterprises (DBEs), as defined in Part 200.321, Title 2 CER, shall be encouraged to participate in the performance of Contracts financed in whole or in part Nvith federal funds. The Contractor should ensure that DBEs, as defined inin Part 200.321, Title 2 CUR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps, as set forth_in Part 200.321, Title 2 CER., for this assurance. The Contractor shall not discriminate on the basis of race; color, national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall coustitutc a breach of Contract and ruay result in termination of this Contract or other remedy the City may deern appropriate. Bidders shall be fully informed respecting the requirenleuts of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE, participation. C-13 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. UNKNOWN Bid Opening Date 10/2�/2018 The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 0%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 ifthe administering agency determines that the bidder flailed 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 COMPLIANCE NEWS MONTHLY TRADE JOURNAL 10/17/18 COMPLI ANC F,NEWS DAILY FOCUS JOURNAL 0/17;1 g 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 Solicitation and Dates BISHOP INCORPORATED 10/17/18 Spoke on Phone & Confirmed Fax 10/19/18 CERTIFIED AIR BALANCE CO 10/17/18 Spoke with Jason said ittvas not Oil his bid hoard asked to rescnd mvrtc to cmai -Ca ia� lq)gmai.COm-cmai c )2,u),T:,_pm 1_I 1 M A S A 1 R. INC. 10/17/18 Spok-c with Danny did not get invitc back from owner to bid. Asked to hacc the invitc resent by email-dannvia>lumasair_com-cmailed invitc 10/23 T3 54PM- SINGLE PLY ROOFING 10/17/18 BERNICE-NOTON OUR 1.isr10/23 0:5011M INTEGRATED EGRATED DEMO & IZEMLDIA. 1 01 17/18 SHEL13Y-NOT 131DDIN(i 10/23(ci),3:481'M C-14 C. The items of work which the bidder made available to I:)BE 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 suC17telent work to facilitate DBE participation was made available to DBE firms. Bidder Normally Items of Work I erfornis ,Item Amount Percent of Breakdown (Y or N) of'Items O 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 ofquotcs from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Naples, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Namcs, 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: Invite spucihcalh:states:Newman Mit1411'1d will e11dcavor to arsist interested subi;untractors in ubnatning Bonds.L,IatCS 01 Credit,or Ills LlltaalcC required by the aantract dOCUmCn15. C:-15 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: Made all plans,specs and addenda available for download on our websitc. Also it iS stated in the invitation of our xcbsitc address in which a subcontractor may go to download them. 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 SYS"fEM FOR AWARD MANAGEMENT-FEDERAL CONTACT"THROUGH COMPLIANCE.NEWS Mill/18 OFFICE OF SMALL BUSINESS-STATE CONTACT'THROUGH COMPLIANCE NEWS 10"17/18 CALIFORNIA UNIFIED CI-iR'1'IFICATION PROGRAMS CONTACT"rIIROUGH COMPLIANCI-NEWS 1011 7/18 I_.00AL RF.FERRAI..ORGANIGTON COMPLIANCE NEU'S CONTACT'ITIROI G I COMPLIANCE NEWS 10/17/IS H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): NA NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. C-16 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted N/A (2) Signature (given and surname) of proprietor N/A (3) Place of Business N/A (Street and Number) City and State N/A (4) Zip Code N/A Telephone No. N/A (5) E-Mail N/A IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted N/A (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) N/A (3) Place of Business N/A (Street and Number) City and State N/A (4) Zip Code N/A Telephone No. N/A (5) E-Mail N/A C-17 IF A CORPORATION. SIGN Hf?RI : (1) Name under which business is conducted NEWNIAN MIQLAND CORP (2) — (Signature) PRFiSI DEN"I (Title) Impress Coiporate Seal here (3) .Incorporated under the laws of the State of CALIFORNIA (T) Place of Business 9242 wAI KER S FRF[3r sur�E_A (Street and Number) City and State CYPRESS.CA (5) Zip Code 90630 _ Telephone No. (71})zzo-5940 (6) E-Mall :1Nt1SRY�a%NE41+y4r1NNt1l:)L.�1N1:).f"p�4 ��___ �_._ NOTARIAL AC'KNOW1_,H)GItiI1 N`I" OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 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 On OCTOBER 25, 2018 before me, TEAGAN N. HEIDENRICH, NOTARY PUBLIC (insert name and title of the officer) personally appeared ADAM NASRY 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. TEAGAN N.HEIDENRICH WITNESS m hand and official seal. Notary angePublir County Z y � _,r• Orange County n Commission#2191593 My Comm,Expires Apr 14,2021 Signature (Seal) List below names of.' president, vice president, secretary and assistant secretary, if a corporation: if a partnership, list names of all general partners and managing partners: ADAM N ASRY-PRESIDENT MAISAA.AL LN-b ICL PRTSIDGN"C ADANI NASRY-SECRETARY ADAII NASRY-ASSIS FAN] SGCRETARY C-19 EXHIBIT C LOCAL AGENCY BIDDER DBE ('O1M1[I'MEN'T (CONS'llttJC"PION CONTRACTS NOTE: PLEASE REFER TO [NSTRUC'IIONS ON TIIG: REVERSE SIM OF TIIIS FORNM LOCAL AGCNCY: CITY Oh I IUNTINGTON BEACH LOCATION: 2O(i0 N'IAIN S"1�.,IIl-!N I'INGfUN BIiACI I.CA 42FdS PRO,II::C"1 17ESCK.II'1ION: M6C-5?0 YOU1'}4 Sl 1L:1;1FR AD<<\UPGRADES ANU h0O1_REPLACLNILN7' __�_ LO I AL CON LRAC'I ANIOUN I _.... BIL)DA LE: 1(N_>5-20I S BIDDFR'S NAME: NPIMNIAN N11DL.�\NI)CORP CONTRACT D13F GOAL: CONfRAC"L I"CI hA OF\V'OILIC AND DLSCRII'LION DBE CFRI-NO. NAME OF EACH D13[ DOLLAR A MOUN-1 HENI NO, OR SI-RVICES TO BE AND L\PIRATION Must be ccr-Lified on the dale hide I:tBI- SI IL3 :ON I RAC IH)OR MA fFRIALS DATI ue opened-include DBF,address TO Ill" PROVIDED(orcormactcd it the mid pholtc number) bufder is a D13F) For Local Agency to Complete: Total Caaumc:d DBF Local Agency Contract Number: Participation Federal-aid Project Number: >,0 Federal share. ....._..... Contact Award Date: ------------------ - ........._............ 1_ort).Ageuev certifies that all D131(cerlification;have been verified and information is com1)lete and ace iimle. SiL,milme of Bidder IUi2.'i(__'Oly__ C71'I)220_59,.10 -- Date (Area Code) I el.No. — Print Nance. Signa(ure Date AD.A. NASRy Local Agency Represeututiee Person to Contact (I'lease'fype of Print) (Area Code)Telephone Number:_ Local Agency Bidder Dt3Ft Coinniiimrni(Cowl nicliov( +nua�Ls) (Rev W26109) C-20 PLEASE NOTE: This information jnay be submitted with your bid. 1f it is not, and you are the apparent low bidder or the second or third low bidder, it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE coimniturent will be grounds for finding the bid nonresponsive The forin 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 fcn- the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs. I'rijne 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 DM. The DBE shall provide a certitication number to the Contractor at.ld expiration date. Enter the DBE prime's and subcontractors' certification mrmbers. The torn 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-"bier DBE Subcontractors and their respective iteni(s) of wink listed should be consistent, where applicable, xvith 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 annount of items of work submitted with your bid pursuant to the Special Provisions. (11 100`,,Q 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 Finns. 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. C-21 1_XHIBIT Q EQUAL EMPI..OY>•-1.E;N'I' OPI'ORZ I'CJN1'I"Y CERTIFICATION ION The bidder NF","MAN MIDL.nND cORP [proposed subcontractor ] hereby certifies that he/she/it has ,has not , participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, t 1114, or 11246, and that, where required, he/she/it has (fled 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 Oppo►1trnity, all reports due under the applicable filling requirements. Norte: 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 subeontracta►s 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 1.00 (EEO-1) is the only report required by the Executive Orders or tlieirimplenrentingregulations. (ceoc.gov/employers/eeolsurvey;index.cfm) 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 O Sibnature: , Date: Print Name: ADAI4 NASRY Title: PRUND NT C-22 EXHIBIT E N®NC®LLUSI®N AFFIDAVIT (Title 23 United States Code Section 1 12 and Public Contract Code Section 7106) MSC-520 Youth Shelter ADA Upgrades And Roof Replacement To the City of Huntington Beach in conformance with Title 23 United States Code Section 112 and California 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 pert 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 Bidder's Proposal. By signing the Proposal, the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. Signature: Date: 10/25/18 Print Name: ADAM NASRY "Title: PRESIDENT C-23 EXHIBIT F 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 with Bidder 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 ) years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against him/her 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 oraward, 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. Note: 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. Signature: Date: 10/25/18 Print Name: ADAM NASRY Title: PRESIDENT C-24 EXHIBIT C NQNL®BBYING CERTIFICAT1QN F®R FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief: that: L 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, ()►•ant, 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. Signature: Date: 10/25/18 Print Name: ADAM NASRY Title: PRESIDENT C-25 EXHIBIT I-I 12ISCL®SURE QE LOBBYING ACTIVITIES COMPLEI'I TFIIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO31 U.S.C. 1352 I. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: A a.contract ❑a.bid/olTer/application a.initial b.grant b. initial award b.material change c.cooperative agreement c.post-a).vard d.loan For Material Change Only: c.loan guarantee scar_ quarter t:loan insurance date oflast report 4. Name and Address of Reporting Fntih 5. If Reporting EntihI in No.4 is Subawardee, ® Prime Enter Name and Address of Prime: �Subawardce Tier il'known Congressional District,it known Congressional District,it knomn 6. Federal Departunent/Ageney: 7. Federal Program Name/Description: CFDA Number,ifapplicable 8. Federal Action Number,it known: 9. Award Amount,Wknoxvw 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name;first name.MI) address if different from No. l0a) (]List name;first name--MI) (attach Continuation Sheet(s)it'necessary) IL Amomrt of Payment check all that ap rl} 13. 'hype of Payment(check all that apply) $ Actual planned n.retainer h.one-time fee 12. F fru of Payment(check all that apply): C.commission tja.cash d.contingent fec b.in-kind. specil'y: nature e deferred value I.other,specify 14. Brief Description of Semices Performer)or to be performed and Date(s)of Service,including_ oflicer(s),emplovec(s),or member(s)contacted,for Payment Indicated in Item 11: (attach Contitoon Shect(s)ifnssary) 15. Continuation Sheet(s)attached: Yes No X 16. Information requested throu;h this form is authorized by'Title 31 U.S.C. Section 1352. This disclosure of-lobbying reliance Sienaturc: was placed by the tier above when his transaction was made or entered into. This disclosure is rcquircd pursuant to 31 U.S.C. Print Name: ADAM NASRY 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any title: I RI SIDLNT person who fails to file the required disclosure shall be subject to a civil pcnalnr of not less than$10,000 and not more than Telephone No.: 714-220-5940 Date 10/25/18 $100,000 for each such tail Lire, Authorized for Local Reproduction Federal Use Onh': Standard Form-LI_L Standard Ponn LLL Rev.09-12-97 C-26 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H DISCI_.OSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prinic 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 tiling of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an. ofttcer 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 ra continuation sheet for additional information if the space on the. form is inadequate. Complete all items that ripply Ivor both the initial filing and material change report. Refer to the implerarentirag 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 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) Tarter the (Lill 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 i f it is or expects to be a prime or subaward recipient. Identify the tier of' the sttbawardec, e.g., the first subawardec of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grcllrts. 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, it 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 member 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., "RFP-DE-90-001.'� 9) For ra 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 fill 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 futl address if C-27 different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). I I)Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item I0). 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, crlter the CLi111lilative amount of payment made or planned to be made. 12)Check the Appropriate box(es). 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(es). Check.all boxes that apply. 11"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 eniployee(s) contacted or the offteer(s) employce(s) or Men.iber(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%lier name title and telephone nunl.ber. Public reporting; burden for this collection of information is estimated to average 30 rlrinutes per response, including time for revicNving instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden est.iniate or any other aspect of this collection of information, including suggestions for reducing this burden., to the Office of Managcment and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing clues Ito iulaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 81.03 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). C:-28 EXHIBIT I FEDERAL LOBBILING JJLSTRIC"TIQNS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of' a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the, making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid fOr the same purposes in Connection with this Federal-aid contract, the recipient shall Submit an executed certification and, if required, submit a completed disclosure form. as part of'the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - l.,LL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above refcrenced certification and disclosure of lobbying activities shall be included in cacti subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contmetor, subcontractors and any lower-tier contractors shall. file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially, affects the accuracy of the information contained in any disclosure tbrin previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy oI' the information reported includes: I) A cumulative increase iF $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s) or individival(s) influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered .Federal Action. C-29 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER ONE For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 18, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PREVAILING WAGE SCHEDULE—SPECIFICATIONS MANUAL APPENDIX H Replace Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 09/07/2018 with Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 10/05/2018 attached. This is to acknowledge receipt and review of Addendum Number One, dated October 18, 2018. NEWMAN MIDLAND CORP ADAM NASRY Company Name By/ 10/25/18 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER TWO For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 22, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1. EXIT SIGNS—SHEET E2.0.0—(3 attachments) Provide attached exit sign or approved equal 2. PLUMBING FIXTURES—SHEET P0.0.2—(3 attachments) a. Soap dispenser is to be stainless finish as stated in plans. b. Shower valves to be stainless finish. c. Lavatory faucets to be stainless finish—please use the attached faucet with stainless finish in lieu of the lavatory faucets noted on plans. d. The spray attachment for kitchen sink is included in the faucet. The dishwasher air gap shall be added. Therefore the quantity of faucet holes will be 4. This is to acknowledge receipt and review of Addendum Number Two, dated October 22 2018. NEWMAN MIDLAND CORP ADAM NASRY Company Name By 10/25/18 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. 11 1 Document A310T�' — 2010 m Bid Bond CONTRACTOR: SURETY: (game. legal status and address) (Vaine, legal status and principal place Newman Midland Corp of'business) 9242 Walker Street,Ste.A United Fire&Casualty Company Cypress,CA 90630 P.O.Box 73909 This document has important legal Cedar Rapids,IA 52407-3909 consequences.Consultation with OWNER: an attorney is encouraged with (Nance, legal statics and address) respect to its completion or modification. City of Huntington Beach 2000 Main Street, Any singular reference to Huntington Beach, CA 92648 Contractor,Surety,Owner or BOND AMOUNT: (10%)Ten percent of the attached bid amount other party shall be considered plural where applicable. PROJECT: (Panne, location orr address, and Project number, if anj) Project No. MSC-520,Youth Shelter ADA Upgrades and Roof Replacement Project Number,if any: MSC-520 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 heirs,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 tine specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)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 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 Owner 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.The Surety hereby waives any notice of 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 aggre<gate beyond the time for acceptance of bids specified in the bid documents,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 term 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 of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a cormnon law bond. Signed and sealed this 15th day of October, 2018 Newman Midland Corp (Principal) (Seal) (YYitness) \PENT (Title) r United Fire&-Casualty Company r1°) (Seal) (TVitness) Natas 'a Smit (Title) VanessJ Copeland, Attorney-in-fact AIA Document A310TM —2010.Copyright©1963.1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA" Init. Document is protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or distribution of this AIA°'Document,or any portion of'tt,may result in severe civil and criminal penalties.and will be prosecuted to the maximum extent possible under the law,This i document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-Demand'"'order no. 2008397483.and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced nrior to its romnletion.na,1,0 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 ./0 LlS before me, Natassia Kirk-Smith Notary Public, personally appeared Vanessa Copeland 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 mstriment and acknowledged to me that he/she/they executed the same in his/her/thtir 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 `NATASSIA KIRK-SMITH paragraph is true and correct. : Notary Public-California Orange County Commission P 2253818 WITNESS my hand and official s ® My Comm.Expires Aug 12,2022 > Signature Signature of c Place Notary Seal Above ---------------------------------------------------------- OPTIONAL -------------------------------------------------------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Capacity(ies) Claimed by Signer(s) Signer's Name: Vanessa Copeland Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner: ❑Limited ❑ General ❑ Partner: ❑Limited ❑General © Attorney in Fact ❑ Attorney in Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Rev. 1-15 UNITED FIREBL CASUALTY COMPANIY,CED?,R RAPIDS,IA inquiries: Burets;Department UNITED FIRE&INDEMI�ITTY GdMPANY,WEBSTERs T:X 118 Second Ave SE f9 FINANCIAL PACIFIC INSURANCE COMPANY,ROCKLIN,CA Cedar Rapids,IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY INSURANCE (original on file at Home Office of Company—.:See Certification.) KNOW ALL PERSONS BY THESE PRESENT$,That United Fire&Casualty Company,a corporation duly organize and existing under the laws of the State of Iowa; United Fire'& Indemnity Company?;a corporatjon duly organized and existing under the laws of the State of Texas; and Financial.Pacific Insurance Company,a corporation duly.organized and existing under the laws of the.State of California(herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa,does make,constitute and appoint JENNIFER GRENROOD,;.,ERIC LOWEY, MARK RICHARDSON, VANESSA COPELAND, SHAWN BLUME, KEVIN CATHCART, EACH INDIV :DUALLY III their true and'lawful Attorne s-in-Fact with owez and authori hereb` conferred to si seal and execute in its behalf all lawful bonds; Yt p <,. ty Y undertakings and other obligatory instruments of similar nature provided that no single obligation shallexceed $60,660,000 00 and to bind the Companies thereby as fully°and to'the same extent as if such in were'signed by the duly authorized;officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain m full force and effect until revoked by United Fire &Casualty Company, United Fire & Indemnity Company,and Financial Pacific Insurance Company. This Power of A.Itorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15,2013,by the Boards of : Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President,or any other officer of the Companies may, from time to time, appomt by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power Of attomey or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and.:the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact,subjectto'the limitations set of. forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. 'The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke-all-power and authority . previous lygiien to any attorney-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its "O,U„b»q ot ,, vice president and its corporate seal to be hereto affixed this q� 15th day of November, 2017 `W COAPOAATE�* ��t :CORPORATE UNITED FIRE&CASUALTY COMPANY SEA SEAT UNITED FIRE&INDEMNITY COMPANY c '',;?l�a,,;;ros�°,• '���BSTERTE,.��,° ,; FINANCIAL PACIFIC INSURANCE COMPANY'' By: ' State of low a,County of Linn,ss: Vice President iln 15th day of November 2017 before me personally came..Dennis .J. Richmann to me known,who bemg;by me dilly sworn,did depose and;say;that he resides m Cedar Rapids, State of Iowa;that he:is a Vice:President of United Fire , Casualty:Company, a;Vice President of United:Fire & Indemnity Company, and a Vice President of Financial)Pacific;Insurance Company the corporations described IIi and which executed the;above iirstrument; that he knows the seal of said cozporations; that the seal affixed to the said instrument is such corporate seal;that it ,vas so affixed pursuant to authority given by the Board of 17irectozs of said corporations and>that he signed his name thereto pursuant to like authority,and'acknowledges wine to be the act and deed of said corporation Q wa•ea Patti Waddell ' 1 r Iowa Notarial Seal Commission number 71324 WWW Notary Public f My Commission Expires lorz /tots M commission expires: 10/26/20.19 P ., I": ary A,Bertsch:Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity:Company, and Assistant Secretary of Financial Pacific Insurance Company, do herebycertify;that 11,have compared the foregoing copy of the Power of Attomey and affidavit and; the copy of the Section of'the bylaws and resolutions of said>GoMorations as set forth.in said Power of Attorney,with the.ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power ofAttorney has not been revoked and is now in full force and effect. In test imo v ereof l have hereunt su scri my name and affixed th corporate seal of the said Corporations this` / n?` day;of .`11 c- ocM�, G�rtC I NSUgq� = '. '7D COAI'ORATP CO SEA L I ATE .Cqu 966 \4=a By `,� g;�o oar• �s y y UFORa <,,. �/JJJ� Assistant Secretary, '�m,rmicr » nn OF&C&OF&I&FPIC BPOA0049 1217 This paper has a colored background and void pantograph. r ' `P Newman Midland Corporation 9242 Walker Street,Suite A Cypress,CA 90630 Phvr c:(7y4I 27O-5940 L lc.N!75775S SEALED BID for MSC-520 Youth Shelter ADA Improvements and Roof Replacement in the CITY OF HUNTINGTON BEACH DO NOT OPEN WITH REGULAR MAIL DELIVER TO THE OFFICE OF THE CITY CLERIC,2000 MAIN STREET, SECOND FLOOR City of Huntington Beach r ' 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk 77,1969 o Robin Estanislau, City Clerk January 9, 2019 PCN3, Inc. 5450 Katella Ave., Suite 101 Los Alamitos, CA 90720 RE: Youth Shelter ADA Upgrades and Roof Replacement— MSC-520 Enclosed please find your original bid bond for MSC-520. Sincerely, & Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities. Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of MSC-520 YOUTH SHELTER ADA UPGRADES and ROOF REPLACEMENT 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 therefore, 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 90 working days, starting from the date of the Notice to Proceed. 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 re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. I f 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 in the amount of (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for_% ", as the case may be) $ 1 a ;", a f t a -ea f �d er/c, (! which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealcd Bids, payable to the AGENCY. Any standard Surety Bid Bond form is acceptable. C-1 Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received 'dder's Signature I /N 2 ►6 zz. f 8 PROJECT WORK SCHEDULE: 1. The contract shall allow the Contractor 90 working days to complete the contract. 2. The Contractor shall start the project no later than December 17, 2018. I The Contractor shall complete the project no later than April 25,2019. Bidder shall signify receipt of Project Work Schedule here: Bidder's Signature PROJECT BID SCHEDULE Item No. Item Bid Amount in Figures 1. MSC-520 Youth Shelter Construct ADA restroom and kitchen and accessible path improvements and �n ADA Upgrades & Roof S� Replacement demolish and replace existing roof per plans and specifications Total Lt imp Sum Bid Amount S Do 0 Total Bid Amount in Words: 1;Ii I r ILM Y-C SP�(P.✓1 C-Z 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 Item(s) State Lie.# Dollar % of Name and Address of Subcontractor and Class DIR# Amount Contract AIY- Gleam AnWfibr)MOYM Snc 9034-1)1 B.A, PfIge es, CA 01 002.2 G22- 100000gl3 YTI Eaherf lris-es 11,oe. $30296 12.6o S• Sfi�'e C_A) plcwy, Jaoo005 AAKihe+rri, cA c�2-&06 C6I /41�o cT. C01QV' \ , 150n •rule'. 260 0 5323 AIh�bY� AVe-,L`s 8 3 �oo0001�58 *413-30 Att9de-s CA 9003q- C5it I J J 449528 (00000(gg) S�tlrace st', RiYefside, C-S`? If4°d8 �( ,6 (, et ZAS o� 4-leg Katllct .AVe.4k4t60 �000�0530°9 CE.;Soon `� 1. S on e6 o P fb -Gd m#1 5�S­18/MS l rl(- 6/2153 15531 COMWmef' la.n2 /a0000�401 �Sao� 0,000, H�vnfi� to n '�eacl► C� �d�4 C I ° 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 10/12/18 at Los Alamitos CA Date City State Brian Abghari being first duly sworn, deposes and says that he or she is President of PCN3, 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. PCN3, INC. Name of Bidder Signature 'Bidder 5450 Katella Ave. suite 101 Los Alamiots,CA 90720 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 PROJECT NAME, (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. PCN3, INC. Contractor ^n By President Title Date: 10/12/18 C-s 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 ® No If the answer is yes, explain the circumstances in the space provided. L t / J V 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. PCN3, INC. Contractor By President Title Date: 10/12/18 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: PCN3, INC. Biddcr Name 5450 Katella Ave. suite 101 Business Address Los Alamitos, CA 90720 City, State Zip ( 562) 493-4124 X 402 Telephone Number 786518 A,B,C10,C51 State Contractor's License No. and Class 10/26/2000 Original Date Issued 10/31/2020 Expiration Date The work site was inspected by Pedro Mercado of our office on October 16 , 2018 . The following arc persons, firms, and corporations having a principal interest in this proposal: Brian Abghari President 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. PCN3, INC. Company Name/ I Signature of Bidder Brian Abghari Printed or Typed Signature Subscribed and sworn to before me this 23 day of October , 2018 . NOTARY PUBLIC NOTARY SEAL C-8 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 ) On A". c��' o� before me, lc (insert name and title of the officer personally appeared -2?c�- �A r— who proved to me on the basis of satisfactory evid e to be the person(s whose names) Wave- subscribed to the within instrument and acknowledged to me that he/s#eAhey executed the same in his/he44ieirauthorized capacity(i&e), and that by his/hefAfmir 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. _.._ SUSAN BELL WITNESS my hand and official seal. Comm. 8215202, Notary Public•Californian' Los Angeles Count 01 --comm.1upires"31,2 020 Signatu�e (Seal) Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. List below the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. 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 Agenc�97 Name and Telephone No. of Proj ct,,lVlanagcr Contract Amount Type of Work Date Completed Provide additional project description to show similar work. Name and Address of Public Agency Name and Telephone No. of Project Manager Contract Amount Type of Work Date Completed Provnide additional project description to show similar work: t C-9 5450 Katella Ave.,#101, Los Alamitos, CA, 90720, Phone: 562-493-4124, Fax: 562-493-4129, License#: 786518 Previous Major Project Experience: 1st Project: Project Name: Beverly Hills USD — Interim Housing Project Location: Beverly Hills, CA Name of Contractor: PCN3, INC. Owners Contract Number: 14-15/2009 Owner: Beverly Hills Unified School District Owner address: 255 S. Lasky Dr., Beverly Hills, CA, 90212 Owner telephone #: 805-689-0783 Owners Authorized Rep.: Michael Dobrotin Architect: DLR Group + HMC Architects Architect Address: 3130 Wilshire Blvd., 6th Floor, Santa Monica, CA, 90403 Architect Tel#: Karen Macintyre @ 310-828-0040 Project Description: All site demo, site grading, site preparation, site utilities, electrical, plumbing, low voltage and fire alarm scope of work for complete and operational installation of above 70 portable buildings in Beverly Hills High School and El Rodeo school Type of Contract: Fixed Price Initial Contract Value: $5,898,000.00 Final Contract Value: $6,772,000.00 Percentage complete: 100% Contract Start Date: October 2015 Contract initial completion Date: Feb 2016 Final Completion Date: August 2016 Assessed Value of Liquidated Damages: None Number of Legal Claims Incurred:None Number of legal Claims currently in litigation: None Was your contract terminated in full or in part: No Public bid: Yes Percent of work subcontracted: 50% Construction Type: Occupancy Category IV: No Complex Data/telecom/audio visual systems integration: Yes 5450 Katella Ave.,#101, Los Alamitos, CA, 90720, Phone: 562-493-4124, Fax: 562-493-4129, License#: 786518 2st Project: Project Name: UCLA — MP200 Public Area Improvement Project Location: Los Angeles, California Name of Prime Contractor: PCN3, INC. Owners Contract Number: 945394.01 Owner: University of California, Los Angeles Owner address: 1060 Veterans Ave., Los Angeles, CA, 90095-1365 Owner telephone #: 310-267-1231 Owners Authorized Rep.: Carla Berry Architect: The Design Partnership, LLP Architect Address: 1629 Telegraph Ave., #500, Oakland, CA, 94109 Architect Tel#: 916-224-4410 Project Description: Renovation of 5 bathroom and all public hallway areas in 200 Medical Plaza Building on all 6 floors. Type of Contract: Fixed Price Initial Contract Value: $3,478,000.00 Final Contract Value: $6,080,000.00 Reason for difference: Unforeseen Condition and Owner added scope. Percentage Complete: 100% Contract Start Date: June of 2016 Contract initial completion Date: May of 2017 Final Completion Date: Jan of 2018 Reason for difference: Unforeseen Condition and Owner added scope. Assessed Value of Liquidated Damages: None Number of Legal Claims Incurred:None Was your contract terminated in full or in part: No Public bid: Yes Percent of work subcontracted: 30% Construction Type: non-rated Occupancy Category IV: No Complex Data/telecom/audio visual systems integration: yes 5450 Katella Ave.,#101, Los Alamitos, CA, 90720, Phone: 562-493-4124, Fax: 562-493-4129, License#: 786518 3rd project: Project Name: Rancho Middle School — Music Room Renovation Project Location: Irvine, California Name of Prime Contractor: PCN3, INC. Owners Contract Number: 04-115588 Owner: Irvine Unified School District Owner address: 5050 Barranca Parkway, Irvine, CA, 92718 Owner telephone #: 949-936-5311 Owners Authorized Rep.: Ryan Zajda Architect: Webb-Cleff Architects Architect Address: 531 Encinitas Blvd., Ste. 114, Encinitas, CA, 92024 Architect Tel#- 760-753-6800 Project Description: The Work includes the complete tentative improvement and addition to the music room at Rancho San Juaquin Middle School in Irvine unified school district. Type of Contract: Fixed Price Initial Contract Value: $1,198,000.00 Final Contract Value: $1,303,000.00 Reason for difference: Unforeseen Condition and Added Scope Percentage Complete: 100% Contract Start Date: March of 2017 Contract initial completion Date: September of 2017 Final Completion Date: September of 2017 Reason for difference: Unforeseen Condition and Added Scope Assessed Value of Liquidated Damages: None Number of Legal Claims Incurred-None Was your contract terminated in full or in part: No Public bid: Yes Percent of work subcontracted: 40% Construction Type: V-1 hour rated Occupancy Category IV: No Complex Data/telecom/audio visual systems integration: Yes - C 3 5450 Katella Ave.,#101, Los Alamitos, CA, 90720, Phone: 562-493-4124, Fax: 562-493-4129, License#: 786518 4th Project: Project Name: Paul Biane Library 2"d floor Tentative Improvement Project Location: Rancho Cucamonga, California Name of Prime Contractor: PCN3, INC. Owners Contract Number: 800-2015-29 Owner: City of Rancho Cucamonga Owner address: 10500 Civic Center Dr., Rancho Cucamonga, CA, 91730 Owner telephone #: 909-477-2700 ext. 4070 Owners Authorized Rep.: Romeo David Architect: Diversified Pacific Communities Architect Address: 10621 Civic Center Dr., Rancho Cucamonga, CA, 91730 Architect Tel#: 909-373-2616 Project Description: The Work includes the complete tentative improvement of the 2nd floor of the Paul Biane Library. The Work will include selective interior and exterior demolition, All new interior walls and interior finishes, new MEP systems, fire sprinkler system. Type of Contract: Fixed Price Initial Contract Value: $1 ,932,000.00 Final Contract Value: $2,205,000.00 Reason for difference: added scope of work and unforeseen Percentage Complete: 100% Contract Start Date: December of 2015 Contract initial completion Date: September of 2016 Final Completion Date: December of 2016 Reason for difference: added scope of work and unforeseen Assessed Value of Liquidated Damages: None Number of Legal Claims Incurred:None Was your contract terminated in full or in part: No Public bid: Yes Percent of work subcontracted: 55% Construction Type: V-1 hour rated Occupancy Category IV: No Complex Data/telecom/audio visual systems integration: Yes -P C. _ ­ 1 5450 Katella Ave.,#101, Los Alamitos, CA, 90720, Phone: 562-493-4124, Fax: 562-493-4129, License#: 786518 5th Project: Project Name: Pamela Park Building Addition Project Project Location: Duarte, California Name of Prime Contractor: PCN3, INC. Owners Contract Number: 7324 Owner: County of Los Angeles Owner address: 900 South Fremont Ave., Alhambra, CA, 91803 Owner telephone #: 626-300-2337 Owners Authorized Rep.: Sam Shadab Architect: County of Los Angeles Public Works Unit Architect Address: 900 South Fremont Ave., Alhambra, CA, 91803 Architect Tel#: 626-300-2337 Project Description: The Work includes the complete tentative improvement and addition to the music room at Rancho San Juaquin Middle School in Irvine unified school district. Type of Contract: Fixed Price Initial Contract Value: $598,500.00 Final Contract Value: $725,000.00 Reason for difference: Unforeseen and Added Scope of work Percentage Complete: 100% Contract Start Date: March of 2017 Contract initial completion Date: September of 2017 Final Completion Date: November of 2017 Reason for difference: Unforeseen and added scope of work Assessed Value of Liquidated Damages: None Number of Legal Claims Incurred-None Was your contract terminated in full or in part: No Public bid: Yes Percent of work subcontracted: 40% Construction Type: V-1 hour rated Occupancy Category IV: No Complex Data/telecom/audio visual systems integration: Yes 5450 Katella Ave.,#101, Los Alamitos, CA, 90720, Phone: 562-493-4124, Fax: 562-493-4129, License#: 786518 6th Project: Project Name: Campbell Hall-AAP Additional and Renovation Project Location: Los Angeles, California Name of Contractor: PCN3, INC. Owners Contract Number: 943960.01 Owner: University of California, Los Angeles Owner address: 1060 Veteran Ave, Los Angeles, Ca 95136 Owner telephone #: 310-983-3338 Owner Fax#: Owners Authorized Rep. Ken Mand Architect: Barton Phelps and Associates Architect Address: 5514 Wilshire Blvd, 10th Floor, Los Angeles, Ca 90036 Architect Tel#: 323-934-8615 Architect Fax#: 323-934-3289 Contact Person: David Haggerty Construction Management for this project was by UCLA capital Programs. Project Description: This project constructs a one-story addition and renovates a portion of the building for use by the Academic Advancement Program (AAP). The project constructs a training room for academic tutoring and peer learning programs, and renovates two existing training rooms, and provides the facility with a code compliant restroom. Type of Contract: Fixed Price Initial Contract Value: $1,313,000.00 Final Contract Value: $1,501,000.00 Percentage complete: 100% Contract Start Date: March 2014 Contract initial completion Date: April 2015 Final Completion Date: May 2015 'C 3 5450 Katella Ave.,#101, Los Alamitos, CA, 90720, Phone: 562-493-4124, Fax: 562-493-4129, License#: 786518 7th Project: Project Name: Temple City HS-Interim Housing Project Location: Temple City, California Name of Contractor: PCN3, INC. Owners Contract Number: 14-001 Owner: Temple City Unified School District Owner address: 9700 La Tunas Drive, Temple City, Ca 91780 Owner telephone #: 626-548-5000 Owner Fax#: 626-548-5025 Owners Authorized Rep. Octavio Nava @ 323-213-0887 Architect: LPA Architect Architect Address: 5161 California Ave, Ste No. 100, Irvine, Ca 92617 Architect Tel#: 949-261-1001 Architect Fax#: 949-260-1190 Contact Person: David Eaves Construction Manager for this project was Telacu Construction Management. Project Description: The project includes underground utility work and final connections of 21 portable classroom and 2 buildings including, but not limited to electrical, low voltage, water sewer, fencing, paving, and etc. Type of Contract: Fixed Price Initial Contract Value: $1,181,000.00 Final Contract Value: $1,131,000.00 Percentage complete: 100% Contract Start Date: June 2014 Contract initial completion Date: Aug 2014 Final Completion Date: Sep 2014 4C _ _ 5450 Katella Ave.,#101, Los Alamitos, CA, 90720, Phone: 562-493-4124, Fax: 562-493-4129, License#: 786518 8th Project: Project Name: Eagle Rock HS — Stage Lighting & Rigging Project Location: Los Angeles, California Name of Prime Contractor: PCN3, INC. Owners Contract Number: 1310007 Owner: Los Angeles Unified School District Owner address: 333 S. Beaudry Ave., 23rd Floor, LA, CA, 90017 Owner tel #: 213-503-6139 Owners Authorized Rep.: Louis Ramos Architect: AMADOR WHITTLE ARCHITECTS, INC. Architect Address: 17 East High Street, Moorpark CA 93021 Architect Tel#: 805-530-3938 Architect Fax#: 805-530-3942 Contact Person: Bill Amador Construction Manager was done by LAUSD - Facilities Project Description: The fcunishing of all labor, materials, equipment, services, and incidentals necessary for Work of the Auditorium Renovations, consisting of access compliance interior and exterior work., installation of new stage lighting & rigging, new sound booth, ADA upgrades for accessibility and restroom ADA upgrades for auditorium, new fire curtain, Upgrading existing kitchen hoed fire suppression system at Eagle Rock Nigh School located at 1750 Yosemite Drive, Los Angeles, California 90041, as set forth in the Contraction Documents which include, but are not limited to, the Drawings and Specifications. _ Type of Contract: Fixed Price Initial Contract Value: $1,734,000.00 Final Contract Value: $3,134,000.00 Reason for difference: Added scope of work Percentage Complete: 100% Contract Start Date: July of 2012 Contract Initial completion date: July of 2013 Contract final completion date: Oct of 2013 � 3 5450 Katella Ave.,#101, Los Alamitos, CA, 90720, Phone: 562-493-4124, Fax: 562-493-4129, License#: 786518 9th project: Project Name: Fontana Fire Station #73 Project Location: Fontana, California Name of Prime Contractor: PCN3, INC. Owners Contract Number: SB-03-DE-15 Owner: City of Fontana Owner address: 8353 Sierra Ave., Fontana, CA, 92335 Owner tel #: 909-350-7661 Owners Authorized Rep.: Richard Oaxaca Architect: WLC Architects Inc. Architect Address: 8163 Rochester Ave., Suite 100, Rancho Cucamonga, CA, 91730 Architect Tel#: 909-987-0909 Contract Person: Shih-Jing Yen There was no Construction Manager in this Project Project Description: New Fire Station #73 building along with all associated work and street work. Type of Contract: Fixed Price Initial in-place —value-of: $4,832,000.00 Final in-place —value-of: $4,982,000.00 Reason for difference: added scope of work and unforeseen conditions Percentage Complete: 100% Contract Start Date: Oct of 2014 Contract initial completion Date: March of 2016 Final Completion Date: March of 2016 Reason for difference: added scope of work and unforeseen conditions 3 5450 Katella Ave.,#101, Los Alamitos, CA, 90720, Phone: 562-493-4124, Fax: 562-493-4129, License#: 786518 10th Project: Project Name: UCLA North West Campus Facilities Yard Name of Prime Contractor: PCN3, INC., Address of Prime Contractor: 5450 Katella Ave. #104, Los Alamitos, CA, 90720 Owners Contract Number: 9910ZSA524 Owner: University of California, Los Angeles Owner address: 1070 Veteran Ave. Los Angeles, CA, 90095 Owner telephone #: 310-847-9181 Owners Authorized Rep.: Eric Hunnes Architect: UCLA Facilities Management —Architectural Unit Architect Address: 731 Charles E Young Dr., South, 3rd Floor, LA, CA, 90095 Architect Tel#: 310-983-3156 Contact Person: Marcos R. Long There was no Construction Manager in this Project Project Description: Construction of New Facilities Yard for UCLA on slope of North West Corner of Campus the scope included 1 mile of concrete retaining wall and mass grading to make the space available.- This project was located on Hill Site and we had to built 1 Mile of concrete retaining wall on this project and work thru various slopes Type of Contract: Fixed Price Initial Contract Value: $2,100,000.00 Final Contract Value: $2,400,000.00 Reason for difference: Added scope of work in approved change orders by request of university Contract Start Date: March of 2015 Contract initial completion Date: December of 2015 Final Completion Date: December of 2015 Reason for difference: Due to Added scope of work in approved Change orders by request of District. 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 Brian Abghari Name of proposed Project Manager Telephone No. of proposed Project Manager: 562-493-4124 X 402 Project Name & Contract Amount Type of Work ate Completed �N Project Name & Contract Amount TypeO Date Completed Project Name& Contract Amount Type of Work Date Completed 2 Tim Teymouea. z an Name of proposed Superintendent Telephone No. of proposed Superintendent: 310-990-9941 Project Name& Contract Amount Type of Wjrk Date Completed Project Name & Contract Amount 6F ,pe of Work Date Completed Project Name & Contract ount Type of Work Date Completed C-10 APP C� 1 . J Brian Abghari: Project Manager (QCO) Education: F Bachelor of Physics Engineering and Computer Science ��� F Y g g p University of British Columbia, Vancouver, Canada Hold California Contractor's License A, B, C10 and C51 10 hour OSHA certified ' Length of Employment: He works for PCN3 since Beginning of 2006 Duties: Brian has worked with PCN3 for 12 years, and has more than 20 years of construction experience, most of it focused on the education and public works sectors. As Project Manager & QCO, Brian is ultimately responsible for coordinating and managing the necessary resources throughout the entire project. He will ensure that both your and PCN3's expectations and budgetary guidelines are met or exceeded. Brian manages the project from beginning to end including budget, costs, schedule, risk management; insurance, general work performance and quality, and progress against the plan. Relevant Project Experience Includes: Project 1 • $2.0 Million — Eagle Rock HS Auditorium Renovation Project 2 • $4.6 Million — UCLA Clinical Research/Biomarker Lab Seismic Renovation Project 3 • $3.7 Million — Irvine Valley College— B200 Science Lab. Annex. Project 4. $2.8 Million - PYLUSD—Tuffree MS School Modernization Project 5. $2.6 Million— Hawaiian Garden Library 9) Performed duties Brian served as the Project Manager/ QCO for the projects. 2) Employer PCN3, INC. 3) Position title at start and finish of each job Brian was the Project Manager/QCO at the start and finish of all projects. 4) Part time and/or full time responsibilities As Project Manager/QCO, Brian managed the project from beginning to end, including budget, costs, schedule, risk management, insurance, general work performance, PCN3 INC. 31 APO C� quality, and progress against the plan while managing all necessary resources throughout the life of the project. 5) Assignment type General Contractor Project 1 • LAUSD — Eagle Rock HS Auditorium Renovation This project is a 17406 Lease-&-Lease-back a project which is 70% complete. PCN3 serve as the General Contractor. The project is fully regulated by DSA and it consists of access compliance interior and exterior work, _ � P ' installation of new stage lighting and rigging, new sound booth, ADA upgrades for A accessibility and restroom ADA upgrades for r � auditorium, new fire curtain, upgrade existing x: kitchen hood fire suppression system, new house lighting, new fire alarm system, and upgrading the fire rating of the ceiling and the walls. Start and finish date of each assignment August 2012 thru June 2013 Project 2 • UCLA — Clinical Research / Biomarker Lab Seismic ° Renovation 7 9 Interior Renovation and seismic renovation of a 23000 sq. ft. Outpatient clinic and a research a br lab at Level A and level B of old UCLA hospital .c along with all framing, electrical, HVAC, fire alarm, Medical air, Nurse Call, Plumbing, Data / Telephone, and high end finishes throughout yg„ the facility. ¢- osv Start and finish date of each assignment � December 2009 thru February 2011 PCN3 INC. 32 AF30 Project 3 • Irvine Valley College — B200 Science Lab Annex Site demo, site grading, over excavation, export off 2000.00 yard of dirt along with all work necessary to F building 3 new science lab, one classroom and ADA upgrade of existing bathroom in adjacent building. The scope of work includes new foundation, new structural steel framing, wood framing, new utilities, new fume hoods, new acid resistance plumbing, new HVAC, new , electrical, fire alarm, low voltage and all applicable REp finishes for very modern looking science annex. On the exterior we provided decorative concrete, landscaping and etc. �' F Start and finish date of each assignment November 2008 thru March 2010 Project 4 • PYLUSD — Tuff ree MS Modernization Demolition of all interior and selective structure of# school Building totaling 30,000.00 Sq. Ft. Then , Structurally upgrading the building and are provide new �" ,P... electrical, HVAC, fire alarm, framing, misc. concrete work, doors, windows, drywall, tack able surface along with all necessary low voltage work in order to provide new classrooms and computer lab inside this buildings. On the exterior of building provide new sidewalk, ramps, curb, gutter, and handrail in order to make the site ADA complaint. Start and finish date of each assignment Y June 2008 thru December 2008 Project 5 City of Hawaiian Garden Hawaiian Garden Library Interior and exterior renovation of 30,000.00 Sq. Ft. library building along with site improvements in the surrounding parking lot Start and finish date of each assignment January 2008 thru October 2008 �- yy \ e� � -� �gJBYIdgIW IIIIVIII �" PCN3 INC. 33 Tim Teymorian: Project Superintendent Experience: Tim has more than 5 years of construction experience, most of it focused on the education and Public works sectors. Tim has distinguished himself by his meticulous attention to detail and his thorough knowledge of construction principals and best practices. A combination of Tim's technical knowledge of construction technology combined with his superior leadership capability enables him to motivate a diverse workforce in the field to consistently deliver superior results. Relevant Project Experience Includes: Project 1 • $3.1 million — Palomar City College — Bldg. A & Veterans Renovation & Add. Project 2 • $0.3 Million — Irvine USD — University HS and Irvine HS Interim housing Project 3 • $2.9 Million — Beverly Hills USD — El Rodeo School — Interim Housing Project 4 • $1.2 Million — Newport Mesa USD— Costa Mesa HS —Art bldg. Renovation Project 5 • $0.4 Million — Irvine USD — Cypress ES — Interim Housing PCN3 INC. 1 � C 3 Tim Teymorian: Project Superintendent 1) Performed duties Tim served as the Project Superintendent for this project and was on-site full time for the project's duration. 2) Employer PCN3, INC. 3) Position title at start and finish of each job Tim was the Project Superintendent at the start and finish of this project. 4) Part time and/or full time responsibilities As Project Superintendent, Tim supervised all jobsite activities to ensure timely, on- budget project completions, monitoring the performance of subcontractors, preparing daily field reports, managing all subcontractor activity on the job and ensuring the project close-out is efficient, effective and implemented. 5) Assignment type General Contractor PCN3 INC. 2 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://cfiIing.dir.ca.gov/P WCR/ActionScrvIct?action=displayPWCRcgistrationForm DIR's Contractor Registration searchable database: https://cfiling.dir.ca.gov/PWCR/Scarch.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 Codc,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. PCN3, INC. Contractor By President Title Date: 10/12/18 DIR #: 1000007827 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): X Will ensure that 10%of all new hires as a result of this project shall meet all requirements 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: PCN3, INC. Contact Person: Brian Ab hari Contact Phone: Signed: Date: 10/12/18 *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). C-12 EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE(DBE) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety arc incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds. The Contractor should ensure that DBEs, as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps, as set forth in Part 200.321, Title 2 CFR, for this assurance. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-13 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. T I M Bid Opening Date 10 /2 5 /;r The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 0%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 Solicitation and Dates l G C-14 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. Bidder Normally Items of Work Performs Item Breakdown Amount Percent of (Y or N) oQtems ($) Contract lr 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: l 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: V L C-15 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: / I i � U 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. C-16 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place o Business I 1 (Street and Number) City and State (4) Zip Code Telephone No. 562 493-4124 X 402 (5) E-M�it l IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature m st be made by a general partner) (3) Place of Business (Street and Number) / City and State j (4) Zip Code Telephone No. .(5) E-Mail C-17 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted PCN3, INC. (2) (Signature) President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place of Business 5450 Katella Ave. suite 101 (Street and Number) City and State Los Alamitos, CA (5) Zip Code 90720 Telephone No, 562 493-4124 X 402 (6) E-Mail info@pcn3.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED .SCG C-18 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 ) On before me, (insert name and title of 1he officer) personally appeared ��\ AuVaaK� - who proved to me on the basis of satisfactory evidence be the person(s- whose name(S} is/3-Fe subscribed to the within instrument and acknowledged to me that he/she4l-rey executed the same in his/4&F4I;t it authorized capacityks), and that by his/hrrftl�reir signature(.e) 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. SUSAN BEL WITNESS my hand and official seal. Comm. #2152029 a� Notary Public•California n '" Los Angeles County Conan.upires may 31,2020 S i g n a t u r e (Seal) List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: Brian Abghari, President C-19 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT(CONSTRUCTION CONTRACTS NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: City of Huntington Beach LOCATION: Huntington beach, CA PROJECT DESCRIPTION: MSC-520 Youth Shelter ADA upgrades and roof replacement TOTAL CONTRACT AMOUNT: per total bid price $_ BID DAME: 10/25/2018 BIDDFR'SNAME: PCN3, INC. CONTRACT DBE GOAL: 0% CONTRACT ITEM OF WORK AND DESCRIPTION DBE CERT NO. NAME OF EACH DBE DOLLAR AMOUNT ITEM NO. OR SERVICES TO BE AND EXPIRATION (Must be certified on the date bids DBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address TO BE PROVIDED(or contracted if the and phone number) bidder is a DBE) For Local Agency to Complete: Local Agency Contract Number: Total Participation Claimed DBE $ 0.00 Federal-aid Project Number: 0 p�o Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. Signature of Bidd 10/12/18 562-493-4124 X 40 Date (Area Code)Tel.No. Print Name Signature Date Brian Abghari Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder DBE Commitment(Construction Contracts) (Rev 6/26/09) C-20 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 be 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 l:or 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 itcm(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, Fcdcral-aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing. C-21 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder PCN3, INC. [proposed subcontractor per subcontractor list for this project ] hereby certifies that he/she/it 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/she/it 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. (eeoc.gov/employers/ecolsurvey/index.cfm) 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. Signature: Date: 10/12/18 Print Name: Brian Abghari Title: President C-22 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) MSC-520 Youth Shelter ADA Upgrades And Roof Replacement To the City of Huntington Beach In conformance with Title 23 United States Code Section 112 and California 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 arc 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 Bidder's Proposal. By signing the Proposal, the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecut4on. Signature: Date: 10/12/18 Print Name: Brian Abghari Title: President C-23 EXHIBIT F 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 with Bidder 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 him/her 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. Note: 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. Signature Date: 10/12/18 Print Name: Brian Abghari Title: President C-24 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID 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 Mcmber 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. Signa ure: Date: 10/12/18 Print Name: Brian Abghari Title: President C-2 5 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS 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: a.contract M a.bid/offer/application ..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, 10' 11 Enter Name and Address of Prime: Prime Subawardee Pei/; ?Nt, S9t'SO Tier if known 7 •E Gtc//Q 14vt. 1!Jo) Congressional District,if known LDS ^/G M)`-y CA/9dF-CL Congressional District,if known 6. Federal Department/Agency: /'1 O, 7. Federal Program Name/Description: T6,49 CFDA Number,if Toll / oll S. Federal Action Number,if known: 9. Award Amount,if known: T 64 - T64 10. a.Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name,first name,MI) address ifdifferent from No.10a) ,A/ (last name,first name,MI) (attach Continuation Sheet(s)ifnecessary) 11. Amount of Payment check all that ap Ip y)� 13. Type of Payment(check all that apply) ♦ ILTXI S t� Actual planned a.retainer b.one-time fee 12. Fn of Payment(check all that apply): c.commission a.cash / d.contingent fee b.in-kind; �c.1v n r, e deferred ( 1 / /ZXue f other,specify 14. Rrief Description of Services Performed or to be performed and Datc(s)of Service,including officer(s),cmployce(s),or member(s)contacted,for Payment indicated in Item 11: (attach Conti0on Shcet(s)ifl:lssary) 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 Signature: was placed by the tier above when his transaction was made or entered into.This disclosure is required pursuant to 31 U.S.C. Print Name: Brian Ab9harl 1352. This information will be reported to Congress semiannually and will be available for public inspection.Any Title:Prpsedent 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 Telephone No.:562-493-4124 X 402 Date: 10/12/18 $100,000 for each such failure. Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 C-26 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H, 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. Cheek 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 cheeks "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 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 C-27 different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). It)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(es). 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(es). 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 employcc(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. By my signature on this proposal 1 certify, under penalty of per under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). C-Zs EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if$25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. C-29 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER ONE For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 18, 2018 Notice To All Bidders.- Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PREVAILING WAGE SCHEDULE—SPECIFICATIONS MANUAL APPENDIX H Replace Prevailing Wage Schedule General Decision Number CAI 80035 CA35 dated 09/07/2018 with Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 10/05/2018 attached. This is to acknowledge receipt and review of Addendum Number One, dated Octo r 18 2018. �G fi e/P. ��ic� ��i , Company Name By 16I ti3 /J Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 General Decision Number: CA180035 10/05/2018 CA35 Superseded General Decision Number: CA20170035 State: California Construction Types: Building, 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: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was 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 $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)7(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 1 01/12/2018 2 01/19/2018 3 02/09/2018 4 03/02/2018 5 05/04/2018 6 05/18/2018 7 06/15/2018 8 06/29/2018 9 07/06/2018 10 07/13/2018 11 07/20/2018 12 08/17/2018 13 08/24/2018 14 08/31/2018 15 09/07/2018 16 09/28/2018 17 10/05/2018 ASBE0005-002 07/01/2018 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 1/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 types of mechanical systems). . . . .$ 39.72 20.81 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls). . . . . . . . . . . . . . . . . . . . . . . . . . .$ 27.92 18.31 ---------------------------------------------------------------- ASBE0005-004 07/02/2018 Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not). . . .$ 19.93 11.72 ---------------------------------------------------------------- * BRCA0004-010 05/01/2018 Rates Fringes BRICKLAYER; MARBLE SETTER. . . . . . . .$ 39.98 14.90 *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 ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ---------------------------------------------------------------- BRCA0018-004 07/01/2017 Rates Fringes MARBLE FINISHER. . . . . . . . . . . . . . . . . .$ 30.93 12.95 TILE FINISHER. . . .. . . . . . . . . . . . . . . .$ 25.98 11.23 TILE LAYER. . . . . . . . . . . . . . . . . . . . . . .$ 37.76 16.37 ---------------------------------------------------------------- BRCA0018-010 09/01/2017 Rates Fringes TERRAZZO FINISHER. . . . . . . . . . . . . . . .$ 29.75 12.91 TERRAZZO WORKER/SETTER. . . . . . . . . . .$ 36.75 13.82 ---------------------------------------------------------------- CARP0409-001 07/01/2016 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer. . .. . . . . . . . . . . . . . . .$ 39.83 15.50 (2) Millwright. . . . . . . . . . . . . .$ 40.90 15.50 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 2/25 10/17/2018 https://wvfw.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial). . . . . . . . . . . . . . . .$ 40.53 15.50 (4) Pneumatic Nailer, Power Stapler. . . . . . . . . . . . . . .$ 40.09 15.50 (5) Sawfiler. . . . . . . . . . . . . . .$ 39.83 15.50 (6) Scaffold Builder. . . . . . .$ 31.60 15.50 (7) Table Power Saw Operator. . . .. . . . . . . . . . . . . . . .$ 40.93 15.50 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 driven 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 piledrivers): $0.13 per hour additional. ---------------------------------------------------------------- CARP0409-005 07/01/2015 Rates Fringes Drywall DRYWALL INSTALLER/LATHER. . . .$ 40.40 15.03 STOCKER/SCRAPPER. . . . . . . . . . . .$ 10.00 7.17 ---------------------------------------------------------------- CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer. . . . . .$ 17.00 7.41 ---------------------------------------------------------------- ELECO011-002 07/30/2018 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer. . . . . . . . . . . . . . . . . . .$ 33.64 3%+14.33 Technician. . . . . . . . . . . . . . . . . .$ 33.30 3%+27.82 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. https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 3/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 ---------------------------------------------------------------- ELEC0441-001 08/27/2018 Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 45.77 20.12 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 43.76 20.06 ---------------------------------------------------------------- * ELEC0441-003 01/01/2018 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Fringes Communications System Installer. . . . . . . . . . . . . . . . . . .$ 33.16 13.73 Technician. . . . . . . . . . . . . . . . . .$ 31.23 15.39 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, security 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 intrinsic to the above listed systems SCADA (Supervisory control/data 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 CATV and CCTV E. Security Systems, Perimeter Security Systems, Vibration Sensor Systems Sonar/Infrared Monitoring Equipment, Access Control Systems, Card Access Systems *Fire Alarm Systems https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 4/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 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. ---------------------------------------------------------------- ELEC0441-004 08/27/2018 Rates Fringes ELECTRICIAN (TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & STREET LIGHTING) Cable Splicer/Fiber Optic Splicer. . . . . . . . . . . . . . . . . . . . .$ 45.77 20.12 Electrician. . . . . . . . . . . . . . . . .$ 43.76 20.06 Technician. . . . . . . . . . . . . . . . . .$ 31.76 16.75 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 06/01/2018 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer. .$ 56.79 17.91 (2) Equipment specialist (operates crawler https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 5/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment). . . . . . . . . . .$ 45.36 16.74 (3) Groundman. . . . . . . . . . . . . . .$ 34.68 16.36 (4) Powderman. . . . . . . . . . . . . . .$ 49.55 3%+17.65 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------- ELEV0018-001 01/01/2018 Rates Fringes ELEVATOR MECHANIC. . . . . . . . . . . . . . . .$ 53.85 32.645 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, 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. ---------------------------------------------------------------- ENGIO012-003 07/01/2018 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1. . . . . . . . . . . . . . . . . . . .$ 45.30 25.25 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 46.08 25.25 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 46.37 25.25 GROUP 4. . . .. . . . . . . . . . . . . . . .$ 47.86 25.25 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 48.96 25.25 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 48.08 25.25 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 48.19 25.25 GROUP 9. . . . . . . . . . . . . . . . . . . .$ 49.29 25.25 GROUP 10. . . . . . . . . . . . . . . . . . . .$ 48.31 25.25 GROUP 11. . . . . . . . . . . . . . . . . . . .$ 49.41 25.25 GROUP 12. . . . . . . . . . . . . . . . . . . .$ 48.48 25.25 GROUP 13. . . . . . . . . . . . . . . . . . . .$ 48.58 25.25 GROUP 14. . . .. . . . . . . . . . . . . . . .$ 48.61 25.25 GROUP 15. . . .. . . . . . . . . . . . . . . .$ 48.69 25.25 GROUP 16. . . .. . . . . . . . . . . . . . . .$ 48.81 25.25 GROUP 17. . . .. . . . . . . . . . . . . . . .$ 48.98 25.25 GROUP 18. . . . . . . . . . . . . . . . . . . .$ 49.08 25.25 GROUP 19. . . . . . . . . . . . . . . . . . . .$ 49.19 25.25 GROUP 20. . . .. . . . . . .. . . . . . . ..$ 49.31 25.25 GROUP 21. . . .. . . . . . ... . . . . ...$ 49.48 25.25- GROUP 22. . . .. . . . . . .. . . . . . . . .$ 49.58 25.25 GROUP 23. . . .. . . . . .. . . . . . . . . .$ 49.69 25.25 GROUP 24. . . .. . . . . . . . . . . . . . . .$ 49.81 25.25 GROUP 25. . . . . . . . . .. . . . . . . . . .$ 49.98 25.25 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1. . . . . . . . . . . . . . . . . . . .$ 46.65 25.25 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 47.43 25.25 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 47.72 25.25 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 6/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 47.86 25.25 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 48.08 25.25 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 48.19 25.25 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 48.31 25.25 GROUP 8. . . .. . . . . . . . . . . . . . . .$ 48.48 25.25 GROUP 9. . . .. . . .. . . . . . . . . . . .$ 48.65 25.25 GROUP 10. . . .. . . . . .. . . . . . . . . .$ 49.65 25.25 GROUP 11. . . .. . . . .. . . . . . . . . . .$ 50.65 25.25 GROUP 12. . . .. . . . . . .. . . . . . . . .$ 51.65 25.25 GROUP 13. . . .. . . . . . . . . . . . . . ..$ 52.65 25.25 OPERATOR: Power Equipment (Tunnel Work) GROUP 1. . . .. . . . . . . .. . .. . . ..$ 47.15 25.25 GROUP 2. . . .. . . . . . . . . . . . . . ..$ 47.93 25.25 GROUP 3. . . .. . . . . . . . . . . . . . ..$ 48.22 25.25 GROUP 4. . . .. . . . . . . . . . . . . . . .$ 48.39 25.25 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 48.58 25.25 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 48.69 25.25 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 48.81 25.25 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 classified 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; P7U 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 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 7/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 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 Saw/Trencher; 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(concrete 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-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining 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 waterjet 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 Tourneau 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-tired earth-moving equipment operator (single engine, https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 8/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 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; Skiploader 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 drill 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, manufacturer's 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 tired 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 similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' 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 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 9/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 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, Euclid, 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: Rotex 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) 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 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 10/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 2S yds. struck) GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over S0 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 2S yds. and up to S0 yds. struck) GROUP 2S: 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 S0 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP S: Hydraulic boom truck; Stinger crane (Austin-Western 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, clamshell operator (over 3/4 yd. and up to S cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over S cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 2S ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 2S ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 2S ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 2S tons and up to and including S0 tons mrc); Derrick barge operator (over 2S tons up to and including S0 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 2S tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over S0 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 S0 tons up to and including 100 tons mrc), Mobile tower crane operator https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 11/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 (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 drill 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, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 12/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner 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 corner 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 corner of T2SS, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, 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 corner of TBS. R10E, SBM. Continue W along Imperial and Riverside county line to NW corner 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 corner 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 S miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T2SS, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner 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 corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W. SBM to Ventura County and Kern County boundary at the NE corner of TBN, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N. SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E. MDM to the Kings County and Kern County border at the NE corner of T2SS, R21E, 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 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 13/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, TBS, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ---------------------------------------------------------------- ENGIO012-004 08/01/2015 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman. . . . . . . . . . . . . . . .$ 49.50 23.60 (2) Dredge dozer. . . . . . . . . . . .$ 43.53 23.60 (3) Deckmate. . . . . . . . . . . . . . . .$ 43.42 23.60 (4) Winch operator (stern winch on dredge). . . . . . . . . . . .$ 42.87 23.60 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand. . .. . . . . . . . . . . . . . . .$ 42.33 23.60 (6) Barge Mate. . . . . . . . . . . . . .$ 42.94 23.60 ---------------------------------------------------------------- IRON0377-002 07/01/2018 Rates Fringes Ironworkers: Fence Erector. . . . . . . . . . . . . . .$ 31.58 22.41 Ornamental, Reinforcing and Structural. . . . . . . . . . . . . .$ 38.00 31.05 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 14/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine 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 Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LAB00300-005 01/01/2018 Rates Fringes Asbestos Removal Laborer. . . . . . . . .$ 33.19 17.78 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. ---------------------------------------------------------------- LAB00345-001 07/01/2018 Rates Fringes LABORER (GUNITE) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 42.18 18.27 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 41.23 18.27 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 37.69 18.27 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, Nozzlem,en GROUP 2: Gunmen GROUP 3: Reboundmen https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 15/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 ---------------------------------------------------------------- LAB00652-001 07/01/2018 Rates Fringes LABORER (TUNNEL) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 40.19 19.07 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 40.51 19.07 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 40.97 19.07 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 41.66 19.07 LABORER GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 34.24 19.07 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 34.79 19.07 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 35.34 19.07 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 36.89 19.07 GROUP 5. . . . .. . . . . . . . . . . . . . . .$ 37.24 19.07 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, piler and debris 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 lines; Material 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 crib 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 - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier 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. drill steel or longer; Dri-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 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 16/25 10/17/2018 https://wvtw.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric 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, sharer, 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 lbs. 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, solid 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, jack 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; Jackleg 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 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 17/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 ---------------------------------------------------------------- LAB00652-003 07/01/2018 Rates Fringes Brick Tender. . . . .. . . . . . . . . . . . . . ..$ 32.26 18.40 ---------------------------------------------------------------- LAB01184-001 07/01/2018 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer. . .$ 35.70 14.03 (2) Vehicle Operator/Hauler.$ 35.87 14.03 (3) Horizontal Directional Drill Operator. . . . . . . . . . . . . .$ 37.72 14.03 (4) Electronic Tracking Locator. . . . . . . . . . . . . . . . . . . . .$ 39.72 14.03 Laborers: (STRIPING/SLURRY SEAL) GROUP I. . . . .. . . . . . . . . . . . . . . .$ 35.86 16.21 GROUP 2. . . . .. . . . . . . . . . . . . . . .$ 37.16 16.21 GROUP 3. . . . .. . . . . . . . . . . . . . . .$ 39.17 16.21 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 40.91 16.21 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 lines 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 ---------------------------------------------------------------- LAB01414-001 08/08/2018 Rates Fringes https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 18/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 LABORER PLASTER CLEAN-UP LABORER. . . .$ 33.82 19.40 PLASTER TENDER. . . . . . . . . . . . . .$ 36.37 19.40 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0036-001 07/01/2018 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County). . . . . . . . . . . . . . .$ 27.59 14.92 (2) All Other Work. . . . . . . . . .$ 31.12 15.04 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. ---------------------------------------------------------------- PAIN0036-008 10/01/2017 Rates Fringes DRYWALL FINISHER/TAPER. . . . . . . . . . .$ 38.58 18.57 ---------------------------------------------------------------- PAIN0036-015 06/01/2018 Rates Fringes GLAZIER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 42.20 25.50 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up ---------------------------------------------------------------- PAIN1247-002 05/01/2018 Rates Fringes SOFT FLOOR LAYER. . . . . . . . . . . . . . . . .$ 33.85 14.56 ---------------------------------------------------------------- PLAS0200-009 08/01/2018 Rates Fringes PLASTERER. . . . . . . . . . . . . . . . . . . . . . . .$ 36.86 18.00 ---------------------------------------------------------------- PLAS0500-002 07/01/2018 Rates Fringes CEMENT MASON/CONCRETE FINISHER. . .$ 35.75 22.48 --------------_-------------------------------------------------- PLUM0016-001 09/01/2018 Rates Fringes PLUMBER/PIPEFITTER https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 19/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 Plumber and Pipefitter 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. . . . . . .. . . . . . . . . . . . . .. .$ 50.13 22.16 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space. . . . . . . . . . . . . . . . .$ 48.58 21.18 Work ONLY on strip malls, light commercial, tenant improvement and remodel work. . . . . . . . . . . . . . . . . . . . . . . .$ 37.10 19.51 ---------------------------------------------------------------- PLUM0345-001 07/01/2017 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 32.30 21.00 Sewer & Storm Drain Work. . . .$ 33.24 17.13 ---------------------------------------------------------------- ROOF0036-002 08/01/2018 Rates Fringes ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 38.12 16.97 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 $1.75 per hour "pitch premium" pay. ---------------------------------------------------------------- * SFCA0669-008 04/01/2018 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes SPRINKLER FITTER.. . . . . . . . . . . . . . . .$ 38.85 21.87 -------------- ------ SFCA0709-003 01/01/2018 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). . . . . . . . . .$ 42.26 25.92 https://www.wdo1.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 20/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 ---------------------------------------------------------------- SHEE0105-003 07/01/2018 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 METAL WORKER (1) Commercial - New Construction and Remodel work. . . . . . . . . . . . . . . . . . . . . . . .$ 44.28 28.46 (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. . .$ 44.28 28.46 ---------------------------------------------------------------- TEAM0011-002 07/01/2018 Rates Fringes TRUCK DRIVER GROUP 1. . . . . . . . . . . . . . . . . . . .$ 30.59 28.59 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 30.74 28.59 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 30.87 28.59 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 31.06 28.59 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 31.09 28.59 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 31.12 28.59 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 31.37 28.59 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 31.62 28.59 GROUP 9. . . . . . . . . . . . . . . . . . . .$ 31.82 28.59 GROUP 10. . . . . . . . . . . . . . . . . . . .$ 32.12 28.59 GROUP 11. . . . . . . . . . . . . . . . . . . .$ 32.62 28.59 GROUP 12. . . . . . . . . . . . . . . . . . . .$ 33.05 28.59 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, E1 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 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 21/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 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, 6-1/2 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 person/welder; 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 driver - $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. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 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) (ii)). ---------------------------------------------------------------- https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 22/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 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 survey 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, it 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 https://www,wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 23/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 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 described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. 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). Write 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 material, 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 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 24/25 10/17/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 https://www.wdol.gov/wdol/scafiles/davisbacon/CA35.dvb?v=17 25/25 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER TWO For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 22, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans,Specifications, and Special Provisions: 1. EXIT SIGNS—SHEET E2.0.0—(3 attachments) Provide attached exit sign or approved equal 2. PLUMBING FIXTURES—SHEET P0.0.2—(3 attachments) a. Soap dispenser is to be stainless finish as stated in plans. b. Shower valves to be stainless finish. c. Lavatory faucets to be stainless finish— please use the attached faucet with stainless finish in lieu of the lavatory faucets noted on plans. d.The spray attachment for kitchen sink is included in the faucet. The dishwasher air gap shall be added. Therefore the quantity of faucet holes will be 4. This is to acknowledge receipt and review of Addendum Number Two, dated October 22, 2018. Company Name By /aJZ3,J Date All bidders must acknowledge and include the receipt of this Addendum with Vour bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. Addendum Two - Item 1 - 1 of 3 ® ®B I - Catalog Number Notes FEATURES&SPECIFICATIONS INTENDED USE—Suitable for applications requiring both exit sign and unit equipment.Attractive,8" ,all,streamlined design is great for above-the-door applications and othertight fits.Optional high-output Type version with remote lamps are ideal for emergency egress lighting.Certain airborne contaminants can diminish integrity of acrylic and/or polycarbonate.Click here for Acrylic-Polycarbonate Compatibility table for suitable uses. CDNSTRUCTION—Engineering-grade thermoplastic housing is impact-resistant,scratch-resistant and corrosion-proof.UL94V-0 Flame rating.UV-stable resin resists discoloration from natural and man-made �����M/_® light sources. ` = 0 Rugged unibody housing snaps together with no additional fasteners.Faceplate and back cover are inter- changeable on housing.Positive snap-fit tabs hold faceplate securely,yet are easily removable for lamp Thermoplastic Exits EX compartment access.Universal,directional chevron inserts are easily removed and reinserted. Uniform graphics illumination without shadows or hot spots.Letters are 6"high with 3/4"stroke,with 100 ft. viewing distance rating based upon UL924 standard. LHQM LED LEDs mounted on primary circuit boards for sign illumination.Low-energy LED lamp in sign operates in normal 3 (AC input)and emergency(DC input)modes. a Low-profile,integrated test switch/pilot light.Easily viewed bright red status indicator. Uniquetrack-and-swivel arrangement permits full range ofdirection oflamp head adjustment.Universal J-box mounting pattern.Tool-less access for maintenance.Conduit entry position on top of unit. LED Lamp Head U.S.Patent No.6,848,798;6,499,866;6,142,648;S,797,673;D379,373;S,S26,251;D484,272; � Nickel Cadmium Battery D473,672;5,611,163;5,646,502. OPTICS—Twin LED lamp heads operate in emergency(DC input)mode with 12 series-parallel white LEDs HO RO in each head.Provides redundant light sources to ensure emergency lighting performance.The typical life of the exit LED lamp is 10 years. ELECTRICAL—Dual-voltage input capability(120/277V).Edge connector on printed circuit board ensures long-term durability. Current-limiting charger maximizes battery life and minimizes energy consumption.Provides low operating costs. Short-circuit protection—current-limiting charger circuitry protects printed circuit board from shorts. INSTALLATION—Top,end or back mounting.Housing snaps to canopy with positive-locking tabs.Cam Thermal compensation adjusts charger output to provide optimum charge voltage relative to ambient locking pin secures housing to canopy. temperature. Easily removed mounting knockouts.Conduit entry knockout for 112"Flexible conduit.J-box pattern on back panel. Regulated charge voltage maintains constant-charge voltage over a wide range ofline voltages.Prevents over/ LISTINGS—ILL damp location listed standard 50°-104°F(10°-40°Q.Meets UL924,NFPA101(current Life undercharging that shortens battery life and reduces capacity. Safety Code),NEC and 05HA illumination standards. Filtered charger input minimizes charge voltage ripple and extends battery life. WARRANTY—5-year limited warranty.(Battery is prorated).Complete warranty terms located at AC/LVD reset allows battery connection before A(power is applied and prevents battery damage from www.Acuit•,•Br-,nds.com%(ustomerResources-Terms and Conditions.aspx. deep discharge. Note:Actual performance may differas a result of end-user environment and application. Single multi-color LED indicator to display two-state charging,test activation and three-state diagnostic test. All values are design or typical values,measured under laboratory conditions at2S'C. Test switch provides manual activation of 30-second diagnostic testing for on-demand visual inspection. Specifications subject to change without notice. Self-diagnostic testing for 30 seconds every 30 days,30 minutes at 180-day interval,and 90 minutes annually. Diagnostic evaluation of LED light source,AC-to-DC transfer,charging and battery condition. Battery:Sealed,maintenance-free nickel-cadmium battery delivers 90-minute capacity to emergency lamps.Two-state co nts ta n t-cu rren t charge maximizes battery life and automatically recharges after battery discha rge.Low-voltage disconnect prevents excessively deep discharge that can permanently damage the bat- tery.Optional high-output battery to power both local and optional LED remote lamp heads simultaneously. r'� a,i, Lead times will vary depending on options selected.Consult with your sales representative. Example:LHQM LED G LHQM LED Faintly Lamptype z ,Nousmgcolo� Letierurlor Options° � �._ — _ 1 �� �.._.... LHQM Stencil face, LED Two (blank) White R Red HO High-output Ni-cad battery NOM Meets Mexican standards' single face plate 1.5W/9.6V B Black G Green HORO High-output option,less lamp heads NOMSALIDA Salida signage(non-UL)' with extra face white LED plate SO Self-diagnostics Aaessones©iderasse rafemtuta number� s� I, t I '.....?,,, , '„6W - Notes ELAQL0309SO Sin gleLEDindoor remote head,white,self-diagnostics''s ELAWG3 Wireg uard,30"W x 13-1/2"H x 6"D' 1 Only able able inwhite.NOMstandardtoryforoptions. 2 Only available in white.NOM standard. FLATQL0309SO Twin LED indoor remote head,white,self-diagnostics ELAWG2M Wireguard,21-1/4"W x 15"H x 12"D' 3 Only compatible with self-diagnostic option.(ex:HO SO) ELA QWP L0309 SO Single LED weather-proof remote head,gray,self- ELALQMUS12 12"white stem kit' 4 Alsoavailablein black.Add"B"after ELA to order black diagnostics'`•s finish.Example:ELA B Q 1_0309. ELA T QWP L0309 SO Twin LED weather-proofremote head,gray,self- ELA LEDMI2 Single LED remote lamp" S SeespecsheOnly etlewithHOoption.seespecshee[ELA-Q ED. G. diagnostics",' 6 See spec sheet ate 7 See spec sheet ELA-Gternkits. ELA Q L0309 Single LED indoor remote head,white's ELA LED T M12 Twin LED remote lamps' 8 See specsheet FLA LEO(Contractor Select LED Remotes). ELA TQL0309 Twin LED indoor remote head,white`s ELA LED WPM12 Single LED Weather proof remote lamp 9 Not available with SD. ELA QWPL0309 Single LED weather-proof remote head,gray" ELA LED TWPM12 Twin LED Weather proof remote lamp ELATQWPL0309 Twin LED weather-proof remote head,gray' E 1FRCFidC'a' QPA-`:..FD LHQM LED QUANTUM° Exit/Unit Combo Addendum Two - Item 1 - 2 of 3 SPECIFICATIONS MOUNTING All dimensions are inches(centimeters). shipping weight:3.6 lbs.(1.6 kgs.). Face PrimaryCtt OW = "" s Typical Supply Max Max 19-1/4 (48.9) LED life' voltage amps watts 120 Red and green LED 10 year .05 4.3 277 .03 4.3 s (20.3) BATTERY Ni-Cat) 12 Test switch/ Typical Typical , Optimum (30.5) pilot light Voltage Shelflife' life' Maintenance temperature' 9.6 3years 7-9 years none SO-1041 Top End (10-40°C) L 4-3/4 J 1 Based on continuous operation, 1/2"flexible conduit entry knockout 2 At 77°F(25'C). - T 3 All life safety equipment,including emergency lighting path ofegress,must be maintained,serviced and tested II in accordance with all National Fire Protection Association and local codes.Failure to perform the required g 5-5/8 maintenance,service or testing could jeopardize the safety of occupants and will void all warranties. (22,9) (14.3) I� 4 Optimum ambient temperature range where unit will provide capacity for 90 minutes.Higher and lower temperatures affect life and capacity. 5. Battery life is negatively impacted by many variables including temperature,charging rates,number of cycles —{and deep discharges due to long periods of time without AC power. 2-1/4 (537 Backplate Uni versa lknockout R to 6upla Capacity pattern for various R,.1T '- 8 standardj-boxes Standard Combo/high-output Combo/high-output(HO) (20.3) onit Combo battery(HO) and no heads(RO) 4 NA NA 3W 6W 3PE- (10.2) 6 (15.2) 12 LAMP PHOTOMETRICS QUANTUM LED SERIES—SINGLE COVERAGE 3WTotal White LEDs r Ka�eraq • lr(avrage �,v� ' Using a single unit at a typical 7.5'mounting height delivers an average illuminance of 1.0 FC over a distance of 24'on a 3'path of egress and 18'on a 6'path of egress. 24' 3' Example of single LHQM LED exit Example of single LHQM LED exit illuminating a 3'path of egress illuminating a 6'path of egress s �. rrc 9e A ��i � rrc a9 ��,�• QUANTUM LED SERIES—MULTIPLECDVERAGE \ 3W Total White LEDs Using multiple units at a typical 7.S'mounting height delivers 25'center-to-center spacing on a 3'path of egress and 20'center-to-center spacing on a 6'path of egress. 6' /\_3 Example of multiple LH QM LED exits Example of multiple LHQM LED exits illuminating a 3'path ofegress illuminating a 6'path of egress EXTENDED RUN-TIME FOR HIGH-OUTPUT EXITS Product Run time LHQM LED HO(no remotes) 3.8 hours LHQM LED HO RO(no remotes) 7.5 hours L/THONIA LAGA(TWUG' i{t ,,LF 1"Li<,61NCY_ Cnr�li'h^.nr<1',,'r;;�i,.GA .10 ?it�ru' "cQ0?!?89T tiaur,. I`.:o'3_Lr;t G122i�17AcityPr d <1t-�,`� r _�sre.e cd.Reu0:0?i17 POWER NOTES ;a. ..,,.wR......« } AA IDS 1 i)S CR[YUP 4 €k._ARGFP GIRI'9 P.ATi,I(>�W PLAN a;.re ✓<EYNTES Hunlingion 6eaGh Youlh Shelter :r LQ mv F jl� < it, xy , LQ i' U ENLACED FLOOR Pul"s ENURCEQ aorrs BATHROOM PLAN ,r.: 3 ENLARGED I IMMEW?tau L U,...�G.n.�y � 10/18/2018 Two Handle Widespread Bathroom Faucet 3530LF-SSMPU I Delta Faucet ADDENDUM TWO - Item 2 - 1 of 3 Classic Two Handle Widespread Bathroom Faucet Mo del#: LF-SSIyIFU l ............. • 3-hole 6-16" installation R n\ • Metal drain pop-up assembly in matching finish Y� included u .µ • Backed by Delta Faucet's Lifetime Limited Warranty No-Lead Compliant WaterSenseO Labeled Finish: S TA I N LESS • 3-hole 6-16" installation Special Features BriliianceO Finish • Metal pop-up RE ADA Compliant • ADA Compliant https://www.deltafaucet.com/bathroom/product/3530LF-SSMPU 1/3 10/18/2018 Two Handle Widespread Bathroom Faucet 353OLF-SSMPU I Delta Faucet • RP10612 adds 1" to max. deck thickness ADDENDUM TWO - Item 2 - 2 of 3 • WaterSense® labeled faucet uses at least 20% less water than the industry standard without compromising performance • Rigid spout Product Support, Repair Parts & InstallationInformation Technical Specificationsaa.. 3-hole 6"-16" installation View Maintenance & Installation Sheet View Technical Specifications Flow Rate: 1.20 gpm @ 60 psi, 4.5 L/min @ 414 kPa View Parts & Accessories Diagram Spout Height: 3-7/8" Spout Length: 5-1/4" Fittings Type: 1/2" IPS connection Drain Type: Metal pop-up Valve Type: Washerless stem cartridge "Y" E > r;; _ L a� � E P , - � �0 re goo 4 Design Savvy Ways fo." Bathroom,']Makeover by DIY Faucet Repairs Hang a Mirror -' Shades of Blue Interiors Here's the Easiest UVay to Fix a Leak] FaucVEX et https://www.deltafaucet.com/bathroom/product/353OLF-SSMPU 2/3 iftewG+�tatulrcw RW��rIXiY Tarq EOWUEki Y.'nE0.aE o...r. ...,..:....... —,.. R,,,.,..,r. ..-r r..,Y.K....<....,.. .,°...�.x C7 .n...M,..r,.......,.,..,,....w....«..Y,,..rr„ : .. a.. .<ro.�. .A= �7 .......,....N,� .° -:a.,rR ,. . ... �.. .... ... ,. .a..,.........,..�..<.. .w.. . .:.r�..a�..e,.rp..:.:k..,...<�.w�.iar.w.r - ....s.. -,.r,..:u.....,, �..�>w.,....,.�,�.,.,,..c... .,,..r. .m......,.. .°..: 7.....a ._.._ .�.ar..,«. „...,»..�w.M.....»ems .... �.M..rtiv n....:w.. .. ...... .................................................. .ax. ..<..<...�,...w a..,.�.=..d. 11 �r>ec IDS GROUP ....,�.,..e......R..e...s.......«.w..�...� nara...w�.oK �.M.a.� ,I ss ..»i�,.er.nr.vrw.�•.+ �=.n.«..,.e. {� ..a i.•..«<��..,..rnw... ..r.� '.ulvE SCHE W E Huntington Beach Youth Sheltar � fl Y W U ds. SCHEOULES w......-. ..ww 0 PO.O.2 Response to Contractor Questions for Youth Shelter ADA Upgrades& Roof Replacement,MSC 520 Question#1: Walkway& Truncated Dome Discrepancy: A0.0.0&A0.0.2 -#5/A0.0.0 states new concrete walkway and#1 1/A0.0.0 states new tactile warning device (truncated domes) as existing. is the walkway and warning device new? If new,please define walkway limits. Response#1: Truncated domes are new. Extent of walkway to be demolished and replaced is shown on 2/A).0.1. Keynote#15. Question#2: Under Cabinet Lights: A11.1.0—Detail #9 on A 11.1.0 does not provide any specification for this light fixture. Please provide a manufacturer and model number. Also,please identify if these are to be plugged into the existing circuits in the wall or are new circuits hidden up in this area to be installed. Response#2: Under cabinet is NIC and should not be provided. Question#3: Damaged Fascia: ALLO -#7/A1.1.0 states to replace damaged fascia as needed,but specific locations or a bid quantity is not provided. Please provide an approximate lineal footage for all bidders to utilize to ensure uniformity, fairness and accuracy in the bids. Response#3: Approximately 140 If of fascia to be replaced. Contractor to field verify. Question#4: Access Boxes-Ceiling Paint—There are three (3)new ceiling mounted access panels being installed. Two(2) of these panels are going to be installed in the hallway. Is the entire hallway ceiling required to be painted after the install? If only a portion of the hallway is to be painted, please provide a limit line. Response#4: Patch,repair and paint the affected ceiling area to match the existing condition at access panel installation locations. Page 1 of 2 Response to Contractor Questions for Youth Shelter ADA Upgrades& Roof Replacement,MSC 520 Question#5: Asphalt Paving: Sheet 2 Civil—Title sheet"No. I of 23" states that the civil drawings are for reference only, but the civil drawings show no such disclaimer.Please confirm that no asphalt paving work is part of the project. Response#5: Parking lot improvements are NIC and will be performed under another contract. Parking lot improvements plan is provided for reference only. Question#6: Plumbing Materials: P0.0.2—Can we use ABS plastic piping for waste,vent, traps? Response#6: No,Use specified material for waste and vent. Question#7: Plumbing Materials: P0.0.2—Can we use Upnor plastic tubing for water piping hot/cold/return? Response#7: No,use specified material for domestic water piping. Question#8: Plumbing Materials: P0.0.2 -Should all angle stops be 'A turn valves? Response#8: Yes. Question#9: Plumbing Materials: P0.0.2 -The fixture list does not call for water hammer arrestors. If these are required,please provide a quantity and location. Response#9: Two at each restroom,one for hot water and one for cold water. Page 2 of 2 AD G �� I �l2ly AIA Document A310 2010 TM -- Bid Bond CONTRACTOR: SURETY: (Arame. legal status and address) (Vaine, legal status and principal place PCN3 Inc of business) 5450 Katella Ave#101 Allied World Insurance Company Los Alamitos,CA 90720 199 Water Street This document has important legal New York, NY 10038 consequences.Consultation with OWNER: an attorney is encouraged with (Arame, legal status acid adclress) respect to its completion or City of Huntington Beach modification. 2000 Main Street, Any singular reference to Huntington Beach,CA 92648 Contractor,Surety,Owner or BOND AMOUNT: (10%)Ten percent of the attached bid amount other party shall be considered plural where applicable. PROJECT: f lrmne, location or address, and Project number, if any) MSC-520 Youth Shelter ADA Upgrades and Roof Replacement Project Number,if any: MSC-520 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 heirs,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(1)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 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 Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be hull and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of 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 documents,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 term 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 fumislhed to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished;the interit is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 22nd day of October, 2018 PCN3,Inc LELLIZi,201) (Seal) J Vitnes (Title) llied World Insurance Comp _ ureth (-Seal) Witness) Nat sia i (Title) Vanessl Copeland, Attorney-in-fact AIA Document A310-—2010.Copyright©1963,1970 and 2010 by The American Instilute of Architects.All rights reserved.WARNING:This AtA" Init. Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA"'Docaurrjrsnl,or any portion of it,may result in severe civil and criminal penalties.and will be prosecuted to the maximum extent possible under the law,This t document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-Demand-order no. 2008397483,and is not for resale.This document is licensed by The American institute of Architects for one-time use only,and may not be reproduced prior to its completion.ne,,,o 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 before me, Natassia Kirk-Smith Notary Public, personally appeared Vanessa Copeland Nanie(s)of Siper(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 h-c/she/they executed the salve in his/herhherir 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 NATASSIA KIRK SMITH paragraph is trie and correct. Notary Public-California r~—= Orange County Commission#2253818 WITNESS my hand and official s My Comm.Expires Aug 12,2022 Signaturk, Sipature of Not blic Place Notary Seal Above -------------------------------------------------------- OPTIONAL ---------------------------- ---------------------------- Though the information below is not required by law,it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Nuunber of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Capacity(ies) Claimed by Signer(s) Signer's Name: Vanessa Copeland Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner: ❑Limited ❑ General ❑ Partner: ❑Limited ❑General ❑X Attorney in Fact ❑ Attorney in Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Rev. 1-15 ALLIED WORLD INSURANCE COMPANY 199 Water Street WORLD New York,NY 10038 USA POWER OF ATTORNEY Issue Date: October 9,2018 No. 29210-A3024 Single Transaction Limit: $10,000,000 KNOW ALL MEN BY THESE PRESENTS: Allied World Insurance Company,a New Hampshire corporation(the"Company")does hereby appoint NAME(s): Eric Lowey Mark Richardson Shawn Blume Vanessa Copeland Kevin Cathcart FIRM: Pinnacle Surety Services,Inc. 151 Kalmus Dr.A-201.Costa Mesa,CA 92626 Its true and lawful Attomey(s)-in-Fact,with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business,and to bind the Company thereby.This Power of Attomey shall remain in full force and effect for one year from the issued date.above-referenced and shall expire on close of business of the first anniversary of such Issue Date: IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below,who is duly authorized and empowered to execute on the Company's behalf. This 9th day of October,2018 caW4oHWZAL1ilC11+P Ytvxr * WTASU.SEAT 0) CWQ L.DOM m wic C$X of R*adeit",Plats.corm Cam*aW Evpkvs Mar&Z'2 Name:Robert E.Staples Title:Senior.Vice President-Surety ' State of Pennsylvania ) County of Philadelphia )ss. On this 9th day of October,2018,before me came the above-named officer of ALLIED ` WORLD INSURANCE COMPANY,to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and Notary affixed the seals of said corporation thereto by authority of his office. My Commission Expires:03/28/2020 CERTIFICATE Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY(the"Corporation"),on December 31 i 2012: RESOLVED,that the proper officers of the Corporation,the head of the surety business line for the Corporation and their appointed designees(each an"Authorized Officer and collectively,the"Authorized Officers")be,and each hereby is,authorized to appoint one or more Attomeys-in-Fad to represent and act for and on behalf of the corporation in the transaction of the Company s surety business to execute (under the common seal of the Corporation,If appropriate)bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof, RESOLVED,that in connection with the Corporation's transaction of surety business,the signatures and attestations of the Authorized Officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certficate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation when so affixed with respect to any bond,undertaking,recognizance or other contract of indemnity or wrifing obligatory in the nature thereof. RESOLVED,that in connection with the Corporation's transaction of surety business,the facsimile or mechanically reproduced signature of any Authorized Officer,whether made heretofore or hereafter,. wherever appearing.upon a copy of any Powerof Attomey of the Corporation,with signatures affixed as next above noted,shall be valid and binding upon the Corporation with the same force and effect as- . though manually affixed. RESOLVED,that in connection with the Corporation's transaction of surety business,any such Attomeyin-Fact delivering a secretarial or other certification that the foregoing resolutions still be in effect may insert in such certification the date thereof,said date to be not later than the date of delivery thereof by such Attomey-in-Fact RESOLVED,that the Authorized Officers be,and each hereby is,authorized to execute(under the common seal of the Corporation,if appropriate),make,file and deliver in the name and on behalf of the Corporation any and all consents,certificates,agreements,amendments,supplements,instruments and other documents whatsoever,and do any and all other things whatsoever in connection with the Corporation's transaction of surety business,as such Authorized Officer shall in his or her absolute discretion deem or determine appropriate and any of the foregoing resolutions,the transactions contemplated thereby and any ancillary matters thereto and/or to carry out the purposes and intent thereof,such deeming or determination to be conclusively evidenced by any such execution or the taking of any such action by such Authorized Officer. I,Sung Lee,Secretary of the ALLIED WORLD INSURANCE COMPANY,do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation,and the Power of Attorney issued pursuant thereto,are true and correct,and that both the Resolution and the Power of Attomey are in fyull ffoorce and effect. Q IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of the corporation,this day of l Jl� 20 O All Claim Notices should be sent to the below: Allied World Insurance Company Attn:Surety Department ' 30 South 171 Street,Suite 1600 Philadelphia,PA 19103 Sung Lee,VP;Legal SU R 00046 00(05/2016) .[ g x^,- ➢ k 7kp +,t i. :, ,� .."�§ t ar"vt t z $9.:."v'.4- a.:r` .S .3 ; '' + i •:. f'.; a ` '•.� h...' i.-."� � :�. "� _ qT .r k. +��..d.� �k cs L Y t « rck1 Fi ,-f Y C"k—` rW"i . lr'' a�• is Bid Package (Do Not Open with Regular Mail) Bid Title: MSC-520 YOUTH SHELTER ADA UPGRADES And ROOF REPLACEMENT Project No: Due Date: Oct. 25,2018 at 1:45 p.m. SFr. Bidder: PCN3, INC. � Address: 5450 Katella Ave. Suite 10I, Los Alamitos,CA 90720 el No: 562-375-7147 4407 Fax No: 562-493-4129 .R .•.: P Lic No: 7865I8, A, B, C-10, C-51 I '°R• � Ouner. City of Huntington Beach office of the City Clerk, Second Floor, 2000 Main Street,Huntington Beach, California 92648 T V ; 3 City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov LffB' ),1909,P�. Office of the City Clerk Robin Estanislau, City Clerk January 9, 2019 St. George Groupe 3200 E. Guasti Road, Suite 178 Ontario, CA 91761 RE: Youth Shelter ADA Upgrades and Roof Replacement— MSC-520 Enclosed please find your original bid bond for MSC-520. Sincerely, �&4v4j� Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of MSC-520 YOUTH SHELTER ADA UPGRADES and ROOF REPLACEMENT in the CITY OF HUNTINGTO.N 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 therefore, 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 90 working days, starting from the date of the Notice to Proceed. 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 surn 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 re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall Rovern 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]. Accompanying this proposal of bid, find rJ in the amount of (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for_°/, ", as the case may be) 31,35000 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. Any standard Surety Bid Bond form is acceptable. C1 Bidder shall signify receipt of all Addenda here, if any: Addenda.No. Date Received Bidder's Si.Jnature Addendum 1 October 18,2018 Addendum 2 October 18&22,2018 Addendum 3 October 22,2018 PROJECT WORK SCHEDULE: 1. The contract shall allow the Contractor 90 working days to complete the contract. 2. The Contractor shall start the project no later than December 17, 2018. 3. The Contractor shall complete the project no later than April 25, 2019. Bidder shall sip.-i -yf're'c6i t of Project Work Schedule here: Bidder's Signature PROJECT BID SCHEDULE Item No. Item Bid Amount in Figures 1. MSC-520 Youth Shelter Construct ADA restroom and kitchen ADA Upgrades & Roof and accessible path improvements and $ 313,500.00 Replacement demolish and replace existing roof per plans and specifications Total Lump Sum Bid Amount $ 313,500.00 Total Bid Amount in Words: Three Hundred Thirteen Thousands & five Hundred dollars and 00 cents C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER ONE For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 18, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PREVAILING WAGE SCHEDULE—SPECIFICATIONS MANUAL APPENDIX H Replace Prevailing Wage Schedule General Decision Number CAI 80035 CA35 dated 09/07/2018 with Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 10/05/2018 attached. This is to acknowledge receipt and review of Addendum Number One, dated October 18, 2018. 5t. P Company Name By 0 )'Zo Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER TWO For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 22,2018 Notice To All Bidders: Please note the following clarification to the Project Plans,Specifications, and Special Provisions: 1. EXIT SIGNS—SHEET E2.0.0—(3 attachments) Provide attached exit sign or approved equal 2. PLUMBING FIXTURES—SHEET P0.0.2—(3 attachments) a. Soap dispenser is to be stainless finish as stated in plans. b. Shower valves to be stainless finish. c. Lavatory faucets to be stainless finish—please use the attached faucet with stainless finish in lieu of the lavatory faucets noted on plans. d.The spray attachment for kitchen sink is included in the faucet.The dishwasher air gap shall be added.Therefore the quantity of faucet holes will be 4. This is to acknowledge receipt and review of Addendum Number Two, dated October 22, 2018. Company Name By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. City of Huntington Beach Pubiic Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER TWO For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 18. 2018 Notice To All Bidders: Please note the following clarification to the Project Plans: Specifications, and Special Provisions: 1) UPDATED PREVAILING WAGE SCHEDULE— SPECIFICATIONS MANUAL APPENDIX H Replace Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 09/07/2018 with Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 10/05/2018 attached. This is to acknowledge receipt and review of Addendum Number-Two; dated October 18. 2018. yP V1 Y1 W t)UOLI,t2tly j Company Name By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum—pipase call Jerry Thompson at (714) 960-8861 within 24 hours of posting. `'� City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431. Fax (714) 375-5099 ADDENDUM NUMBER THREE For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 22, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1. EXIT SIGNS — SHEET E2.0.0— (3 attachments) Provide attached exit sign or+approved equal 2. PLUMBING FIXTURES — SHEET P0.0.2— (3 attachments) a. Soap dispenser is to be stainless finish as stated in plans. b. Shower valves to be stainless finish. c. Lavatory faucets to be stainless finish —please use the attached faucet with stainless finish in lieu of the lavatory faucets noted on plans. d. The spray attachment for kitchen sink is included in the faucet. The dishwasher air gap shall be added. Therefore the quantity of faucet holes will be 4. This is to acknowledge receipt and review of Addendum Number Three, dated October 22. 2018. Kw n W btwA CDLim: r Company Name . By d D311 g Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum.-plea&e call Jerry Thompson at (714) 960-8861 within 24 hours of posting. f. \ 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 Item(s) State Lie.# Dollar % of Name and Address Qf Subcoittractor acid Class DIR# Amount Contract Partitions Merit Building Specialties 693648 1000009352 15,300.00 5% 33821 Calle Conejo San Juan Capistrano,CA 92675 B&C36 Plumbing Kevin Woodward General Contractor 412452 1000052563 49,850.00 16% 2598 ayala drive ste.71 rialto,CA 92377 Old Glory Roofing Corp. C-39 Roofing 513 W. 1st Street Rialto,CA 92376 1040333 100006124 $71,950 23% Joseph Electric C-10 $4,800.00 Electric 2819 Peppertree Way 100006124 2% Pomona,CA 91767 1014699 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 listinu. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 SECTION C PROPOSAL for the construction of MSC-520 YOUTH SHELTER ADA UPGRADES and ROOF REPLACEMENT 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 therefore, 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 Linder the Supervision of the City Engineer of the City of'Huntington Beach, and to enter into a Conti-act at n Hu ntington I the following prices. The Undersigned agrees to complete the work within 90 working days, starting from the date of the Notice to Proceed. 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 11-Irrip 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 11.1111p S1.1111 prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty clays from the bid opening date. If at Such time the contract is not awarded, the AGENCY will reject all bids and will re-advertise the project. In the case of discrepancies in the amounts bid, unit prices shall Govern over extended amounts, and words shall govern over figures. n 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 at-ter 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 � � �1 C LZe k- in the amount Of (Please insert the words "Cash", "Certified Check",or"Bidder's Bond for—IX0 ", as the case may be) 31:350.00 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. Any standard Surety Bid Bond form is acceptable. C-1 f LIST OF SUBCONTRACTORS In accordance with Government Code Section 41.04, 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 Item(s) ,State Lic.# Dollar % of Name and Address ofSubcontractor and Class DIR# Amount Contract Partitions Merit Building Specialties 693648 1000009352 15,300.00 5% 33821 Calle Conejo San Juan Capistrano,CA 92675 B&C36 Plumbing Kevin Woodward General Contractor 412452 1000052563 16% 2598 ayala drive ste.71 rialto,CA 92377 49,850.00 Old Glory Roofing Corp. C-39 Roofing 513 W. 1st Street Rialto,CA 92376 1040333 100006124 $71,950 23% Joseph Electric C-10 $4,800.00 Electric 2819 Peppertree Way 100006124 2% Pomona,CA 91767 1014699 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 1S executed 0111 0/2 5/201 8 at Ontario California Date City State Abdalla Abdelmalak being first duly sworn, deposes and says that he or she is President of ST.GEORGE GROUPE 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. Abdalla Abdelmalak Name.-of.Bidder Signature of Bidder 3200 E. Guasti Rd. Ontario, CA 91761 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 PROJECT NAME, (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 tern "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, b_y 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. ST.GEORGE GROUPE.-INC. Contractor � Abdalla Abdelmalak By President Title Date: 1 boson 1 g DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Biddcr 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 NzNo 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 1 will comply with such provisions before commencing the performance of the work of this contract. ST.GEORGE GROUPE INC. Contractor _._..----____`� Abdalla Abdelmalak By �! President Title Date: 10/25/2018 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Abdalla Abdelmalak Bidder Name 3200 E. Guasti Rd. Business Address Ontario California 91761 City, State Zip ( 909 ) 878-7562 Telephone Number 993684 - class "B" State Contractor's License No. and Class 06/14/2014 Original Date ISSued 01/31/2019 Expiration Date The work site was inspected by Arsanious Youssef of our office on October 16 2018 The following are persons, firms, and corporations having a principal interest in this proposal: 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. ST.GEORGE- R—O—UPt NNQ. Company Name Signature of Bidder Abdalla Abdelamak Printed or Typed Signature DESIREE Y.TORRES COMM. #2108242 zz Subscribed and sworn to before me this 25 day of October 2018 0_— � Notary Public California o z San Bernardino County My Comm.Expires Apr.23,2019 NOTARY PUBLIC 'D 4-S M. j .10r rl, NOTARY SEAL C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Abdalla Abdelmalak Bidder Name 3200 E. Guasti Rd. Business Address Ontario California 91761 City, State Zip ( 909 ) 878-7562 Telephone Number 993684 - class "B" State Contractor's License No. and Class 06/14/2014 Original Date Issued 0113112019 Expiration Date The work site was inspected by Arsanious Youssefof our office on October 16 2018 . .The following are persons, firms, and corporations having a principal interest in this proposal: 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. ST.GEORG E-GROUP INC. Company Narne Signature of Bidder Abdalla Abdelamak Printed or Typed Signature DESIREE Y.TORRES ' COMM. #2108242 z Subscribed and sworn to before me this 25 day of October 2018 o W,.. Notar Public California X 0 z San Bernardino County My Comm.Expires Apr.23,2019 NOTARY PUBLIC for-rQ,� NOTARY SEAL C-8 California All-Purpose Certificate of 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. _ _I 1 State of California _ County of r'Axklno ` S.S. On u �r 2.5,201'b before me,0QStV4.41 1IrVQC `11 C(A Vi h 1, - i Name of D'o,ary Pub.Ic.T"._-/ personally appeared Name c`c: er(1) _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) _ is/P4 subscribed to the within instrument and acknowledged to me that heh, iKe/t�rily executed = the same in his/her/fOteir authorized capacity(ies), and that by his/fair/tW signature(s) on the jinstrument the person(s), 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. - DESIREE Y.TORRES = WITNESS my hand and official seal. COMM. #2108242 z = �@my Notary Public • California _ zSan Bernardino County o Corrun, x ires Apr.23,2019 Signature of Notary Public OPTIONAL INFORMATION Although the information in this section is not required by lane, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and.may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a Method of Signer Identification _ 11 r document titled/for the purpose of 1 L1� � 1�� �C{� Proved to me on the basis of satisfactory evidence: _ CIO ❑form(s)of identification ❑credible witness(es) Containing 2 pages, and dated �� I �' a(7 Notarial event is detailed in notary journal on: The signer(s)capacity or authority is/are as: Page# Entry# ❑ Individual(s) Notary contact: ❑ Attorney-in-fact ❑ Corporate Officer(s) other ❑ Additional Signer ❑ Signer(s)Thumbprints(s) _ El ❑ Guardian/Conservator ❑ Partner-Limited/General ❑ Trustee(s) ❑ Other: representing: PJ=_ne(s)o;Perscnls)En..:ity(ies)Signer is:Representing - z _ I - e G'20v9-2015 Notary Learning Center. -Ai Rights Reserved You can f;urchase copies of this form from our•uveb site at+,iA+rv.TheNota ysS'ore.ccm Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. List below the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1• San Bernardino USD Hillside Elementry School -4975 N mayfiled ave , california Name and Address of Public Agency Breuer ,Laura ( 909) 381 - 1236 Name and Telephone No. of Project Manager $200,000.00 Shade structure&driveway concrete Contract Amount Type of Work Date Completed Provide additional project description to show similar work: New 2 steel gates and fence,steel Handrial , inlarge driveway, ramp slope concrete and asphalt. 2 City of Glendora - 116 E. Fothill blvd. Glendora , California Name and Address of Public Agency Dave Davies (626) 914-8200 Name and Telephone No. of Project Manager $420,000.00 roof repair for libarry, police dept. &city hall 01/22/2018 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Remove all roofing tiles and reinstalled after repair the insulation 3. City of Placentia - 201 N. bradford ave, placentia , california Name and Address of Public Agency Rosanna Ramirez (714) 993-8117 Name and Telephone No. of Project Manager $213,711.00 Remodling 2 rest rooms and piumbing works for the comunity office. 02/14/2017 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Remodling 2 rest rooms, floor tiles ,elec. and plumbing works for the comunity office. C-9 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 Ehab Mina Name of proposed Project Manager Telephone No. of proposed Project Manager: (951)640-1598 city of glendora-roof repair for libarry $420,000.00 roof repair for libarry,police dept.&city hall 01/22/2018 Project Name& Contract Amount Type of Work Date Completed City of Placentia-remodel 2 rest rooms $213,711.00Remodling 2 rest rooms,piumbing works for the comunity office 02/14/2017 Project Name & Contract Amount Type of Work Date Completed vernon city house improvement $123,585.00 City housing improvement 02/07/2017 Project Name & Contract Amount Type of Work Date Completed Abdalla Abdelmalak Name of proposed Superintendent Telephone No. of proposed Superintendent: (909)471-2361 city of glendora-roof repair for libarry $420,000.00 roof repair for libarry,police dept.&city hall 01/22/2018 Project Name & Contract Amount Type of Work Date Completed City of Placentia-remodel 2 rest rooms $213,711.00 2 rest rooms,piumbing works for the comunity office 12/14/2017 Project Name& Contract Amount Type of Work Date Completed vernon city house improvement $123,585.00 city housing improvement 02/07!2017 Project Name & Contract Amount Type of Work Date Completed C-10 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 l 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/DLSEiPublicWorks/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efi I i ng.dir.ca.gov/PWCR/ActionServiet?action=displayPWCRegistrationFortn DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Seru-cli.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." 1 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. ST.GEORGE GROUPE INC. Contractor Abdalla Abdelmalak By President Title Date: 10/25/2018 DIR #: 1000009503 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-Lncome 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 (initici/the al7plicable selectinns): AA Will ensure that 100/0 of all new hires as a result of this project shall meet all requirements 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: ST.GEORGE GROUPE INC. Contact Person: Abdalla Abdelmalak Contact Phone: (909) 471-2361 Signed: Date: 10/25/2018 *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). C-12 EXHIBIT A I2ISADVANTAC2ED BUSINESS ENTERPRISE (DBE) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled °Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds. The Contractor should ensure that DBEs, as defined in Part 200.321, Title 2 CPR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps, as set forth in Part 200.321, Title 2 CFR, for this assurance. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-13 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. Bid Opening Date 10/25/2018 The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 0°/0 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 arc 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 Solicitation and Dates C-ta 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. Bidder Normally Items of Work Performs Item Breakdown Amount Percent of Y or N ( ) of Items ($) 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: C-15 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. G 16 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail G17 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Abdalla Abdelmalak (Signature) President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place of Business 3200 E. Guasti Rd ste.# 178 (Street and Number) City and State Ontario (5) Zip Code CA 91761 Telephone No. 909-4712361 (6) E-Mail st.george_groupe@hotmail.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED C-18 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: 1-Abdallah Abdelmalak president 2-Fadia Phlopos secretary 3-Abdalla Abdelmalak Tresure C-19 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT(CONSTRUCTION CONTRACTS NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL,AGENCY: City of Huntington Beach LOCATION: 7291 Talbert Ave. Huntington Beach,CA 92648 PRO.IECT DESCRIPTION: ADA Upgrade & Roof Replacement TOTAL.CONTRACT AMOUNT: $313,500.00 S BID DATE: 10/25/2018 BIDDER'S NAME: St.George Groupe, Inc. CONTRACT DBE GOAL: 0% ONTRACT ITEM OF WORK AND DESCRIPTION DBE CERT NO. NAME OF EACH DBE DOLLAR AMOUNT ITEM NO. OR SERVICES TO BE AND EXPIRATION (Must be certified on the date bids DBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address O BE PROVIDED for contracted it vul phone numbed bidder is a DBE) Install New Roofing 2010962 Old Glory Roofing Corp $71,910.00 For Local Agency to Complete: Total Claimed DBE $ 71,910.00 Local A�eney Contract Number: Participation Federal-aid Project Number: 23 ty) Federal Sharc: Contract Award Date: i Local Agency certifies that Al DBF.certifications have been verified and information is complete and accurate. Signature of*Bidder 10/25/2018 (909)471-2361 Date (Area Code)Tel.No. Print Name Sianattne Date Abdalla Abdelmala Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: l,oc;rl Agcncy liiddcr D[3G Conunirmeot(Construc(io❑Contracu) (Rev 6/26/09) C-20 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 be 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. C-21 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder ST.GEORGE GROUPE INC. [proposed subcontractor ] hereby certifies that he/she/it has has not , participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, I 1 114, oi- 1 1246, and that, where required, he/she/it 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 arc 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-I) is the only report required by the Executive Orders or their implementing regulations. (eeoc.gov/employers/eeolsurvey/index.cfm) 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) (I) 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 Adminis.tratiojor by the Director, Office of Federal Contract Compliance, U.S. Department o I abor. Signature: Date: 10/25/2018 Print Name: Abdalla Abdelmalak Title: President C-22 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) MSC-520 Youth Shelter ADA Upgrades And Roof Replacement To the City b of Huntington Beach In conformance with Title 23 United States Code Section 112 and California 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 Bidder's Proposal. By signing the Proposal, the Bidder has also signed this Noncollusion Affidavit. Bidders are caLlti e making a false Certification may subject the Bidder to criminal pro<e'cution. Signature: Date: 10/25/2018 Print Name: Abdalla Abdelmalak Title: President C-23 EXHIBIT F 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 with Bidder 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; C does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against him/her 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. Note: 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. Signature: ---5 l Date: 10/25/2018 Print Name: Abdalla Abdelmalak Title: President C-24 EXHIBIT G N®NL®BBYING CERTIFICATI®N F®R I+EDEIZAL-AID CQNTRALTS 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 th,t!"n I such subrecipients shall certify and disclose accordingly. s I Signature: �-- Date: 10/25/2018 Print Name: Abdalla Abdelmalak Title: President C-25 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS 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: a.conuscl I a.bid/offer/application El a.initial b.Lrant b.initial award b,material change C.cooperative agreement C.post-award d.loan For Material Change Only: c.loan year quarter f. loan insurance elate of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.d is Subawardee, ❑ Enter Name and Address of Prime: Prime Subawardee Tier it known Congressional District,if known Congressional District,if-known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable 8. Federal Action Number,if known: 9. Award Amount,if known: 10. a.Name and Address of bobby Entity b. Individuals Performing Services (ituluding (11 individual.last name.first name.MI) address if different from No. 10aj St. George Group, Inc. (last name,first nanne,MI) 3200 E. Guasti Rd. Abdelmaiak, Abdalla Ontario, CA 91761 (attach Continuation Shect(s)if necessary) 11. Amount of Payment(,check ply)ck all that ap 13. Type of Payment(check all that apply) $313,500.00 Actual planned a.retainer b,one-time fee 12. F inn of Payment(check all that apply): C.commission a.cash d.contingent fee b.in-kind: specify: nature El c deferred value f.other.specify Total Amount of Contract Id. 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 Contit®on Sheet(")if`y;11ssan)_..._-- . < 15. Continuation Shect(s)attached: Yes No i k. 16. Information requested through this tiara is authorized by Tide ,,- �- 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: � was placed by the tier above when his transaction was made or v entered into.This disclosure is required pursuant to 31 U.S.C. Print Name: Abdalla Abdelmalak 1352. This information will be reported to Congress semiannually and will be available lot-public inspection. Any Title: President person who fails to file the required disclosure shall be subject 10/25/2018 to a civil penahy of not less than $10.000 and not more than TelephoneNo.:A_QQ9 471-2-361 _Date:_ $100,000 foreach such failure. Authorized for Local Reproduction Federal Use Only: Standard Lorna-LLL Standarcl Form LLL Rev.09-12-97 C-26 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H 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 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. S) Enter 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., "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 C-27 different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 1 1)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 rnade (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(es). 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(es). 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 ernployee(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. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). C-28 EXHIBIT I FEDERAL LQBJjYjNG RESTRI!Q11QN Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subreciplent of a Federal-aid contract to pay for any person for Influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit in executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Z-1 Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. toll. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. erti The Conti-actor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if $25,000 or more In the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s) or individual(s) influencing or atterriptin,,, to influence a covered Federal action-, oi- 3) A change in the officer(s), employees(s), or Mernber(s) contacted to influence or attempt to Influence a covered Federal Action. C-29 SAM Search Results List of records matching your search for Search Term : merit* building* specialties* Functional Area: Entity Management,Performance Information Record Status: Active No Search Results October 26,2018 2:29 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : michael* adrian* stipher* Record Status: Active,Inactive No Search Results October 26,2018 2:48 PM https://www.sam.gov/ Page 1 of 1 SAM Search Results List of records matching your search for Search Term : kevin* woodward* Functional Area: Entity Management,Performance Information Record Status: Active No Search Results October 26,2018 2:55 PM https://www.sam.gov/ Page 1 of 1 10/26/2618 View Details-Entity Overview I System for Award Management A NEW WAY TO SIGN IN-If you already have a SAM account,use your SAM email for login.gov, Login.gov FAQs ALERT-June 11,2018:Entities registering in SAM must submit a notarized letter appointing their authorized Entity Administrator.Read our updated FAQs to learn more about changes to the notarized letter review process and other system improvements. ALERT-Users who previously bookmarked this site will need to update their bookmark on November 5,2018.Users may continue to navigate directly to sam.gov,only the bookmarked url will be affected, w it El,, 'Entity--- Dash b 'iew Entity Registration ,_ -- Core Data Entity Overview Assertions Reps&Certs r POCS Entity Registration Summary a Exclusions Name:OLD GLORY ROOFING CORP Business Type:Business or Organization e Active Exclusions Last Updated By:Jerardo Reyes Registration Status:Active r Inactive Exclusions Activation Date:03/21/2018 Expiration Date:03/08/2019 Excluded Family Members RET R TCk SEARCH Exclusion Summary Active Exclusion Records?No III https://sam.gov/portal/SAM/?navigationalstate=JBPNS_rOOABXdcACJgYXZheC5mYWNIcy5wb3JObGVOYnJpZGdILIN UQVRFXOIEAAAAAQApdmlldz... 1/1 SAM Search Results List of records matching your search for Search Term : joseph* electric* Functional Area: Entity Management,Performance Information Record Status: Active `ENTITY _ Murrin, Joseph Status: Active DUNS: 079812754 +4: CAGE Code: 7RBS7 DoDAAC: Expiration Date: Jan 17, 2019 Has Active Exclusion?: No Debt Subject to Offset?: Yes Address: 515 Second St City: Dunmore State/Province: PENNSYLVANIA ZIP Code: 18512-3001 Country: UNITED STATES ENTITY! '7 Case, Joseph Status: Active DUNS: 078846133 +4: CAGE Code: 86008 DoDAAC: Expiration Date: Sep 5, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 67 LEE ROAD 467 City: SMITHS STATION State/Province: ALABAMA ZIP Code: 36877-4615 Country: UNITED STATES ENTITY 7Delgado, Joseph R. Inc Status: Active DUNS: 092861137 +4: CAGE Code: 5H7F4 DoDAAC: Expiration Date: Jan 15, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 1869 Gallagher Dr City: Vineland State/Province: NEW JERSEY ZIP Code: 08360-1548 Country: UNITED STATES ENTITY 7JOSEPH PENZOLA Status: Active DUNS: 879266617 +4: CAGE Code: 3Q3K4 DoDAAC: Expiration Date: Apr 16, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 13394 E ALSEA HWY City: TIDEWATER State/Province: OREGON ZIP Code: 97390-9600 Country: UNITED STATES October 26,2018 2:52 PM https://www.sam.gov/ Page 1 of 2 ENT.ITI' Charley, Joseph Status: Active DUNS: 080833115 +4: CAGE Code: 824G1 DoDAAC: Expiration Date: Feb 27, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 1/2 M NW of MP 96 NR15 City: GANADO State/Province: ARIZONA ZIP Code: 86505 Country: UNITED STATES October 26,2018 2:52 PM https://www.sam.gov/ Page 2 of 2 SAM Search Results List of records matching your search for Search Term : gozeph* raafat* ghobr* hanna* Record Status: Active,Inactive No Search Results October 26,2018 2:45 PM https://www.sam.gov/ Page 1 of 1 10/26/2018 Check A License-License Detail µ CONTRACTORS STATE UCEN E BOARD Contractor's License Detail for License # 693648 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this (formation, 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 th 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. Data current as of 10/26/2018 10:58:34 Al Business Information MERIT BUILDING SPECIALTIES 33821 CALLE CONEJO SAN JUAN CAPISTRANO, CA 92675 Business Phone Number:(949)588-0700 Entity Sole Ownership Issue Date 08/03/1994 Expire Date 08/31/2020 License Status ............ ...... (This license is current and active. All information below should be reviewed. Classifications 634-PREFABRICATED EQUIPMENT Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: SC8003485 Bond Amount: $15,000 ;Effective Date: 01/01/2016 €Contractor's Bond History Workers' Compensation ;This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:1091310 iEffective Date: 02/01/1995 i Expire Date: 02/01/2019 ;Workers'Compensation History 10/26/2018 Personnel List Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor License# 693648 Contractor Name MERIT BUILDING SPECIALTIES Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name MICHAEL ADRIAN STIPHER Title SOLE OWNER Association Date 08/03/1994 Classification D34 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicenselI/PersonnelList.aspx?LicNum=693648&LicName=MERIT+BUILDING+SPECIALTIES 1/1 10/26/2018 Check A License-License Detail � ``U` CONTRACTORS STATE UCENSE BOARD Contractor's License Detail for License # 412452 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this (formation, 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 th 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. Data current as of 10/26/2018 11:02:26 Al Business Information KEVIN WOODWARD GENERAL CONTRACTOR 2598 AYALA DR SPC 71 RIALTO, CA 92377 Business Phone Number:(760)373-6970 Entity Sole Ownership Issue Date 10/13/1981 Reissue Date 03/27/1998 Expire Date 05/31/2019 License Status This license is current and active. All information below should be reviewed. Classifications C36-PLUMBING B-GENERAL BUILDING CONTRACTOR Bonding Information Contractor's Bond phis license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY. W� Bond Number: 247318 Bond Amount: $15,000 Effective Date: 05/22/2017 Contractor's Bond History Workers' Compensation . ................. ......._.__..__- __.._... . ;This license has workers compensation insurance with the HARTFORD UNDERWRITERS INSURANCE COMPANY Policy Number:76WEGAA7E40 `Effective Date: 09/11/2017 Expire Date: 09/11/2019 Workers'Compensation History ___. _._..__._. _.._ ___. .-_..._— ___ ....... _ _ I 10/26/2018 Contractor's License Personnel Detail Home I Online Services I License Detail I Personnel List I Personnel Detail Contractor's License Personnel Detail Contractor License# 412452 Contractor Name KEVIN WOODWARD GENERAL CONTRACTOR Name KEVIN CLAY WOODWARD Title and Class History Title SOLE OWNER Classification C36 PLUMBING Association Date 10/13/1981 Disassociation Date 10/31/1991 Title SOLE OWNER Classification C36 PLUMBING Association Date 03/27/1998 Title SOLE OWNER Classification B GENERAL BUILDING CONTRACTOR Association Date 09/15/1999 CSLB Email Login https://www2.cslb.ca.gov/OnlineServices/CheckLicensel I/PersonnelDetail.aspx?LicNum=412452&SegNumber=62051&LicName=KEVIN+WOODWAR... 1/1 10/26/2018 Check A License-License Detail n UO CNTRACTOR STATE UCE!' SE BOARDQ ZZIr Contractor's License Detail for License # 1040333 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this (formation, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(BRP 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on th link or button to obtain complaint and/or legal action information. Per BRP 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. Data current as of 10/26/2018 11:09:02 Al Business Information OLD GLORY ROOFING CORP 514 W RIALTO AVE RIALTO, CA 92376 Business Phone Number:(909)471-0342 Entity Corporation Issue Date 06/07/2018 Expire Date 06/30/2020 License Status This license is current and active. All information below should be reviewed. Classifications C39-ROOFING Bonding Information Contractor's Bond _._ _--- _ . _ �. . __v_ _.................. ._._.. _.. This license filed a_ _Contractor's Bond with AMERICAN_ CONTRACTORS INDEMNITY COMPANY. Bond Number: 100390687 Bond Amount: $15,000 Effective Date: 04/13/2018 Bond of Qualifying Individual The qualifying individual RAUL REYES VIGIL certified that he/she owns 10 percent or more of the voting stock/membership interest 'of this company;therefore, the Bond of Qualifying Individual is not required. S Effective Date 1.06/07/2018 ..�.. ___. _.____ ._.._ ___ ------....... Workers' Compensation 'This license has workers compensation insurance with the STATE COMPENSATION � � � � INSURANCE FUND =Policy Number.9232327 Effective Date 05/31/2018 Expire Date 05/31/2019 i Other Personnel listed on this license(current or disassociated)are listed on other licenses. 10/26/2018 Check A License-License Detail w (pi CONTRACTORS STATE LICENSE BOARD Contractor's License Detail for License # 1014699 ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this (formation, 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 th 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. Data current as of 10/26/2018 11:09:46 Al Business Information JOSEPH ELECTRIC 2819 PEPPERTREE WAY POMONA,CA 91767 Business Phone Number:(562)290-9938 Entity Sole Ownership Issue Date 05/31/2016 Expire Date 05131/2020 License Status ;This license is current and active. 'All information below should be reviewed. Classifications C10 ELECTRICAL ! Bonding Information Contractor's Bond __ _._ __. .... .....__ .__ s license filed a Contractor's Bond with BUSINESS ALLIANCE INSURANCE COMPANY. Bond Number G70505955655 nd Amount: $15,000 ;Effective Date: 04/29/2017 Contractor's Bond History --•' Workers' Compensation `This license has workers compensation insurance with the NORGUARD INSURANCE COMPANY Policy Number:JAWC902335 Effective Date: 05/12/2018 'Expire Date: 05/12/2019 LWorkers Compensation History 10/26/2018 Contractor's License Personnel Detail Home I Online Services I License Detail I Personnel List I Personnel Detail Contractor's License Personnel Detail Contractor License# 1014699 Contractor Name JOSEPH ELECTRIC Name GOZEPH RAAFAT GHOBR HANNA Title and Class History Title SOLE OWNER Classification C10 ELECTRICAL Association Date 05/31/2016 CSLB Email Login https://www2.cslb.ca.gov/onlineservices/CheckLicensell/PersonnelDetail.aspx?LicNum=1014699&SegNumber=978879&LicName=JOSEPH+ELECTRIC 1/1 Western SuretyCompany BID BOND (Percentage) Bond Number: 72090936 KNOW ALL PERSONS BY THESE PRESENTS, That we St. George troupe Inc. dba St. George Construction of 3200 E. Guasti Rd. , Ste. 100-55, Ontario, CA 91761 hereinafter referred to as the Principal, and western Surety Company as Surety, are held and firmly bound unto City of Huntington Beach of2000 Main Street, P.O. Box 190, Huntington Beach, CA 9264E hereinafter referred to as the Obligee, in the sum of Ten ( 10 %) percent of the greatest amount bid, for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Youth Shelter ADA Upgrades and Roof Replacement NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 25th day of October 201E St. George Groupe Inc. dba St. George Construction"-` By ._._ (Seal).T., . Western Surety Company CORPON (Surety) '=SEAL;; By 3 IFER k1ANE REEVES Attorney-in-Fact Form F5876 Western Surety Company POWER OF ATTORNEY-CERTIFIED COPY Bond No. 72090936 Know All NIen By These Presents,that WESTERN SURETY CONIPANY,a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls,South Dakota(the"Company"),does by these presents make, constitute and appoint JENNIFER DIANE REEVES its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred,to execute, acknowledge and deliver for and on its behalf as Surety,bonds for: Principal: St. George Groupe Inc. dba St. George Construction Obligee: City of Huntington Beach Amount: $1, 000,000. 00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President, sealed with the corporate sea] of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary,any Assistant Secretary,Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." If Bond No. 72090936 is not issued on or before midnight of January 25, 2019 all authority conferred in this Power of Attorney shall expire and terminate. In_Wluasg yV!i ,Western Surety Company has caused these presents to be signed by its Vice President,Paul T.Bruflat,and its corg8rteeel't'o'be.athis 25th day of October 2018 WEST R / SURE COMPANY S vjr-i�F S0Z7TH,F].Ai- A 1 Paul T. ruflat,Vice President COUI4F�V�IAW[A I ss `�C3 On this .� �25 th day of October in the year 2018 before me,a notary public,personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. }yy55yawa4,ay�,y*esaSaa,Say.t J. MOHR 8 � SEAL NOTARY PUBLIC 5 � Notary Public-South Dakota a SOUTH DAKOTA .t iy55yy555y,5ao,y5y55,c.yyy t My Commission Expires June 23, 2021 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota,do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,I have hereunto set my hand and seal of Western Surety Company this 2 5 th day of October 2018 WEST R SURE COMPANY Paul T.truflat,Vice President To validate bond authenticity,go to wNvw.cnasurety.com >Owner/Obligee Services >Validate Bond Coverage. Form F5306-10-2017 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 Los Angeles ) On 10/25/2018 before me, Jacob Anthony Girgis,Notary Public Date Here Insert Name and Title of the Officer personally appeared Jennifer Diane Reeves Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person�a'f whose nameX&rate subscribed to the within instrument and ackno;e4r/t�irMsiegnatureKon ed that he/she/they executed the same in h' e/thr authorized capacityW,and that by the instrument the persouW, r t e en Ity-upon behalf of which the personA' 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. r JACOB ANTHONY GIRGIS S Signature COMM.#2144559 SI ature of Notary Public NOTARY PUBLIC-CALIFORNIA ° LOS ANGELES COUNTY 0 COMM.EXPIRES FEB.29,20201 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: Signer's Name: ❑Corporate Officer — Title(s): ❑ 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: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 :�]'�•. i'";s :. :;-r' it �*s _dra,'r.•. :u' .r '•x F::,a 4 —t �r•:i5." .: '- :;fir. 'c gk,-4- ,.r.t x .rbe':_ � k. '�x �'• 'ty '=�•• .a „g,,.'�'yy�:.�...;.� � �w s�, s r, 3�"-., t 4 �s � r .i r -•t r �..,, '.r s.}�;'M �. �'s:='; `'�''� h nt¢,_ ;;p.. •.Eijm d},F='•t ..k w,:• r ;P ;:, � a�o; .. v. �" y� �' h r• �r:a-•sr � -'...eu u.re F v�. re ''.s ,�. _ 'k .,E.. •z i r' -T •.�:� 'r e r >i ••.t0,..: ,l•� .s � . C ''�"1. �rt•'+=.,•r ts`t?'.4'C-7$ `� ;y Y. ; r,�; ., .`,•;s3 x ] �t rt „� �•',~f:s �r.%.,. .Y.. i;. -�S,"5 •.syr�., �v:5. `Rr., . '.�•«.--e.�qC.;- w-S Yy'. la `e4._ `y, ,, "t. >�. :ifE3'..ta�s." ';`y`i?.!-k'.•q; -1_ ;r. `aig i. 'st w- ..r 'A, _��.. a r'� +� .a„,. +° " .$ �. ., :'x• 'i:: + f s,w .;.aaa• `. •q�r,; h. r ,'tiY r - '.a -:re ,� Pi'�iw' � ..; -Sz•. ;?�{ &:r� .,.�.prr•;as,e. qA' - :3F 7': .,r-.s •,ry-, •r:.•- ." sS.p. i.•..g,� f •ir ..,.a7x; i ri. T. 1 '#. 3 :.CT a^.°a¢r.. L.re h°� .. Y MSF. .k _� :rr 3u `q t fi4 r + ■ •. f' �' bm a".r :sc T k 7•1..� er,�• �>•..:: -� 'r ��.r�t.-G. .„ .•a Yr�i•. �,; u.,.. `�j., J'.,...ps�t.�.,'�"_'�"1 _,,., :r.. �,(.��' -Isit.$J•s3 <„ a.�. <.a �g .� j-�•� ..,�.aa ..�._�•:�� .-..' _3<c,4 ^.+?��' ?,,. �� .�r, �io.,C. "C'�.:,ipr .�.:v: ...�:'w •�a .: r���7'�+y. :�,:w• k- `':i'�;, -"' '.'..zt ,. d yy. FFy arsr +`' sR�r y�?� `r uS•.ks^ �•i y -�s x '" a, ryg 3r 5 x = t s'3' dl. f• a. w sgA :`� � s� r-f� �r'`r�r � s �Eo�GE �RauI�I�T h.TUQc +1•�1-.� r JTI 1-'l4/.SUITE 1l0 r _ g"'Fr^�•fd1{�&� j„L(" Yf. fj'. %T;y`• .4• YT A•� `.."Alm' . 1r x„A ©NTARK), M r�q g S-.A..91761 �•r ,•S c'.�.p�r �4.d!-1Z F R ` � s •...c '7�-.L� 'rpy �' kN.....- g. ---u'x-;-.' .r.�-. � � Yx+ gip. �'. r� ..fie. '�.'a„v'�Re?� tr � .kry .>•1' f r4 v4a.ens.vr., 'f n?r •v ^hf•tee, P;r .0 - ^fir? ' �a s .t C.r;n- `;uj ri '.�,;xr. :�.. '^ qy ;,.•: = .,a..r� ?�.•,:��r. .':. H ., .cam�.�� rr ,�,, „� .,: ;u se`. � i1 i�sT .��•1:,+~.f.:��d„ .Y � _ :�x �` °s x>: • ,,••K.�'-F. a- 'r ...-.rp ...� .�§,. ,.-..., ,; ,., ,ie ��� AMC.'?qr'>.' ,. y� .a:..- r mow:K i" ✓�fL,} ,: ,o..tU "' -da j+' tt _ �.444' h'•.A •'i ..•'t>& `$ P?z' 1l�*k�L-�' ,aP.���� �. ^•.� +. �k .,y�' '?� tF icy r.� T /+r'/�J f�Y:� �{. .•' F YL.'\'•!.•�+ S� �....L. RS'h � ... ,t '::�. ,'r"rfr +7.r,�u*• -^�g � '>e � k�'�,3�.vw - t-a.>4ar: �.,� +r� 'rk �,, y 1 n� i .��"�a.S3�,," v�.n'rw�.`T"" `'�`I.. idr., yt .k aLw. 'Y�h}�..� -i �:�: - '-Zf �. .edv '�!' � .`�, �•'-'� arY `tea j'Y. - �s: t•;,y. y� e�S � p •ti �i -u„ }A. i' 3�'a e.g- ..�F' "'C, .F S �.. � .' I. ,y+C. n.ra. �:- �:iA. � � i 1-- . ].a.' a .y. � Yr .;4. �,{ � ,.Y•' •'��J. .'s1S?.ta ;;h y� y „•.P� .. 37r +'Y.«�r...FF��. �c .'r '. .S ':x '25• _.1, S" '.- 1. .�. SAS aSy"raw ;,G. .,dg}�{', •+FL' .°,y�C:• C ' 'r�'r"r y " ,'{� �rs 7 - �41�1.•' `�°y'A� ry�� f _a,�j i�."aA.. - - �.a'.4 .i'In. _` i g6' � .�5:3>r ..'+A.• 4 +�'ry'f'(3;.: � rf,r - ! N CITY O H 'PUBLIC • fl��"��� � ��� � r ��. � ! - .�2 EPARTMENT � ,n,.n Y•7 t � h 2000MAIN STREET HUNTINGTON t5 LACK CA 92648 , s i � a�f•'�`re + s�� Sty "5 � � Y �� y. � ,p�'�: � Y ' S )�.. �-•f � �, � • Tom`. 4� � PROJECT : k YOUTH SHELTR ADA UPGRADE v s 4�X : i to AND ROOF REPLACEMENTMSC 520 r iry�' � *�iG+�•' --+����r�,�: `�`f]� � -ae¢ � t� �''�'Ty�rg�w�p,�i��aR��..I h� '.t s�,�; s.'��'�"q'b�„+, .�� a� '. ��•1 •;g `��'r,H y��t�->•<p�'�� � � ye � t�,i�7C...�' � µ 3 q�C'�° ,� "" }c.„ .i " '9S�i z •. `�;rw�:5#,;�}yi���[,����� � �t ���r-_a���s�i'�'•+r� -.: m' � '" fir' �',� v; -�� BID DATE . 10/25/2018 AT 1:45 PM n> � •fie aus�`L �t�5. s. �,r;s (�,�r F t x�° F .h�'��' ��i pe hh`�� s �}�+ .¢5na S�.l}�7't� +..p-��i,�i't�•j�� -{� e�p,� �� .�." � e Y' .f�,t+r a -r�s 7 r?r Y wr c ''e:r a »"�..x. c�Ya� j h: ";� �W 1' i s,.�q �3x u•, Yg�ris4}i>,a�t�•�y .'��s,v 4sEY y } City of Huntington Beach .3 2000 Main Street ♦ Huntington Beach CA 26 g � 9 48 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Robin Estanislau, City Clerk January 9, 2019 States Link Construction, Inc. 5825 Lincoln Ave., #212 Buena Park, CA 90620 RE: Youth Shelter ADA Upgrades and Roof Replacement— MSC-520 Enclosed please find your original bid bond for MSC-520. Sincerely, Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of MSC-520 YOUTH SHELTER ADA UPGRADES and ROOF REPLACEMENT 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 therefore, 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 90 working days, starting from the date of the Notice to Proceed. 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 re-advertise 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. Accompanying this proposal of bid, find 10%Bid bond in the amount of (Please insert the words "Cash", "Certified Check", or"Bidder's Bond for10% ",as the case may be) 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. Any standard Surety Bid Bond form is acceptable. C-1 Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's 5ignature 1 10-18-2018 2 10-22-2018 QUP3t:��e; Z.Zri� �s r.e✓ /D PROJECT WORK SCHEDULE: 1. The contract shall allow the Contractor 90 working days to complete the contract. 2. The Contractor shall start the project no later than December 17,2018. 3. The Contractor shall complete the project no later than April 25,2019. Bidder shall signify receipt of Project Work Schedule here: Bidder's Signature States Link Construction, Inc. PROJECT BID SCHEDULE Item No. Item Bid Amount in,Figures 1. MSC-520 Youth Shelter Construct ADA restroom and kitchen and accessible path improvements and ADA Upgrades & Roof S Replacement demolish and replace existing roof per plans and specifications Total Lump Sum Bid Amount E O Total Bid Amount in Words: Eve- -{ u nA h J r ,, ✓' ' ct r-t 1 01 rC, c t (Cl PIS C-2 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 Item(s) State Lie.# Dollar % of Name and Address of Subcontractor and Class D1R# Amount Contract As b�s 931 ©0 won L(6 Covlt�'t1 u tV af V< ` . & '31 4 C A) a`) d 3 9 f f4trA kCK F-®e, 't CA ,D lJ S 15ZSL 223 �oo�ccFZ�at dq 56 U �i 924 � 9 ;1 Y Z ik` titS� �t��Jl CA l �j CJ ��9' 1 / 0 d By submission of this proposal, the Bidder certifies: I. 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 on10-25-18 , at Buena Park CA Date City State M Bashar Tohmeh being first duly sworn, deposes and says that he or she is Secretary of States Link Construction, 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. States Link Construction,Inc. Name of Bidder Signature of Bidder M.Bashar Tohmeh,Secretary 5825 Lincoln Ave.#212,Buena Park,CA 90620 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 PROJECT NAME, (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 he pei formed 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. States Link Construction, Inc. Contractor By M.Bashar Tohmeh, Secretary Title Date: 10-25-2018 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 U 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. 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. States Link Construction,Inc. Contractor R / By M. Bashar Tohmeh Secretary Title Date: 10-25-2018 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: States Link Construction, Inc. Bidder Name 5825 Lincoln Ave.#212, Business Address Buena Park, CA 90620 City, State Zip ( 714 ) 644-9957 - 714-848-5048 (fax) Telephone Number 589415 A&B State Contractor's License No. and Class 03/01/1990 Original Date Issued 03-31-2020 Expiration Date The work site was inspected by M Bashar Tohmeh of our office on 10-16 201 8 The following are persons, firms, and corporations having a principal interest in this proposal: States Link Construction,Inc. M.Hassoun Alabed. President/Treasurer M.Bashar Tohmeh, Secretary/V.P. 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. Stales Link Construction,Inc. Company Name zt�K Signature of Bidder M.Bashar Tohmeh, Secretary Printed or Typed Signature DIANA i0WH �t ix P COMM. #2184192 z Notary Public • California x Subscribed and sworn to before Inc this) / day of 2018 z Orange County r My Comm.Expires Mar.22,2021 NOTARY PUBLICC NOTARY SEAL C-8 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 va IdIty of that document. Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. List below 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 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-9 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. M. Bashar Tohmeh, Name of proposed Project Manager /Superintendant Telephone No. of proposed Project Manager: 714-412-0088 See attached * 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. M.Hassoun Alabed Name of proposed Superintendent /PM Telephone No. of proposed Superintendent: 714-412-1433 See Attached** 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 C-10 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 I through .Tune 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 DI R's Contractor Registration Link—Call (844) 522-6734 https://efiI ing.dir.ca.gov/PWCR/ActionServiet?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. States Link Construction,Inc. Contractor By M. Bashar Tohmeh, Secretary Title Date: 10-25-2018 DIR 4: 1000007238 Exp.6-30-2019 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): K Will ensure that 10%of all new hires as a result ofthis project shall meet all requirements 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: States Link Construction,Inc. Contact Person: M.Bashar Totuneh, 714-644-9957 Contact Phone: Signed: Date: 10-25-2018 *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). C-12 EXHIBIT A DISADVANTAGED BUSINESS ENTERPRISE (DBE) This Project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs), as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds. The Contractor should ensure that DBEs, as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the perfiormance of this Contract and shall take all necessary and reasonable steps, as set forth in Part 200.321, Title 2 CFR, for this assurance. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. C-l3 EXHIBIT B DBE INFORMATION—GOOD FAITH EFFORTS Federal-aid Project No. MSC-520 Bid Opening Date 10-25-20N The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 0% 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 Solicitation and Dates W�t:�.ee • . � t t7 � � '2 � JB C-14 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. Bidder Normally Items of Work Performs Item Amount Percent of Breakdown(Y or N) of Items ($) 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: C-15 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. C-16 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail C-17 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted States Link Construction,Inc. 5825 Lincoln Ave. #212, Buena Park, CA 90620 (2) (Signature) M. Bashar Tohmeh, Secretary (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place of Business 5825 Lincoln Ave. #212, (Street and Number) City and State Buena Park, CA (5) Zip Code 90620 Telephone No. 714-644-9957 (6) E-Mail stateslink@aol.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED C-18 CALIFORNIA CERTIFICATE OF 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 ) t _ On� � 1 before me, c�1vn ek L (here Insert name and title of th er) personally appeared M ., _V 1� �J n eA who proved tome on the basis of satisfactory evidence to be the person(executed whose name( Is/are subscribed to the within instrument and acknowledged to me that(i /she/they the same in is/her/their authorized capacity(i s), and that by f�/her/their signature(ron 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. DIANA TOWN COMM. #2184192 z 0@,my Notary Public •California o = Orange County -- WITNESS my hand fficial seal. Comm.Ex ires Mar.22,2021 Signature (Seal) Optional Information Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification titled/for the purpose of Proved to me on the basis of satisfactory evidence: 0 form(s)of identification 0 credible witness(es) Notarial event is detailed in notaryjournal on: containing pages,and dated Page# Entry# The signer(s) capacity or authority is/are as: Notary contact: ❑ Individual(s) Other ❑ Attorney-in-Fact [I Corporate Officer(s) ❑ Additional Signer(s) ❑ signer(s)Thumbprints) Title(s) ❑ ❑ Guardian/Conservator ❑ Partner-Limited/General ❑ Trustee(s) ❑ Other: representing: Name(s)of Person(s)or Entity(ies)Signer is Representing O Copyright 2007-2016 Notary Rotary,Inc.PO Box 41400,Des Moines,IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners and managing partners: M. Hassoun Alabed, President/Treasurer M. Bashar Tohmeh, Secretary/V.P. C-19 EXHIBIT C LOCAL AGENCY BIDDER DBE COMMITMENT(CONSTRUCTION CONTRACTS NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGI::NCY: LOCATION: PRO.IICT DESCRIPTION: TOTAL CONTRACT AMOUNT: $ 131 D DATE: BIDDER'S NAME: CONTACT DBLGOAT": 'ONfRACI f1TiM OF WORK AN1;)DESCRIPTION DBLi CI::RI'NO. NAMF Of EACH DB1: DOLLAR AMOUNT [TFM NO. OR SLRVICLS'f0 BL AND LXPIRAIION (Must be certified on the date bids DBL SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address 1'0 Bl PROVIDED(orcontracted if the and phone number) bidder is a DBE) For Local Agency to Complete: Total Claimed DBE' $ Local algcncy Contract Numhu: Participation Federal-aid Project Number: % Federal Share: Contract Award Date: Local Agency certifies that all DI31 certifications have been verified and inlbrmation is complete and accurate. Signature of Bidder Date (Area Code)'fcl.No Print Name Signature Date Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Kidder DBE Commitment(C'onstruetion Contracts) (Rev 6/26/09) it C-20 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 be 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. C-21 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder States Link Construction,Inc. [proposed subcontractor J hereby certifies that he/she/it has _, has not , participated in a previous contract or subcontract subject to the Equal Opportunity clauses, as required by Executive Orders 10925, 11 1 14, or 11246, and that, where required, he/she/it 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. (eeoc.gov/employers/eeolsurvey/index.cfm) 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, C1.S. Department of I.,abor. Signature: � Date: 10-25-2018 Print Name: M. Bashar Tohnieh, Secretary Title: C-22 EXHIBIT E NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) MSC-520 Youth Shelter ADA Upgrades And Roof Replacement To the City of Huntington Beach In conformance with Title 23 United States Code Section 112 and California 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 Bidder's Proposal. By signing the Proposal, the Bidder has also signed this Noncollusion Affidavit. Bidders are cautioned that making a false Certification may subject the Bidder to criminal prosecution. Signature: Date: 10-25-2018 Print Name: M. Bashar Tohmeh, Secretary Title: C-23 EXHIBIT F 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 with Bidder 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 him/her 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. Note: 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. `l l Signature: Date: 10-25-2018 Print Name: M. Bashar Tohmeh, Secretary Title: C-24 EXHIBIT G NONLOBBYING CERTIFICATION FOR FEDERAL-AID 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. Signature: Date: 10-25-2018 Print Narne: M. Bashar Tohmeh. Secretary Title: C-25 EXHIBIT H DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 3I U.S.C. 1352 I. Type of Federal Action: 2. Status of Federal Action: 3. Report"type: Lla_contract Fla bid/offer/application F-1 a.initial b-grant b.initial award b-material change c cooperative agreement a post-award d.loan For Material Change Only: c.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 il'known Congressional District,il'known Congressional District,ifknown 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,ifapplicable 8. Federal Action Number,if known: 9. Award Amount,if known: 10. a.Name and Address of Lobby Entit' b. Individuals Performing Services (including (If individual.last name,first name,Nll) address ifdillcrent from No. l0a) (last name,first name_MI) (attach Continuation Sheet(s)ifnecessary) 11. Amount of Payment(check all that apply) 13. Type of Payment(check all that apply) $ Actual planned a.retainer h.one-time lee 12. F r of Payment(check all that apply): C.commission ria.cash d.contingent fee b.in-kind, specify: nature e delcrred value f other.specify 14. Brief Description of Services Performed or to be performed and Date(s)of Ser ice,including officer(s),employee(s),or member(s)contacted,for Payment Indicated in Item 1 l: (attach Contiloon Sheets)ifL12&ssary) 15. Continuation Sheet(s)attached: Yes No 16. Information requested through this form is authorized by'I'itle 31 U.S.C. Section 1352. '[his disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S Print Name: 1352_ This information will be reported to Congress semiannually and will be available for public inspection. Any 'Iitle: person who fails to file the required disclosure shall be subject to a civil penalty of not Tess than$10,000 and not more than Telephone No: Date: $100.000 for each such failure. Authorized for Local Reproduction Federal Use Only: Standard Form-I.11, Standard Form LLL Rev.09-12-97 C-26 INSTRUCTIONS FOR COMPLETION OF EXHIBIT H, 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 filling 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 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 filling 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 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., "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 C:-27 different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). I I)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(es). 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(es). 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) employees)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. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). C-28 EXHIBIT I FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: I) A cumulative increase if $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. C 29 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 375-5099 ADDENDUM NUMBER ONE For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 18, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PREVAILING WAGE SCHEDULE—SPECIFICATIONS MANUAL APPENDIX H Replace Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 09/07/2018 with Prevailing Wage Schedule General Decision Number CA180035 CA35 dated 10/05/2018 attached. This is to acknowledge receipt and review of Addendum Number One, dated tober 18 2018. States link Construction,MC 5825 Lincoln Ave.,#212 Buena Park,CA 90620 Company Name By rA (0�`� �)S Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431 , Fax (714) 375-5099 ADDENDUM NUMBER TWO For YOUTH SHELTER ADA UPGRADES AND ROOF REPLACEMENT MSC 520 in the CITY OF HUNTINGTON BEACH October 22, 2018 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1. EXIT SIGNS—SHEET E2.0.0—(3 attachments) Provide attached exit sign or approved equal 2. PLUMBING FIXTURES—SHEET P0.0.2—(3 attachments) a. Soap dispenser is to be stainless finish as stated in plans. b. Shower valves to be stainless finish. c. Lavatory faucets to be stainless finish —please use the attached faucet with stainless finish in lieu of the lavatory faucets noted on plans. d. The spray attachment for kitchen sink is included in the faucet. The dishwasher air gap shall be added. Therefore the quantity of faucet holes will be 4. This is to acknowledge receipt and review of Addendum Number Two, dated October 2 2018. States Link Construction,Inc 5825 Lincoln Ave., #212 Buena Park,CA 90620 714-644-9957 Company Name By M, Zouir ►.- ���2 Date I All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jerry Thompson at (714) 960-8861 within 24 hours of posting. Y 3 a� IA" T ^a 1._. . . . . .. _ 1 . .,.��. .. .i i. _ /f y. INC. CONTRACTORS . ENGINEERS Lie,=: 589415-Since 1989 REFERENCES: -CAPISTRANO UNIFIED SCHOOL,DISTRICT,33122 Valle Road,San Juan Capistrano,CA92675 • Contact: John Stocks,CJK Construction,Pro). Manager Tell: 714"727-9342 jstocks@cjkconstruction.com • Proiect: TIJERAS CREEK ELEMENTARY SCHOOL ROOF REPLACEMENT AND EXTERIOR PAINTING. • Completed: .July 28,2016 Contract Amount:$1,283,500-Adiusted Amount: $ 1,325,183 • Architect: WLC Architects,Inc,8163 Rochester Avenue,Suite 100,Rancho Cucamonga,Ca 91730 • Contact: Harvadi Pranata Tel. (909)987-0909 • Bonded Bv: Philadelphia Indemnity Insurance,Policy No.PB00067200083 • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agencv: None • A enev Filed Claims Against Contractor:None -West Valley Mosquito&Vector Control District, 1295 E. Locust Street,Ontario,CA 91761 Yv • Contact: Dnrvi Van Dran,Project Niannger Tell:909-476-6005 ext.5210dvandran@wlccs.com • Proiect: West Valley Mosquito&Vector Control District-Second Phase Tenant Improvement. • Completed: November 13,2015 Contract Amount:$852,140-Adiusted Amount: $ 1.025368 • Architect: Independent Architecture,206 W.Bonita Ave.,Claremont,CA 91711 • Contact: Robert Young Tel.(503)396-8308 • Bonded By: Philadelphia Indemnity Insurance,Policy No. PB00067200004 • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agency: None • Agency Filed Claims Against Contractor: None Santa Ana Unified School District, 1601 East Chestnut Avenue,Santa Ana,California 92701-6322 • Contact: Andv.Putney.Proiect Manager Tell: 714-863-6145 andy.putney@sausd.us • Proiect: Franklin Elementary School Modernization,Project#04-1 10035. • Completed: August 04,2012 Contract Amount: $970,000-Adiusted Amount:$ 947,933 • Architect: gKKworks.2355 Main Street,Suite 220,Irvine,Ca 92614 • Contact: Revin Henrion Tel. (949)250-1500 • Bonded Bv: Allegheny Casualty Company,Policy No.0552860 • DSA Inspection • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agency: None • Agenev Filed Claims Against Contractor:None -Santa Ana Unified School District, 1601 East Chestnut Avenue,Santa Ana,California 92701-6322 • Contact: Jim Fisher.Erickson Hall,Project Manager Tell: 760-796-7700 Ext 121 • Project: Remington Elementary School Modernization,Project#04-109993, • Completed: August 22.2012 Contract Amount: $2.445.000-Adiusted Amount: $2.445,000 • Architect: Donald Krotee Partnership,Inc.,230 North bush Street,Santa Ana,Ca 92701 • Contact: Matthew.-A.Rogers Tel. (714)547-7621 • Bonded Bv: Allegheny Casualty Company,Policy No.0552861 • DSA Inspection: Jeff Downurn Jsdownum@yahoo.com Tel.(661)319-6746 • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agencv: None • Agency Filed Claims Against Contractor: None 5825 Lincoln Ave.,#212,Buena Park,CA 90620•Tel:(714)644-9957•Fax: (714)848-5048•Stateslink@AOL.com -City of Long Beach,Department of Public Works,333 W.Ocean Blvd.,Long Beach,CA 90802 • Contact: Sandra J.Gonzalez,Project Management officer, Tel. (562)570-6459 • Management: CBM Consulting,Inc.,Alan Braatvedt Tel. (310)329-0102 • Proiect: Admiral Kidd Park—Teen Center • Completed: January 6,2007 Contract Amount:$1,963,549-Adiusted Amount:$2,235,420 • Architect: Ron Yeo,FAIA ARCHITECT,500 Jasmine Avenue,Corona Del Mar,CA 92625 • Contact: Ron Yeo Tel. (949)644-81 1 1 • Bonded BY: Travelers Casualty and Surety Company of America • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agency: None • Agency Filed Claims Against Contractor: None -Huntington Beach Union High school District, 10251 Yorktown Ave.,Huntington Beach,CA 92646 • Contact: Susi McLane Tel. (714)964-3339 • Proiect: Huntington Beach High School Modernization—Contract 2 • Completed: Completed July 1",2005 Contract Amount:$1,379,800-Adiusted Amount :$1,388,786 • Architect: Y'DEEN/ASSOCIATES,ARCHITECTS,3350 East Bich Street,Suite 201,Brea,CA 92821 • Contact: Tom Pezzuti Tel. (714)524-6396 • Bonded Bv: Travelers Casualty and Surety Company of America • DSA Inspection • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agency: None • Agency Filed Claims Against Contractor:None Fontana Unified School District,9680 Citrus Ave.,Fontana,CA 92334 • Contact: Domenick Santilli Tel. (909)538-3544 • Proiect: Live Oak&Redwood Elementary Schools—Kitchen Remodel and Storage • Completed: December 10,2004 Contract Amount: $480,000 Adiusted Amount: $543,252 • Architect: HMC Group,3270 Inland Empire Blvd.,Ontario,CA 91764 • Contact: William H.Fergus Tel. (909)989-9979 • Bonded By: Travelers Casualty and Surety Company of America • DSA Inspector: Sk Inspection Service,Sonny Kyi(909)553-3584 • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agencv: None • Agency Filed Claims Against Contractor:None -Fullerton School District, 1401 west Valencia Drive,Fullerton,CA 92833 • Contact: Kelvin Okino,Construction Mana-ement,Bernards Bros.,909-841-7850 • Proiect: Maple,Richman&Woodcrest E.S.,Wave 4,Group I Maint. Upgrades • Completed: October 12,2004 Contract Amount:$996,000 Adiusted Amount: $1,241,033 • Architect: PJHM Architects,647 Camino De Los Mares Suite 201,San Clemente,CA 92673 • Contact: Patrica Neely Tel. (949)496-6191 • Bonded By: Travelers Casualty and Surety Company of America • DSA Inspector: Kelly Inspection Service, Kelly Tel. (714)949-395-2910 • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agency: None • Auencv Filed Claims Against Contractor:None -Norwalk-La Mirada Unified School District, 12820 Pioneer Blvd.,Norwalk,CA 90650-2894 • Contact: Vince Marchetti Tel. (562)868-0431 ext. 2187 • Proiect: Huerta Multipurpose Room Addition. • Completed: May,2003 Contract Amount:$1,202,916 • Architect: L P A,Inc., 17848 Skypark Circle,Irvine,CA 92614 • Contact: Marc Pan,,e Tel. (949)261-1001 • Bonded Bv: Travelers Casualty and Surety Company of America • DSA Inspector:PC Associates,Robert J.Candy(714)730-0933 • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agency: None • Auencv Filed Claims Against Contractor:None 5825 Lincoln Ave.,#212,Buena Park,CA 90620•Tel:(714)644-9957•Fax:(714)848-5048•Stateslink@AOL.com Page 3 of 5 Bellflower Unified School District 16703 S.Clark Ave. Bellflower,CA 90706 • Contact: Dr.Gary Burgner, Tel.(562)866-901 I,Ext.3164 • Proiect : Ramona Elem. School • Completed: Nov. ,1994 Contract Amount: $552,563 • Architect: N.T.D. 1550 W.Colorado Blvd.Pasadena CA 91 105 • Contract: Rudy Freeman, Tel.(213)255-1401 • Bonded By: Gulf Insurance Company • DSA Inspection • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agency: None • Agency Filed Claims Against Contractor: None County of Orange-John Wayne Airport Authority 3160 Airway Ave.,Costa Meas, CA 92626 • Contact: Carl R. Braatz Tel. (714)252-5125 • Proiect: Acoustical Insulation Program. • Completed: December, 1997 Contract Amount:$240,880. • Architect: Wayle Laboratories,Inc., 123 Maryland Street,El Segundo,CA 990245-4100 • Contact: John Kaytor Tel. (562)421-5285 • Bonded By: Nobel Insurance Company • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agency: None • Agencv Filed Claims Against Contractor: None -Palos Verdes Library District 650 Deep Valley Dr. Palos Verdes Peninsula,CA 90274 • Contact: Linda P.Elliot, Tel.(310)544-3800 • Proiect: Malaga Cove Library • Completed: August, 1995 Contract Amount:$250,000 • Architect: Edward Carson Beall & Associates 23727 Hawthorne Blvd.Torrance CA 90505 • Contract: Miles Pritzkat, Tel.(310)378-1280 • Number of Substituted Subcontractors: None • Contractor Filed Claims Against the Agencv: None • Agencv Filed Claims Against Contractor:None -Bellflower Unified School District 16703 S.Clark Ave. Bellflower,CA 90706 • Contact: Dr.Gary Burgner, Tel.(562)866-901 I,Ext.3164 • Proiect: Ramona Elem.School • Completed: Nov..1994 Contract Amount:$552,563 • Architect: N.T.D. 1550 W.Colorado Blvd.Pasadena CA 91 105 • Contract: Rudy Freeman, Tel.(213)255-1401 • Bonded By: Gulf Insurance Company -City of Cerritos Civic Center, Bloomfield Ave. at 183rd Street Cerritos CA 90703 • Contact: Phil Ramon, Tel.(310)8 60-03 1 1 Ext.325 • Proiect: Dummy Boxes Modifications at Cerritos Art Performance Center • Completed: Oct.,1994 Contract Amount:$79.000 • Architect: City of Cerritos • Bonded By: American Bonding Company City of Bell Gardens 7100 S.Garfield Ave. Bell Gardens CA 90201 Tel. (310)806-7770 • Contact: C/O Willdan Asso. 12900 Crossroads Parkway S.,#200 Industry CA 91746 Jim Church Tel. (909)599-4924 Or (310)406-8571 • Proiect: Construction of Public Works Facility. • Completed: June, 1993 Contract Amount:$465,(l)0 • Architect: Meyer and Associates 23265 S.Pointe Dr.# 102 Laguna Hills CA 92653 • Contact: Randall K.Meyer Tel (714)380- 1 151 • Bonded By: Indemnity Company of California -City of Buena Park 6650 Beach Blvd. Buena Park CA 90622. • Contact: Nabil S. Henein, Tel.(714)562-3685 • Project: William Peak Park Improvements • Completed: May.1993 Contract Amount: $320,000 • Architect: Harris&Associates 4281 Katella Ave.# 100 Los Alamitos CA 90720 • Contact: David Volz. Tel. (714) 229-0900 • Bonded By: Indemnity Company of California 5825 Lincoln Ave.,#212,Buena Park,CA 90620•Tel: (714)644-9957•Fax: (714)848-5048•Stateslink@AOL.com Page 5 of 5 PHILADELPHIA INSURANCE COMPANIES A Member of the Tokio Marine Group BID BOND KNOW ALL MEN BY THESE PRESENTS: That We, States Link Construction, Inc., as Principal, and Philadelphia Indemnity Insurance Company, a corporation organized and existing under the laws of the State of Pennsylvania, and authorized to do business in the State of California as Surety, are held and firmly bound unto the City of Huntington Beach, as Obligee, in the sum of not to exceed ten percent (10%) of the total bid amount DOLLARS ($--------), lawful money of the United States of America, to the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns,jointly and severally by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,that, if the Obligee shall make any award to the Principal for: MSC-520 Youth Shelter ADA Upgrades and Roof Replacement according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with the Philadelphia Indemnity Insurance Company as Surety or with other Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. Signed, sealed and dated this 24th day of October,2018. States Link Constructio Inc. (Principal) � (Seal) By: �• 3�s Via -f o� � 5.��.:�-� Philadelphia Indemnity Insurance Company (Surety) (Seal) By: Julia w Attorney-In-Fact DIRECT CORRESPONDENCE TO: Philadelphia Indemnity Insurance Company 251 S. Lake Avenue,Suite 360 Pasadena CA 91101 PHONE(626)639-1326 2114 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Julia B. Bales and Kenneth A.Coate of HUB International of California Insurance Services, Inc., its true and lawful Attomey-in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed $50,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14"of November,2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27TH DAY OF OCTOBER,2017. �s27 (Seal) "•""" Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 27"day of October,2017,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company,that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OPP N STLVAN NOTARIAL SEAL Morgan Knapp.Nalary P.bU. Notary Public: Laver MerwnU,MW g—.q C..Ny �— M,Cpmmiaawn ExOraa Sap1.26.2021 FLI .al�gRbaNMia[NIgK W residing at: Bala CvnMd,PA (Notary Seal) My commission expires: September 25,2021 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attomey issued pursuant thereto on the 27 s day of October,2017 are true and correct and are still in fiill force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. /y� In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of_� 2U A 192 7 ; Edward Sayago,Corporate Secretary o"d PHILADELPHIA INDEMNITY INSURANCE COMPANY 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 Riverside ) On OCT 2 4 2018 before me, Stephanie D. Fisher, Notary Public Date Here Insert Name and Title of the Officer personally appeared Julia B. Bales Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4 whose name*is/are subscribed to the within instrument and acknowledged to me that 1ae/she/they-executed the same in 4is/herAbeir authorized capacity(es),and that by his/herMie*signature(s on the instrument the person(sj, 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. STEPHANIE D. FISHER WITNESS my hand and Offi sal. COMM. #2198544 w NOTARY PUBLIC-CALIFORNIA m s RIVERSIDE COUNTY Signature My Comm.Expires June 18,2021 Signature tary 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: Julia B. Bales Signer's Name: no other signers ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑General ❑Partner — ❑ Limited ❑General ❑Individual ❑x Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association -www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 ", t y6 A�' tc"n t'' NOR,i.'v u'n�� ,�ra.d-r'. i taN•:,'*�xs`",w i` -`".a '; '''a^E�m -�?�sib+ }Yr.sr. d• sf 'r "`:a"`.f` i L s t S 5 Yt .`• 'Sf. °'g+roF Y v x"* - € "tit?„ Pr s r➢ - #� ;t c,.z +�" �t-t'"'N's"gx a ``3': Y`.�tt�,&`.�; � �3{„��a""r-��„���•z �„r'� .'-:� `•o*� S,.A.'�„�a��: &�Z � �.�"�'Yd4's `�`d+a�, r" �} alb hf� 3 x .. �<�...a '°i- 3� e FPS 9x c u�Ir�� x i �.�t ' i" j . s . �` # 1 States Link Construction, Inc. Y, z 5825 Lincoln Ave., #212, Buena Park, Ca 90620 x �r igtw� t z wq x kt `ttSs'}'s �20 CITYOFHUNTINGTONBEACH 2000 MAIN STREET ' AID HUNTINGTON BEACH,CALIFORNIA 92648 (714)536-5431 MSC-520 YOUTH SHELTER ADA UPGRADES iid 3 and ROOF REPLACEMENT >SL kk� yi a ky � I Bid Date: i j Thursday,October 25,2018 t ;'� 1:45 P.M.,2nd FLOOR 3> k�'a't ?'� i� a'+ a��r�'1v RR'� tMttP4 � Crt Clerk's Office �s '�#F` ` x n` � TY w ' fit, a �e ,�� r .v '�'`^ v, '� bt3 * ` . `} �: e'2'rd k ss,, rtbt; 'i'F `$" .a ,• �k s L. y ,tt` �i Tom" " s. i'Y• ..he t{` t _i i=•:-( "� �i'`' .7'x'3: � <s:. zt' x'3�`r:n #''�,r+�,y't...�. 1-r^• � rw '"r ';� �r e s>� ~� ar_ .;>r �' n> r x :k�.f s S r"` 'fir yew t, 54 a iarx x, 2; K to �4 �,_ trna t ''s..T3 �'N} 9's x c#t .k a •r T<`s�` $€' ;�... ` .fi'eZ� t -^ - -w 3-.. �»c+� r 5� -r 1�i� z a� 4 rt� ?. =N-;�r�.,���� %���y���«zIt�-`}�T�'�' ..� ��-• � 'Ire�"+'�S�-r r��' �, �f�� �� s;�,z"�� R�•�" fii; Zk �t PAS �} , ., .-3 ."k. r' '!. 3 r=:~�-t- �•.z.-� as"�z a^'7-�;;'. `s. '"�t<r � �.�,e�`�i �+. '"�. 's �x �e�� A ,� ,v •, �,� > e �Fy'r"„.�`,�;:y.:��y�c,�{..c;�g.�, �r•?^x.�` .�v z` ��C'N-rh��":.� ���'��"�..���ft§{��'.�"Y,'�"�'S,c�� �-g;'�",gi*Sr J�;�. -x 'is, r 3 F'<� i'Ss .•Y' `i§�i+ � 5:`sF lf ya ��° ,t sa`Y"r'r.'a � $. '✓+ �°r' _�CY it� `�,x' :n t f,tkL. `§ "$r�Y "}5, -`*`-q„P S4•fiis: y�.�', -.... to-�� " a �_.,,. z�'�k'�"r z��-� • �.�r f->�"�'" * �a��i'=�,,�� `e�,,��yy��g��, '� :,r t� ��" '�'�. try 0 - ri 5 '�`�•apt .;:y'�,"� .x*' i�'t' .'Y• at wr.:; t' „ , ��f r 'y�'�' i '4 ?t s��'s"",£ `,IFS rs. }i rL,. 3'. �R,' i G5 "'- P•J a;s,"s+.<,s �e, a. ;t w '.: fPni.'' sa� 4t+s -;•„� � • �r` {.. e Y ;"��-'tbr+"-�y r-:' x.�k 1Ri` ,c19 d +'•�`8' � �Ssi � a��'. �.���# `$; '� •t,�r$i "�` r{We �7�5 �.�4rt.�',y"i.�Ir art dp�i �:. �,}��,�i .", � `'�� , �'�: 'T r� ��.. *f:, '� .t•L �$�c,:�i$ �"��� �'Ferl 4.,,�+'�``�,�. �,• " 'fit ��E �`}'} ..��x E;� �,��.0 �2w.� r +"+ ,"'�3 -r `t..��@}t �dt. ;=ti _ -c "' $• a't '3 '°yg"?a'ri�,C"#, 'X�^�� F� ���� 'Ff,� �-•= �7 o f t i* �t�r - �.e g"z z r �,.t 'sr�z aw�++�?� ,�"'�y�` s,:}>��� 'b'� ��"�"r��,.'H-1: 't , ?�£1.�. 4 �'k`, t`?r+ ,ct''Y• 3r's'�"�,.ir.�.,v�dt: `�, }r•;� 5 :.r�,k r'ar+n�c3 .>• �' �,r � -�����ram? ��° �.,q���"� r ir'"w'�q sy�d' "�`�.';� �$F��,�tw�G s'^ <;�^`�'" ��3"' �t! k '}�f��- b ,•�' f, nffi ;3t4 } k v� �F F -_45 s l�r. 'G. � �+ '9a' E „3,,V '�✓ � y, P't." t a� e �'F'i�. a €u. +fi � S '��'�i �w ^+ yt.�" z h G a: ^ r r4 tdtiaa%"t �5 � Tea : a St n. '"'•� .,s.;g { � �¢...rx,-t`� e�j;~� .�?a' ,� r�����' .ku q � �,c�,&'& �,�s, 5 ,xs " ,w� �.s?; xm�a � �y`.�* s"�a.-. �` �' `' _ ` ».z+ x- � n u-ts S`wt�tt•r...sb.}s i � �7 ,k�*�rc*s��� ��v7"�.A�'`«vwa^' ..x,.:�• �- .�� � s>* �`��„'w�,, �}t-�#a�°.a� � ""'�`�+��3 4 N1 trT, sL�x"5..u'�fu.�Y...N� � ':.* `°r"� •- 'a&v, '�� .-��.Q` - � � r �C,t^"�"N'.'r? �'rt