contract summary sheet -...

35
CONTRACT SUMMARY SHEET TO: THE OFFICE OF THE CITY CLERK, COUNCIL/PUBLIC SERVICES DIVISION ROOM 395, CITY HALL DATE: APRIL 15, 2014 FROM (DEPARTMENT): BOARD OF PUBLIC WORKS CONTACT PERSON: MARY CARTER PHONE: 213-978-0262 CONTRACT NO.: C-123817 COUNCIL FILE NO.: _ ADOPTED BY COUNCIL: _ IZl NEW CONTRACT o AMENDMENT NO. o ADDENDUM NO. - o SUPPLEMENTAL NO. o CHANGE ORDER NO. DATE APPROVED BY BPW: 04/07/2014 DATE CONTRACTOR NAME: J.R. PIPELINE CO., INC. TERM OF CONTRACT: 425 CALENDAR DAYS THROUGH: --------- TOTAL AMOUNT: $3,853,924.00 ------------------------ PURPOSE OF CONTRACT: FOR THE LA CIENEGA INTERCEPTOR SEWER (LCIS) REHABILITATION JEFFERSON BOULEVARD TO LA CIENEGA BOULEVARD NOTE: CONTRACTS ARE PUBLIC RECORDS SCANNED AND UPLOADED TO THE INTERNET

Upload: phungdiep

Post on 16-Aug-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

CONTRACT SUMMARY SHEETTO: THE OFFICE OF THE CITY CLERK,

COUNCIL/PUBLIC SERVICES DIVISIONROOM 395, CITY HALL

DATE: APRIL 15, 2014

FROM (DEPARTMENT): BOARD OF PUBLIC WORKS

CONTACT PERSON: MARY CARTER PHONE: 213-978-0262

CONTRACT NO.: C-123817 COUNCIL FILE NO.: _

ADOPTED BY COUNCIL: _IZl NEW CONTRACTo AMENDMENT NO.o ADDENDUM NO. -o SUPPLEMENTAL NO.o CHANGE ORDER NO.

DATEAPPROVED BY BPW: 04/07/2014

DATE

CONTRACTOR NAME: J.R. PIPELINE CO., INC.

TERM OF CONTRACT: 425 CALENDAR DAYS THROUGH: ---------TOTAL AMOUNT: $3,853,924.00------------------------PURPOSE OF CONTRACT:

FOR THE LA CIENEGA INTERCEPTOR SEWER (LCIS) REHABILITATION JEFFERSONBOULEVARD TO LA CIENEGA BOULEVARD

NOTE: CONTRACTS ARE PUBLIC RECORDS· SCANNED AND UPLOADED TO THE INTERNET

Page 2: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

ORIGINAL CONTRACTDOCUMENT

ORIGINAL

CERTIFiCATE OF LIABILITY INSURANCEAPPROVED AND ON FILE.

La Cienega Interceptor Sewer (LCIS) RehabilitationJefferson Boulevard to La Cienega Boulevard

BID PROPOSALPART I OF IV

W.O. No. SZC11845

MR~\ii:r;[1=EiDei[:;!~~ In and for the

City of Los AngelesCalifornia

TYPE OF CONTRACT CASH

PROPOSAL ATTACHMENTS Plan Drawings: Index No. D-34025 (32 sheets)

SPECIFICATIONS General Conditions, General Requirements, Technical Specifications,Geotechnical Engineering Reports (4), Addendum No. I, and StandardSpecifications for Public Works Construction (Greenbook)* 2009edition as amended by the City's Brown Book, January 6, 2011 edition.

PROJECT LOCATION 2008 Thomas Guide Page No. 633-A7

COMPLETION TIME

LIQUIDATED DAMAGES

425 Calendar Days

$1000 Per Calendar Day

BID DATE Bids must be received no later than 10:00 a.m. on December 18,2013 at Los Angeles CityH II 200 N rth S . S R 355 L An I C I'fI . 90012 C II h B da . 0 prmg treet, oom , os ge es, a I orma a t e oar,Office at (213) 978-0262 if vou have difficulties gaining access to City Hall.

e:

£1 lR. PIPELINECO., INC.Address:

OJN\ 1530 NANDINAAVENUE,PERRIS,CA 92571

~- Telephone Nnmher ( 951 ) 940-5090 Fax Number ( 951 ) 940-5090l

'-.) Contractor's License Number: Classification: Expiration Date:

~~ 435130 A 2-28-2015

969205-31.J:::; Business Tax Registration Certificate (BTRC) No..€$

* Part I of the Greenbook is not a part of the Specifications.

Rev. 4/09/131·1

Page 3: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

SCHEDULE OF WORK AND PRICESCity of Los Angeles H Department of Public Works ~Bureau of Engineering

La Cienega Interceptor Sewer (LCIS) RehabilitationJefferson Boulevard to La Cienega BoulevardW.O. No. SZC11845

MOBILIZATION per General Requirements, Sections 01292and 01721

2 ALLOWANCE for Payments for Permits per General$ 25.000.00Requirements, Section 01292

3 ALLOWANCE for Engineer's and Inspector's Field Office $ 6,764.00Supplies per General Requirements, Section 01212

4 ALLOWANCE for Differing Site Conditions per General s 70,000.00Requirements, Section 01253

5ALLOWANCE for Opportunity to Partner per General

$ 25,000.00Requirement, Section 013,53

6ALLOWANCE for City Inspection per General $ 10,000.00Requirements, Section 01453

7ALLOWANCE for Surveying per General Requirements, s 25,000.00Section 01722

8 ALLOWANCE for Additional Potholing per General$ 25,000.00

Requirements, Section 01732

9ALLOWANCE for Community Impacts Mitigation per $ 55,058.00General Requirements, Section 01561

10 ALLOWANCE for Odor Control per Technical $ 25,000.00Specifications, Section 13470

11 Rehabilitate & Grout 63" SE LCIS from sta:18+51.87 to sta:LF 1,614 ) bC! '7 7(;JO34+65.56

12 Rehabilitate & Grout 63" SE LCIS from sta:34+65.56 toLF 587 0?/C700sta:40+52.73

13 Access/Construction Pits EA 4 20000 ?o,.t?OO

14 Access/construction Sites EA 2 10;(100 :;<.0/(100

15 Maintenance Holes EA 3 2qCCO 60/ CCO

16 Remove & Replace existing drop MH at sta: 20+28,10 EA 'f rl. rJrJ tJ 1tl {JOt}

17 CCTV Inspection-Pre & Post Cleaning, Post Grouting and PostLF 8,804 :2,00 /760Rehabilitation

18 Host Pipe Cleaning and Preparation LF 2,201 1:25,¢ ~ 7S, I;;'.s

19 Sewer Debris Disposal TON 800 / 90, ee: 15.2 ooc20 incremental Sewer Debris Disposal TON 400 /90- t£ 7~CJOO

21 Reinstate House Connections / Laterals EA 9 V/SOtl 5B soo22 Reconnect 8" VCP Sewer at Sta: 20+28 EA 5000 SiOOO

1-2 a

Page 4: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

SCHEDULE OF WORK AND PRICESCity of Los Angeles ~Department of Public Works ~Bureau of Engineering

La Cienega Interceptor Sewer (LeiS) RehabilitationJefferson Boulevard to La Cienega BoulevardW.O. No. SZC11845

23 Reconnect 15" vep Sewer at Sta: 20+28

24 Construct Chimney within Access Pit (Note 3 on sheet C~10) LS

Sewer Bypass25 LS

Traffic Control LS 35(00026

Odor Control LS27

TOTAL BID AMOUNT:

Unit abbreviations: LF=linear foot. TON=ton, EA=each, LS=lump sum, MH=maintenance hole, CCTV = Closed Circuit Television

NOTES:

1. MOBILIZATION: If the successful bidder shows an amount in excess of $233, 469 for Bid Item No, 1, the bidder wfll be paid $233,469for Bid Item No.1, per the General Requirements, Section 01292. The difference between the Contractor's bid amount for Bid Item No.1 and $233,469 will be paid after the "Statement of Completion" has been issued.

2. FIXED COST ITEMS: Bid Item Nos. 2 thru 10 are considered fixed cost items at the time of bid. The pre-printed dollar amounts listedin the "Schedule of Work and Prices" shall not be changed or deleted.3. SPECIALTY ITEMS: Bid Items Nos, 17, 26, and 27 are designated as "specialty items".

1·2 b

Page 5: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LCIS Rehabilitation-Jefferson Blvd to La Cienega BlvdW.O. No. SZC11845

CONSTRUCTIONCITY OF LOS ANGELES

RESPONSIBILITY QUESTIONNAIRE

RESPONSES TO THE QUESTIONS CONTAINED IN THIS QUESTIONNAIRE MUST BE SUBMITTED ON THIS FORM.In responding to the Questionnaire, neither the City form, nor any of the questions contained therein,may be retyped, recreated, modified, altered, or changed in any way, in whole or in part. Bidders orProposers that submit responses on a form that has been retyped, recreated, modified, altered, orchanged in any way shall be deemed non-responsive.The signatory of this questionnaire guarantees the truth and accuracy of all statements and answers to theQuestions herein. Failure to complete and return this questionnaire, any false statements, or failure to answer(a) question(s) when required, may render the bidlproposal non-responsive. All responses must be typewrittenor printed in ink. Where an explanation is required or where additional space is needed to explain an answer,use the Responsibility Questionnaire Attachments. Submit the completed form and all attachments to theawarding authority. Retain a copy of this completed form for future reference. Contractors must submit updatedinformation to the awarding authority if changes have occurred that would render any of the responsesinaccurate in any way. Updates must be submitted to the awarding authority within 30 days of the change(s).

A. CONTACT INFORMATION

CITY DEPARTMENT INFORMATION

CITY OF LOS ANGELES DEPT. OF PUBLIC WORKS BRAD JENSEN 213/485-4590

City Department/Division Awarding Contract City Contact Person Phone

W.O. SZC11845: LCIS REHABILITATION - JEFFERSON BLVD.TO LA CIENEGA 12/18/2013City Bid or Contract Number and Project Title (if applicable) Bid Date

BIDDER/CONTRACTOR INFORMATION

J.R. PIPELINE CO., INC. 435130BidderlProposer Business Name

1530 NANDINA AVENUE

Contractor's License Number

PERRlS CA 92571

Street Address

JUAN P. RENTERIA

City

951/940-5090

State Zip

951/940-5094Contact Person, Title Phone Fax

TYPE OF SUBMISSION:

The Questionnaire being submitted is:D An initial submission of a completed Questionnaire.D An update of a prior Questionnaire dated I 1 _Ill] No change. I certify under penalty of perjury under the laws of the State of California that there has been

no change to any of the responses since the last Responsibility Questionnaire dated .J:LJ 04 1.2.Qllwas submitted by the firm. Attach r. py of that Quest' n aire and sign elow.

JUAN P. RENTERIA, PRESIDENT ~/ ~ I ;;Print Name, Title Signa ure Date

TOTAL NUMBER OF PAGES SUBMITTED, INCLUDING ALL ATTACHMENTS: 28

Responsibility Questionnaire (rev 1/25f12) 1-3 a

Page 6: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

NOS Unlt 2-Western Avenue to Vermont AvenueNOS Unit s-Sen Pedro Street to Hooper Avenue

W.O. Nos. SZC12318 & SZC12180CONSTRUCTION

CITY OF LOS ANGELESRESPONSIBILITY QUESTIONNAIRE

RESPONSES TO THE QUESTIONS CONTAINED IN THIS qUESTIONNAIRE MUST BE SUBMITTED ON THIS FORM.

in responding to the Questionnaire, neither the City form, nor any of the questions contained therein,may be retyped, recreated, modified, altered, or changed in any way, in whole or in part. Bidders orProposers that submit responses on a form that has been retyped, recreated, modified, altered, orchanged in any way shall be deemed non-responsive.The signatory of this questionnaire guarantees the truth and accuracy of all statements and answers to theQuestions herein. Failure to complete and return this questionnaire, any false statements, or failure to answer(a) question(s) when required, rnay render the bid/proposal non-responsive. All responses must be typewrittenor printed in ink. Where an explanation is required or where additional space is needed to explain an answer,use the Responsibility Questionnaire Attachments. Submit the completed form and all attachments to theawarding authority. Retain a copy of this completed form for future reference. Contractors must submit updatedinformation to the awarding authority if changes have occurred that would render any of the responsesinaccurate in any way. Updates must be submitted to the awarding authority within 30 days of the change(s).

A. CONTACT INFORMATION

CITY DEPARTMENT INFORMATION

City of Los Angeles Dept. Of Public Works Brad Jensen 213/485-4590CIty DepartmenVDivision Awardi[lQ Contract City Contact PersonW.O. SZC12318 - NOS Unit 2 Western Ave. to Vermont Ave.W.O. SZC12180 - NOS Unit 5 SanPedro St. to Hooper Ave.

Phone

12/04/2013City Bid or Contract Number and Project Title (if applicable) Bid Date

BIDDER/CONTRACTOR INFORMATION

J.R. Pipeline Co., Inc. 435130BidderlProposer Business Name

1530 Nandina Avenue

Contractor's License Number

Street AddressPerris CA 92571

City State Zip

Juan P. Renteria 951/940-5090 951/940-5094Contact Person, Title Phone Fax

TYPE OF SUBMISSION:

The Questionnaire being submitted is:o An initial submission of a completed Questionnaire.IZl An update of a prior Questionnaire dated 03 1 28 1 2013 .o No change. I certify under penalty of perjury under the laws of the State of California that there has been

no change to any of the responses since the last Responsibility Questionnaire dated __ I 1was submitted by the firm. f.ttach a copy of that Qu stionnaire and si n below.

/

//( /'-.-'"

12/04/2013Date

Juan P. RenteriaPrint Name, Title Signature

TOTAL NUMBER OF PAGES SUBMITTED, INCLUDING ALL ATTACHMENTS: _-=2,,-7__

Responsibility QUestionnaire (rev 1/25/12) 1-3 a

Page 7: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

NOS Unit a-western Avenue to Vermont AvenueNOS Unit s-san Pedro Street to Hooper Avenue

W,O, Nos, SZC12318 & SZC12180CONSTRUCTION

ATIACHMENT C: GOVERNMENTAL ENTITIES FOR QUESTION NO. 21

Check Yes in response to Question No. 21 if your firm or any of its owners, partners or officers, have everbeen investigated, cited, assessed any penalties, or found to have violated any laws, rules, or regulationsenforced or administered, by any of the governmental entities listed below (or any of its subdivisions), includingbut not limited to those examples specifled below. The term "owner" does not include owners of stock in yourfirm if your firm is a publicly traded corporation. If you answered Yes, provide an explanation on Attachment Bof the circumstances surrounding each instance, including the entity involved, the dates of such instances, andthe outcome.

FEDERAL ENTITIES

Federal Department of Labor• American with Disabilities Act• Immigration Reform and Control Act• Family Medical Leave Act• Fair Labor Standards Act• Davis-Bacon and laws covering wage requirements

for federal government contract workers• Migrant and Seasonal Agricultural Workers

Protection Act• Immigration and Naturalization Act• Occupational Safety and Health Act• anti-discrimination provisions applicable to

government contractors and subcontractors• whistleblower protection laws

Federal Department of Justice• Civil Rights Act• American with Disabilities Act• Immigration Reform and Control Act of 1986• bankruptcy fraud and abuse

Federal Department of Housing and UrbanDevelopment (HUD)• anti-discrimination provisions in federally

subsidized/assisted/sponsored housing programs• prevailing wage requirements applicable to HUD

related programs

Federal Environmental Protection Agency• Environmental Protection Act

National Labor Relations Board• National Labor Relations Act

Federal Equal Employment OpportunityCommission• Civil Rights Act• Equal Pay Act• Age Discrimination in Employment Act• Rehabilitation Act• Americans with Disabilities Act

Responsibility Questionnaire (rev 1/25/12)

STATE ENTITIES

California's Department of Industrial Relations• wage and labor standards, and licensing and

registration• occupational safety and health standards• workers' compensation self insurance plans• Workers' Compensation Act• wage, hour, and working standards for apprentices• any provision of the California Labor Code

California's Department of Fair Employment andHousing• California Fair Employment and Housing Act• Unruh Civil Rights Act• Ralph Civil Rights Act

California Department of Consumer Affairs• licensing, registration, and certification requirements• occupational licensing requirements administered

and/or enforced by any of the Department's boards,including the Contractor's State Licensing Board

California's Department of Justice

LOCAL ENTITIES

City of Los Angeles or any of its subdivisions forviolations of any law, ordinance, code, rule, or regulationadministered and/or enforced by the City, including anylelters of warning or sanctions issued by the City of LosAngeles for an unauthorized substitution ofsubcontractors, or unauthorized reductions in dollaramounts subcontracted,

OTHERS

Any other federal, state, local governmental entity forviolation of any other federal, state, or local law orregulation relating to wages, labor, or other terms andconditions of employment.

1-3 j

Page 8: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

NOS Unit z-western Avenue to Vermont AvenueNOS Unit 5~San Pedro Street to Hooper Avenue

W.O. Nos. 5ZC12318 & 5ZC12180CITY OF LOS ANGELES

PLEDGE OF COMPLIANCE WITH CONTRACTOR RESPONSIBILITY ORDINANCELos Angeles Administrative Code (LMC) Section 10.40 et seq. (Contractor Responsibility Ordinance) providesthat, unless specifically exempt, City contractors working under service contracts of at least $25,000 and threemonths, contracts for the purchase of goods and products of at least $100,000, contracts for the purchase ofgarments of at least $25,000, and construction contracts of any amount; public lessees; public licensees; andcertain recipients of City financial assistance or City grant funds, shall comply with all applicable provisions ofthe Ordinance. Upon award of a City contract, public lease, public license, financial assistance or grant, thecontractor, public lessee, public licensee, City financial assistance recipient, or grant recipient, and any itssubcontractor(s), shall submit this Pledge of Compliance to the awarding authority.

The contractor agrees to comply with the Contractor Responsibility Ordinance and the following provisions:

(a) To comply with all federal, state, and local laws in the performance of the contract, including but not limitedto laws regarding health and safety, labor and employment, wage and hours, and licensing laws, whichaffect employees.

(b) To notify the awarding authority within 30 calendar days after receiving notification that any governmentalagency has initiated an investigation which may result in a finding that the contractor did not comply withany federal, state, or local law in the performance of the contract, including but not limited to laws regardinghealth and safety, labor andemploymeni, wage and hours,i(lnd licensing laws, which affec;temploYEles.

(c) To notify the aWarding authority within 30 calendar days ofall findings by a governmental agency or courtof competent jurisdiction that the contractor has violated any federal, state, or local law in the performanceof the contract, incllidingbut not Iimitedlo laWs.regarding health and safety. labor and employment, Wageand hoUrs, and licensing laws which affect employees,

(d) If applicable, to provide the awarding authority, within 30 calendar days, updated responses to theResponsibility Questionnaire if any change OCCUrswhich Would change any response contained within theResponsibility Questionnaire and such change would affect the contractor's fitness and apility to continuethe contract. .

(e) To ensure that subcontractors working on the City agreement (including contractors or subcontractors of apublic lessee, licensee, sublessee, or sublicensee that perform or assist in performing. services on theleased or llcensed premises) shall comply with all federal, state, and local laws. in the performance of thecontract, including but not limited to laws regarding health and safety, labor and employment, wage andhours, and licensing laws, which affectemploy~es,

(f) To ensure that subcontractors working on the City agreement (including contractors or subcoritractors of apublic lessee, licensee, sublessee, sublicensee that perform or assist in performing services on the leasedor licensed premises) submit a Pledge of Compliance.

(g) To ensure that subcontractors working on the City agreement (including contractors or subcontractors of apublic lessee, licensee, sublessee, or sublicensee that perform or assist in performing services on theleased or licensed premises) shall comply wlth paragraphs (b) and (c),

Failure to complete and submit this form to the Awarding Authority may result inwithholding of payments by the City Controller, or contract termination.J.R. Pipeline Co., Inc 1530 Nandina Avenue, Perris, CA 92571 951/940-5090

ny Name, Address;~ Phone Number

12104/2013ature of Offic r or Authorized Representative

'-. Juan P. Renteria, President

Date

Print Name and Title of Officer or Authorized Representative W.O. SZC12318

W.O. SZC12180Board of Public Works Bureau of EngineeringAwarding City Department Contract Number

CRO Pledge of Compliance (Rev. 09113101)

Page 9: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

~ ___ .~ .......... __ ., .._~,.". ~~_.~ .,~ .• ~r" ,~...... , " -- - - .- . ~-. -".-~...",", ...,.- .----......,-,~.,,~.-.,-.~.~",.--~~---~.--~....,.,...~~ -_ ..._, "".."" -~-:1i1 City Ethics Commission

Bidder Certificationi •• .200 N Spring Street

,City Hall - 24th FloorI -.. Los Angeles, CA 90012

CECForm 50IMail Stop 129(213) 978·1960

\, .~ ,-"-~~--~--~"-.-..--~.. .'~'"'" .- .' ••• 'V'" ., -. ---" ..~.-.,,-- . .. " --"-,,, ,-- ...•, -, ""' ...'- - .-..

This form must be submitted to the awarding authority with your bidor proposal for the contract noted below_ Please write legibly.

o Original filing lIDAmended filing (original signed on 03/25/2009 ; last amendment signed on 03/28/2012 )

I · __.____ c____.__.• _.•_. __.___

iBidlContractlBAVN Number: Awarding Authority (Department):I W.O. SZC123181 W.O. SZC12180 I Board of Public Works Bureau of Engineering

IName of Bidder: IIPhone: IlR. PiEeline Co., Inc. . . 951/940-5090

Address:

1530 Nandina Avenue, Perris, CA 92571,

IIEmail:shott@jrpi!2eline.com

CERTIFICATION

I certify the following on my own behalf or on behalf of the entity named above, which I am authorized to represent:

A. I am a person or entity that is applying for a contract with the City of Los Angeles.

B. The contract for which I am applying is an agreement for one of the following:1. The performance of work or service to the City or the public;2. The provision of goods, equipment, materials, or supplies;3. Receipt of a grant of City financial assistance for economic development or job growth, as further described

in Los Angeles Administrative Code § 10.40.1 (h) [see reverse]; or4. A public lease or license of City property where both of the following apply, as further described in Los

Angeles Administrative Code § 10.37.1 (I) [see reverse]:a. I provide services on the City property through employees. sublessees, sublicensees, contractors, or

subcontractors, and those services:i. Are provided on premises that are visited frequenlly by substantial numbers of the public; orii. Could be provided by City employees if the awarding authority had the resources; oriii. Further the proprietary interests of the City, as determined in writing by the awarding authority.

b. I am not eligible for exemption from the City's living wage ordinance, as eligibility is described in LosAngeles Administrative Code § 10.37.1 (I)(b).

C. The value and duration of the contract for which I am applyihg is one of the following:1. For goods or services contracts-a value of more than $25,000 and a term of at least three months;2. For financial assistance contracts-a value of at least $100,000 and a term of any duration; or3. For construction contracts, public leases, or licenses-any value and duration.

D. I acknowledge and agree to comply with the disclosure requirements and prohibitions established in the LosAngeles Municipal Lobbying Ordinance if I qualify as a lobbying entity under Los Angeles Municipal Code §48.02.

I certify under penalty of perjury under the laws of the City ofr:and the state of California that the; information in this form is true and complete. . Q~Date: 12/04/2013 Signature: ~. f! ,~~.J

Auan P. Renteriaif

Name::../

Title: President

Revised October 20'3 Los Angele$ MUniCipal Code § 48.09(H)

1-3 I

, of 1

ADDENDUM NO.1

Page 10: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

Los Angeles Administrative Code § 10.40.1

(h) "'City Financial Assistance Recipient" means any person who receives from the Citydiscrete financial assistance in the amount of One Hundred Thousand Dollars($100.000.00) or more for economic development or job growth expressly articulatedand identified by the City, as contrasted with generalized financial assistance such asthrough tax legislation.

Categories of such assistance shall include, but are not limited to, bond financing, planning assistance, taxincrement financing exclusively by the City, and tax credits. and shall not include assistance provided by theCommunity Development Bank. City staff assistance sha1l not be regarded as financial assistance forpurposes of this article, A loan shall not be regarded as financial assistance. The forgiveness of a loanshall be regarded as financial assistance. A loan shall be regarded as financial assistance to the extent ofany differential between the amount of the loan and the present value of the payments thereunder,discounted Over the life of the loan by the applicable federal rate as used in 26 U.S.C. Sections 1274(d),7872(1). A recipient shall not be deemed to include lessees and sublessees.

Los Angeles Administrative Code § 10.27.1

(I) "Public lease or license".

(a) Except as provided in (I)(b), "Public lease or license" means a lease or license of City property onwhich services are rendered by employees of the public lessee or licensee or sublessee orsublicensee, or of a contractor or subcontractor, but only where any of the following applies:

(1) The services are rendered on premises a!least a portion of which is visited bysubstantial numbers of the public on a frequent basis (including, but not limited to,airport passenger terminals, parking lots, golf courses, recreatlonal facilities); or

(2) Any of the services could feasibly be performed by City employees if the awardingauthority had the requisite financial and staffing resources; or

(3) The DAA has determined in writing that coverage would further the proprietaryinterests of the City.

(b) A public lessee or licensee will be exempt from the requirements of this articlesubject to the following limitations;

(1) The lessee or licensee has annual gross revenues of less than the annualgross revenue threshold, three hundred fifty thousand dollars ($350.000), from businessconducted on City property;

(2) The lessee or licensee employs no more than seven (7) people total in thecompany on and off City property;

(3) To qualify for this exemption, the lessee or llcensee must provide proof of its gross revenuesand number of people it employs in the company's entire workforce to the awarding authorityas required by regulation;

(4) Whether annual gross revenues are less than three hundred fifty thousand dollars ($350,000)shall be determined based on the gross revenues for the last tax year prior to application orsuch other period as may be established by regulation;

(5) The annual gross revenue threshold Shall be adjusted annually at the skarne rate and at thesame time as the living wage is adjusted under section 10.37.2 (a);

(6) A lessee or licensee shall be deemed to employ no more than seven (7) people if thecompany's entire workforce worked an average of no more than one thousand two-hundredfourteen (1,214) hours per month for at least three-fourths (314) of the time period that therevenue limitation is measured;

(7) Public leases and licenses shall be deemed to include public subleases andsublicenses:

(8) If a public lease or license has a term of more than two (2) years, the exemption grantedpursuant to this section shall expire after two (2) years but shall be renewable In two-yearincrements upon meeting the requirements therefor at the time of the renewal application orsuch period established by regulation.

1-3 m ADDENDUM NO.1

Page 11: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LCIS Rehabilitation-Jefferson Blvd to La Cienega BlvdW.O. No. SZC11845

SIGNATURE SHEET AND AFFIDAVIT

I/We, _-".JU=A::.N:..:P:..:.~RE=N.;.T=:;E=:RI~A~,.- depose and say that I am/We are.__ P_R_E_S_I_D_E_N_T_A_N_D_Insert Name(s)

7(r;ln"""rt""";sS"'of"e C;:'O"'?'''ne'';;;:'',AR:":iiP';'ai"l:"e"r~1i,"'iiP"r;;;es;;;ldr,;:enn.t~ii,'et"'c"'.) --------7(l'"n""'sert fInTI ~!ne andaddress!t'~d!~PELINECO,! INC.

1530 NANDINA AVEN1JE, PERRIS, CA 92571

Contractor's License No. 435130 , License Classification -,--;-A , Expiration Date. 2::'..::2",8:...'.::2",0",1.:.5_who submit this proposal to the Board of Public Works and hereby declare:

(1) That l/We have read this proposal and have abided by and agree to the conditions herein and have carefully examined the projectplans and read the specifications and !/We hereby propose to furnish all materials and do all the work required to complete thework in accordance with the plans and specifications, forthe unit prices or lump sums named in the Schedule of Work and Prices.Furthermore, !/WE have read and understand Ordinance No. 173677 ofthe "Determination of Contractor Responsibility Policy" ofthe City of Los Angeles and !/WE understand mylour obligations under this policy as a bidder and as a contractor should thiscontract be awarded to my/our firm.

(2) That this proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not herein named, andthat !/We have not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm orcorporation to refrain from bidding, and that I1We have not in any manner sought by collusion to secure for myself/ourselves anadvantage over any other bidder.

(3) This contract is expressly made for the benefit ofthe signatory parties only. It is not the intent of any of the signatory parties tocreate or discharge any duty, express or implied, to any party other than the signatory parties. Any benefit derived from thiscontract by a third party is unintended and incidental to the purpose for which this contract is made.

(4) That !/We as principal(s), acknowledge myself/ourselves as being bound by the accompanying Bid Bond when completed by theSurety.

(5) That I have read and understand the provisions ofthe Pollution Control- Sewage Spill Prevention and Response Requirementsand the Board of Public Work's Policy of "Zero Sanitary Sewer Overflows" requirements as contained in Ibis Proposal. Ifawarded this contract, I/ We agree to furnish all ofthe materials, supplies, tools, equipment, labor and other services necessary forthe containment and clean up of any sewage or other pollutants spills or leaks occurring during the performance ofthis contract.I/WE further agree to act immediately, without instructions from City staff, to contain and clean up any spill in any way involvedwith myI our activities on this project without concern for who or what caused the spill.

ADDENDA, This proposal is submitted with respect to the changes to the ~act included in Addenda numbers:

(Fill in Addenda received) 1 , 2 , 3 ,-1;!:::/, , " -'

THE CITY OF LOS ANGELESactin,g b rough its

:BOAR B~"" .[tP72014

!/We certify or declare under penalty of perjury that the foregoing is true andcorrect, and that if only one signature is provided, it is provided in accordancewith Note 8 in the General Instructions and Information for Bidders of thispro sal.

PRESIDENT 12118/2013Title Date

) SECRETARYTitle

Note: ALL SIGNATURES MUST BE PROPERLY COMPLETED AND WITNESSED BY A NOTARY

07/03/061,4

Page 12: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

ACKNOWLEDGMENT

State of CaliforniaCounty of Riverside )

before me, Susan Hott, a notary public,(insert name and title of the officer)

personally appeared Juan P. Renteria, President and Secretary of J.R. Pipeline Co., Inc.who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/aresubscribed to the within instrument and acknowledged to me that he/she/they executed the same inhis/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument theperson(s), or the entity upon behalf of which the person(s) acted, executed the instrument.

On December 18, 2013

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoingparagraph is true and correct.

WITN ESS my hand and official seal.

Signature~ JitAy (Seal)

SUSAN HOTTCOMM. #1890435 "

0: NOTARY PUBLIC· CALIFORNIA illi ,~ RIVERSIDE COUNTY ......~~.."..:. My Comm. Expires May 23, 2014

~;o<> .. v>::;""" ;a:; 0

Page 13: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

La Clenega Interceptor Sewer (LCIS) RehabilitationJefferson Boulevard to La Cienega Boulevard

W.O. No. SZC11845

BID BOND

(Not necessary when certified check or cashier's check accompanies bid)

We, the principal and undersigned Surety, acknowledge ourselves jointly and severally bound to theDepartment of Public Works of the City of Los Angeles, for an amount not less than ten percent (10%) of thetotal bid, to be paid to said Department if the proposal shall be accepted and the proposed contract awarded tothe principal, and the principal shall fail to execute the contract within the time specified by the generalinstroctions in the proposal; and to furnish the required faithful performance and labor and material bonds,within the time specified. It is hereby agreed that bid errors shall not constitute a defense to forfeiture, exceptas provided by the State of California Public Contracting Code Sections 510 1 through 5105, or as they may beamended.

WTINESS our hands this _5_t_h day of_N_O_V_EM_B_E_R ---', 20~.

By: J.R. PIPELINE CO., INC.Pri N

LIBERTY MOTUALINSURANCE COMPANYPrint Surety's Name

1. 790 THE CITY DR. S. STE 200, ORANGE, CA.92868 Maning Address

.~P~r~e~s=i~d~e~n=t~-------------B~~~~~~~~~ __Title

2.

12/18/2013

Title

SecretarySecond Signature Title Title

12/18/2013TitleSecond Signature Da.te

NOTE: SIGNATURE OF THE AUTHORIZED AGENT OF THE SURETY MUST BE WITNESSED BY A NOTARY. Ira bid bondfssubmitted on a form other than this form, the bid bond .Dl!Y..!!Q.t be acceptable. See Nota 9 in the GeneralInstructionsandInformation for Bidders of this proposal for more information,

07/03/061-5

Page 14: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

CALIFORNIA ALL-PURPOSECERTIFICATE OF ACKNOWLEDGMENT

State of California

County of __ RI_V_E_R_S_ID_E _

1·I-lQ-/,?On~~ __ before me, R_._N_ll:P_P_I_====IN:::O.:-T:::AR7:i:Yi:-:CP,;;UB~Li;I:::C::;:" _{Here insert name and title artne officer)

personally appeared M"'I:.;..C"'HAE;..;;..;....L_D.........-'S::.:T:..:O:.;:N:.:G -:- _

who proved to me on the basis of satisfactory evidence to be the personJB'Iwhose name(;BJis/are- subscribed tothe within instrument and acknowledged to me that he/sHe/they executed the same in his/Jierliheir authorizedcapacitydes), and that by hislllwr41lgjrsignatureViJ on the instrument the personM, or the entity upon behalf ofwhich the personM acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraphis true and correct.

WITNESS my hand and official seal.

t? ;JrVAP-I (Notal)' Senl)

R. NAPPI KCOMM. #1977782 i

NOTARY PUBLIC· CALIFORNIA ••RIVERSIDE COUNTY

My Comm. ElIjllresJune 7, 2016

ADDITIONAL OPTIONAL INFORMATIONINSTRUCTIONS FOR COMPLETING THIS FORM

Any acknowledgment completed m California must comain verbiage exae/i}' asappears above ill the norar), section or a separate acknowledgment farm I111/S1 beproperly completed and Of/ached 10 thai document. The olily exception is if adocument is 10 be recorded outside of California. In suc" instances. any oltemauveackllowledgmelt' verbiage as ma), be printed on such a docllment so long as lile"erbiage does no, require the 1101ary 10 do something /1101is illegal for a norar)' IIICalifornia (i.e. certifj'ing the authorized capacily of the signer). Please check ,Iredocument carefJlllyfor proper ,wlorialwording and anael, litis farm if required.

DESCRIPTION OF THE ATTACHED DOCUMENT

(Title or description of'anached document)

(Title or description ofnttached document continued)

Number of Pages __ Document Date _

(Additional information)

CAPACITY CLAIMED BY THE SIGNERo Individual (s)o Corporate Officer

(Tille)o Partner(s)o Attorney-in-Facto Trustee(s)o Other _

2008 Version CAPA vI2. JO.01800-873-9865 www.Noreryt'lasees.com

• Stnte and County information must be the State and County where the documentsigner{s) personally appeared before the notary public for acknowledgment.Date of'nctarization must be the date that the signcr(s) personally eppeared whichmust also be the same dale the acknowledgment is completed.

" The notary public must print his or her name as it appears within his or hercommission fbllowed by a comma and then your title (notary public).

• Print the name(s) of document signerts) who personally appear at the time ofnotnrization. .

• Indicate the correct singular or plural forms by crossing off incorrect fonns Il.c.i:tefshellhey;- is fare ) or circling the COITCctforms. Failure 10 correctly indicate thisinformation may lead to rejection of document recording.

• The nol;:n:y seal impression must be dear and photographically reproducible.Impression must not cover text or lines. If seal impression smudges. re-seal if asufficient area permits. otherwise complete a different acknowledgment form.Signature or the notary public must match the signature on file with the office ofthe county clerk.

.:- Additional information is not required but could help to ensure thisacknowledgment is not misused or attached \0 a different document.

.:. Indicate title or type of'nttached document. number cf pegcs and date.

.:. Indicate the capacity claimed by the signer. If the claimed capacity is ucorporate officer, indicate the title (i.e. CEO, CFO. Secretary).

Securely uuach this document to the signed document

Page 15: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated.

Certificate No. 5999529

Americar, Fire and Casualty CompanyThe Ohio Casualty Insurance Company

Uberty Mutual Insurance CompanyWest Amerlcan Insurance Company

POWER OF ATTORNEYKNOWN ALL PERSONS BYTHESE PRESENTS: 'lhatgmercan Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws ofthe State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Companyis a corporation dulyorganized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, consUtuteand appoint, Jeremy Pendergast; Michael D. Stong; Rosemary Nappi

all of the city of Riverside " state of CA each individlJally if there be more than one named, its true and lawful attorney-ln-fact to make, execute, seal, acknowledgeand deliver, for and on its behalf as surety and as its act and deed, any and aU undertakings, bonds, recognizances and other surety obligations, in purauence of these presents and shallbe as b1nding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.

IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized' officer or official of the Companies and the corporate seals of the Companies have been efflxedthereto this 20th day of. FebruarY ,~.

STATE OF WASHINGTONCOUNTY OF KING

On this 20th -day of February , 2013 .berore me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant _Secretary of AmericanFire and Casualty Company, Liberty Mutual Insurance Company, The Ohio. Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.

IN WITNESS WHEREOF, 1 have hereunto subscribed my name and affixed my notarial seal at Seattie, Washington, on the day and year first above written.

l<':~~:~;"''\By: -7;~;:,.;:~r1,-,;'7:~'7f\-;;-'::;,__ -------\~~;;i;~~i;~~:~!KD Riley, NOtPUblic

This Power 6f Attorneyis made and executed pursuant 10and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty InsuranceCompany, Liberty Muluallnsurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:

ARTICLE IV- OFFICERS - Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subjectto such limitation as the Chairman or the President may prescribe, shall appoint such auorreys-in-facf, as may be necessary to act in behalf of the Corporation 10 make, execute, seal,acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations, Such attorneys-In-fact, subject to the limitations set forth in their respectivepowers of attorney, shall have fun power to bind the Corporation by their signature and execution of any ,such instruments and to attach thereto the seal of the Corporation. When soexecuted, such Instruments shall be as binding as If signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact underthe provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.

ARTICLE XIII~Exei;~iion of Contracts ,~SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that, purpose in writing by the chairman or the president,and subje?! to su?h limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute,seal acknowledge and deliver as su~~ty any and all undertakings, .bonds, recognizances and other surety obligallons. Such attomeys-inwfact,subject to the limitations set forth in theirrespective powers of attorney, shall have full power to bind the Company by their sigria~ure' and execution of any such instruments and to attach thereto the seal of the Company. When soexecuted such.instruments shall be as blndlnq as if signed by the president and attested by ihe secretary

Certiflcate ofD~slg~ation- The President of the Company, acting pursuant to the Byiaw's of"the Company, authorizesOreqory W. Davenport, Assistant Secretary to appoint suchattomeys-ln-fact as may be necessary to 'act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances andother surety obligations.

Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of theComp~ny, wherever appearing upon a cerli,fied copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company withthe same force and effect as though manually affixed.

1, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Uberty Mutual Insurance Company, and WestAmerican Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. .,.;..{ IIN TESTIMONYWHEREOF, I have hereunto set my hand and affixed the seals of said Companies Ihis~ day of NOiJelWrJe(,20 /3 .

55

American Fire and Casualty CompanyThe Ohio Casualty Insurance CompanyLiberty Mutual Insurance CompanyWest American Insurance Company

By: ~G~~~eg~o~~~~.~D=av~e~n~po~rt~,7AS~~~is7~~n=t~Se=c=re~t=a~=-----

By: ~;;;David M. Carey/Assistant Secretary

256 of 500

Page 16: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

(lLnnirn:cinr;f $ l$nnXtZ£liunfuun ~eu hll tqese Jrlisetds:::

CAD#l(osen'3IzoIN -u_

BOND NUMBER 024055226PREMIUM: $33,935.00EXECUTED IN DUPLICATE

THAT WE """;!",)3","""?,"J;"J?"J?"!:f!,:,"J?"""S:~:""~"""!"t:'!s::"!""""c:"".'::~:':P..'?E~~"~"'?"~"""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""'""""""""""""""""""""""""""""""""""""as PRINCIPAL,and LIBERTY MUTUAL INSURANCE COMPANY .

" •• _."." ". __ ." OM "M M • •• • • __ • •• __ • __ •• v , a corp oration

organized under the laws of the State of """""""~~"~Ag"!l:lJ"~]!:!:~"~"""""""""""""""""""""""""""""""""""""""andduly authorized totransact business tinder the laws of the State of California, as surety,· are held and firmly bound unto THECITY OF LOS ANGELES, A MUNICIPAL CORPORATION, as obligee, in the just and full sum of

1H"~~~""!'J"~"!:!:;J;2"tcJ:!"""!'L~!:O~?:""!"!!!"~~!:~!?"""~~!.::!:'":"'!7"~~""!~"?"l!.~~!'!!?"~"""~~!:l"~"""~~:'l!?"~~~""::"~~~::":"~"~~urAND 00/100--------------------------------------- 3,852,924.00""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""."""""""""""""""""""""""""""""""""""""""""""Dollars ($ """""""""""""""""""""""""""""""),for the payment whereof well and truly to be made said principal and surety bind themselves, their heirs, executors,administrators, successors, and assigns,jointly and severally firmly by these presents:.

THE CONDITION of the foregoing obligation is such, that whereas', the above bo'unden principal is aboutto enter into a contract, attached hereto, with said obligee to do and perform the following, to-wit:FOR THE LA CIENEGA INTERCEPTOR SEWER (LCIS) REHABILITATION ~ JEFFERSON----------------_ .._------------ .._-----_.-.-"-----------------------------------_.----------------------------------.-~~~~"~" ..""".""."~.~.~." " .

BOULEVARD TO LA CIENEGA BOULEVARD - W.O. #SZCl1845

as will more fully appear from said contract, reference to which is hereby made, and which said contract andall documents incorporated therein by reference are expressly made a part hereof. .

The said surety, for value received,hereby stipulates and agrees that no change, extension of time, alterationor addition to the terms of the contract, or to ·the work to be performed thereunder shall in anywise affectits obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterationor addition to the terms of the contract or the work.

NOW, THEREFORE, if the above bounden principal shall well and truly perform the work contractedto be done under said contract, and shall fully and faithfully carry out and perform all of the terms, covenantsand conditions of said' contract upon its or his part to be performed, then this obligation to be null and void,otherwise to remain in full force and effect. ." . . .

No right of action shall accrue under this. bond to or for the use of any' person other than the obligeenamed herein. '.' .

. Signed and sealed this """"".~~t]o""""""""""""" day of """"""."~~~"J:l"""""""""""""""""""""""'""""""""."""""" A.D. 20~"4"""Corporate Seal

Surety.

Corporate or Individual principal must have signatures acknowledgedin the appropriate blank on the reverse hereof

Corporate Seal must be impressed hereon in case of corporation.

Page 17: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

CALIFORNIA ALL-PURPOSECERTIFICATE OF ACKNOWLEDGMENT

State of California

County of __ R_I_VE_R_S_I_D_E _

On __ 3~t~/-t~/-/~i----befureme,---R_._N_AP __P_I__ ~~~'~~-O-TAR~Y~P~U-B,L~IC-'~'----------,{Here insert name and title ofthc officer}

personally appeared M:.:I::.C:.:HAE==L-'D::.:....-'S:...:T:.:O.:,:Nc:cG ----'

who proved to me on the basis of satisfactory evidence to be the persol\W whose name(.sJis/are-subscribed tothe within instrument and acknowledged to me that he/she/they executed the same in his/.h8r/*heirauthorizedcapacitydes), and that by his/Mrltlleir signaturejsj" on the instrument the persorWif,or the entity upon behalf ofwhich the personW'acted, executed the instrument.

I certify under PENALTY OF PERJUR Y under the laws of the State of California that the foregoing paragraphis true and correct.

WITNESS my hand and official seal.

K-Ih -Signature ofNotnry Public -~.

(Notary Seal)

--- 1R. NAPPICOMM.#1977782~

NOTARY PUBLIC· CALIFORNIA illRIVERSIDE COUNTY

MyComm. EJq>lro. June 7. 2016

ADDITIONAL OPTIONAL INFORMATIONINSTRUCTIONS FOR COMPLETING THIS FORM

Any acknowledgment completed in California m;ust contain verbiage exactly OJ

appears above iff the nt',)tar),'sectton or a separate acknowledgment form mllst beproperly completed and attached 10 lhat doctllllf!nl. The oflly exception is if adocument is 10 be recorded outside of California. /I, such instances, any alternativeacknowledgment verbiage as may be printed on such a document so long as rileverbiage does not require tile notary to do something that Is illegal for a tlorar), illCalifornia {i.e. certijj'ing the authorized capacity 0/ tile sl'gtler). Nease check thedocument carefully for proper notarkil wording and attach lhis/orm f{required.

DESCRIPTION OF THE AIT ACHED DOCUMENT

(Title or description of attached document)

(Title or description of attached document continued)

Number of Pages __ Document Date, _

(Additional information)

CAPACITY CLAIMED BY THE SIGNERo Individual (s)o Corporate Officer

(Title)

o Partner( s)o Attorney-in-Facto Trustee(s)o Other _

2008 Version CAP A v 12. 10.07 800~873-9865 www.Nounvctasses.com

• State and County information must be the State and County where the documentsigner{s) personally appeared before the notary public for acknowledgment

• Date of notarization must be the date that the signer(s) personally appeared whichmust also be the same dale the acknowledgment is completed.The notary public must print his or her name as it appears within his or hercommission followed by a ccrnma end then your title (notary public).

Co Print the namels) of document signcr(s) who personally appear at the time ofnotarization.Indicate the correct singular or pluml Coons by crossing off incorrect fonns {i.e.fleIshe/~ is fare ) or circling the correct forms, Failure 10correctly indicate thisinformation may lend to rejection of document recording,The notary seal impression must be clear and photographically reproducible.Impression must not cover text or lines, If seal impression smudges, re-seal if asufficient area permits, otherwise complete a different acknowledgment form.

• Signature of the notary public must match the signature on file with the office ofthe county clerk.

.:. Additional information is not required but could help to ensure thisacknowledgment is not misused or attached to a different document.

.:. Indicate title or type of auacbed document, number of pages and dille.

.:. Indicate the capacity claimed by the signer, If the claimed capacity is acorporate officer, indicate the title {i.e. CEO, cro, Secretary).

• Securely attach this document 10 the signed document

Page 18: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

ACKNOWLEDGMENT

State of CaliforniaCounty of Riverside

before me, Susan Hott, a notary public(insert name and title of the officer)

personally appeared Juan P. Renteria, President and Secretary of J.R. Pipeline Co., Inc.who proved to me on the basis of satisfactory evidence to be the person( s) whose name( s) is/aresubscribed to the within instrument and acknowledged to me that he/she/they executed the same inhis/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument theperson( s), or the entity upon behalf of which the person( s) acted, executed the instrument.

On March 18, 2014

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoingparagraph is true and correct.

WITNESS my hand and official seal.

S;9MI~ ~(s.,,)

SUSAN HanCOMM. #1890435 ill

NOTARY PUBliC· CALIFORNIA ~RIVERSIDE COUNTY

My Comm. Expires May 23, 2014

Page 19: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

CA 123

THAT WE J.:.I<.: :".r..t'J;;.!:'.!.N..E; r::?.:.!. ~.N.r::.~.., i'l c;.':lE:P.<:>:r:":~.~.':l.n. .--_. __ ._.._---------------------_ .._-- __ ._--_ _---_._ .._--- ..__ .__ _._-----_., .._._ _._ __ _-------_ __ .__ ._ __ _ .._._ _---------------_ _-_._-_._ __ .

as principal , and kr.l?!l:R.J.X.Jfl:r~lJ~l,I.N..~.U.~N.(;.E....c.()~~ .

as suret y are held and firmly bound unto the CITY OF LOS ANGELES, California, a municipal

corporation, in the sum THREE MILLION EIGHT HUNDRED FIFTY-TWO THOUSAND, NINE

HUNDRED TWENTY-FOUR AND 00 100- - - -- - - - - - - - - - - -- - -- --- - - - - - - -- - - - - -- - - -Dollars

($~.I..\3..?.2.L2).!L, ..Q.Q ) lawful money of the United States, for which, payment well and truly to be made, we bind

ourselves, jointly and severally, firmly by these presents.

Signed, sealed and dated ~~~.~ l.~., 20 .J~..The conditions of the above obligation is such that, whereas said principal has been awarded and is about to enter into

a written contract with the City of Los Angeles for ..r!i~ !!.~ ~J.l?!-'!~g~....P~1'l?R~.~.!'.IQ.R....l?~.I'J.~.13....Ll,c::.I.~.1... ....R.l);!i!.\!?±.!!J:J:l!rI9.!'! :: .J:l?.f..f.~.13.§Q!-'! !?.Q\J.r...!'.\lf.';g!?. :r.Q .L.f.'; q.1?!'!.!'.g1.L.!?Q1J.r...E.Xf.';g!? : IV.s.:Q.~....!L ..

W.O. #SZC11845._-_._ ..__ _ _ _-_. __ _. __ ._ _ _-_ _ __ _ _----_._---_._ _ _" _._-_ .."-._ _ ..__ _---_ _-----_ .._--_ _--_ ..

which is hereto attached, and to which reference is hereby made for all particulars, and is required by said city to give thisbond in connection with the execution of said contract;

Now, therefore, if said principal as contractor in said contract, or ..

.............................................................................. subcontractor, fails to pay for any materials, provisions, provender or othersupplies or teams used in, upon or for or about the performance of work contracted to be done, or for any work or labordone thereon of any amounts due under the Unemployment Insurance Act with respect to such work or labor, or forany kind or for amounts required to be deducted, withheld, and paid over to the Franchise Tax Board from the wages ofemployees of the principal and his subcontractors pursuant to sec. 18806 of the Revenue and Taxation Code of the State of

California with respect to such work and labor, said suret Y: .will pay the same in an amount not exceeding the sum set forth above, and also in case suit is brought upon this bond, areasonable attorney's fee to be fixed by the court. This bond shall insure to the benefit of any and all persons, companiesand corporations entitled to file claims under and by virtue of the applicable provisions of Division III, Part 4, Title 15(commencing with Section No. 3082) of the Civil Code of the State of California, or their assigns.

WITNESS our hands this ..L8.~!J. day of ~F.:QI:!: , 20 .J~..J.R. PIPELINE CO., INC., a corporation

~n~~:~:::-::~;-. S ret a ry Principal.

. J:..1~B~X..!@:r,lJ"I.: ..r.~~.u~.~Q:E...g.()l'!!',A.~ " .." "" .." .." ....... .. . .,.. .. .. ~ " " s::e~, " ..MIG EL D. STON; TTORNEY-IN GT Surety

Corporation, Partnership or Individual Pr ncipal must have signatures aeknow gedin the appropriate blank on the reverse hereof

If a Corooration - Comorate Seal must he imnressed hereon.

Corporate Seal

Page 20: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

CALIFORNIA ALL-PURPOSECERTIFICATE OF ACKNOWLEDGMENT

State of California

County of _...:.R_lVE_R_S_I_D_E _

before me, R_._N_AP_P_I_==-,=:clc:"N::.O:..:T:.::AR.;::;,Y~P;7,U;.::Bc:L",I:,:C,:;":- ,(Here insert name and title offhe officer)

personally appeared M_I_C_HAE__ L_D'-'-, c:'S:..:T:..:O"'N.c.G ,

who proved to me on the basis of satisfactory evidence to be the person,~whose name(4is/are-subscribed tothe within instrument and acknowledged to me that he/shelthey executed the same in his/llerlfheir authorizedcapacitydes), and that by hislher41leir signatureVif'on the instrument the personM, or the entity upon behalf ofwhich the person¢ acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraphis true and correct.

R. NAPPICOMM. #1977782

NOTARY PUSl.IC, CALIFORNIA '"RIVERSIIlS COUNTY J

My Com,", ExpIre. June 7, 2016

(Notary Seal)

ADDITIONAL OPTIONAL INFORMATIONINS1RUCTIONS FOR COMPLETING TIllS FORM

Any acknowledgment completed in California mun comam verbiage exactly asappears above in Ihe notary-seaton or a separate acknowledgment form mwt beproperly completed and attached to thai documenl.The only exception is if adocument is to be recorded outside of California. In such instances. any alternativeacknow/edgmelJl verbiage as may be printed on such a document so long as theverbiage does not require the notary to do something that Is illegal/or a tlOla,,' inCalifornia (i.e. certiJj'ing the authorl:ed capacity of the signer). Please check ritedocument carefully/or proper notartatwording and attachthisfann i/reqllireti.

DESCRIPTION OF THE ATTACHED DOCUMENT

(Title or description of attached document)

(Title or description of attached document continued)

Number of Pages __ Document Date, _

(Additional information)

CAPACITY CLAIMED BY THE SIGNERo Individual (s)o Corporate Officer

(Title)

o Partner(s)o Attorney-in-Facto Trustee(s)o Other _

2008 Version CAPA vI2.10.07 800~873~9865 www.NolllryClasses.com

• State and County information must be the State and County where the documentsigner{s)personallyappeared before the notary public for acknowledgment

• Date ofnoturizntion must be the date that the signer(s) personally appeared whichmust also be the same date the acknowledgment is completed.

• The notary public must print his or her name as it appears within his or hercommission followed by a comma arid then your title (notary public),

oI! Print the narnets) of document signcr(s) who personally appear at the time ofnotarization.Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.fle/she/~ is IfJfe ) or circling the correct forms. Failure to correctly indicate thisinformation may lead to rejection of document recording.The notary sew impression must be clear and photographically reproducible.Impression must not cover text or lines. If seal impression smudges, re-sell! if asufficient area permits, otherwise complete a different acknowledgment form.

• Signature of the notary public must match the signature on file with the office ofthe county clerk.

.:~ Additional information is not required but could help to ensure thisacknowledgment is not misused or attached to a different document.

.:. Indicate title or type of attached document, number of pages and date.

.:- Indicate the capacity claimed by the signer. If the claimed capacity is acorporate officer, indicate the title [i.e. CEO, Cf'O, Secretary).

'" Securely attach this document to the signed document

Page 21: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

ACKNOWLEDGMENT

State of CaliforniaCounty of Riverside )

before me, Susan Hott, a notary public(insert name and title of the officer)

personally appeared Juan P. Renteria, President and Secretary of J.R. Pipeline Co., Inc.who proved to me on the basis of satisfactory evidence to be the person( s) whose name( s) is/aresubscribed to the within instrument and acknowledged to me that he/she/they executed the same inhis/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument theperson(s), or the entity upon behalf of which the person(s) acted, executed the instrument.

On March 18,2014

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoingparagraph is true and correct.

WITNESS my hand and official seal. SUSAN HOTTCOMM. #1890435

NOTARY PUBliC. CALIFORNIA !!lRIVERSIDE COUNTY

My Comm. EXpires May 23, 2014

Signatur~ U5 (Seal)

Page 22: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

';HIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.Thi* ~o~r of AttornEl!Y ltmits the actS of those named herein, and theyhave no auth_ority to,bind the Company except in the manner and to the extent herein stafed.

Certificate No. 6331308

American Fire and Casualty CompanyThe Ohio Casualty Insurance Company

Liberty Mutual Insurance CompanyWest American Insurance Company

POWER OF ATTORNEY. ,KNCiWNA.~L',pg:~sdN_SSy T8~SE _~_~_ESENT?:_That Amencan Fire &,t,~~-~~yCornpant:~,!i~'Th~Ohi6:G~su~,!t~.bls~~~ce qompany-ate' cOr'por~tio'~S'duly:o'rgani?ed '~:nder.the,la~ of::~~_~:~~~.ofMe,wHampshireJ_'th~tHb,attYM~tuallnsuranceGomp~nyis a _cofPorat,iond~l~.org;3,n'ized, unq~ef.th~taws'oOh~ §tat~"o(M.as~~~husr;tt~; ani{West~merica!1 Insurance co~p._~ny)§,:Ci.cPfP~r:aJjo!l,d~IY'.9rganized'unq~~.~fl~,Ia~ of th~Stat,eof !Q~!an~-,(h~r~iQ,coHe¢~iyel{c~Hed,th,e"Cqmpanie*~), pu:!;S~aDtt9 ~rid.by:_~~thqr,tyh~r~in set forth, oces herein, nani~! cQnstiNI?

.; '~~d_':a'pp~inti" d_e:rerryv-Pe,n(jer9~~~;'~rchae!0;. ?to,~9;~osem~ry'~appi".-- ',' .' , .. '" '

~'.~lf6tth~ ,GUyqf ~iJe~si,de" _,;state:'of -CA " ','_ , ~~.ct,-indivictuaUy'if ther~be ~o_re:tnan 6ne'-natne(its:trii~ ',~ncl_!awfl.d~omey~JI1;factto m~ke, ~xe,cute,:s6al, ackn6wl~'dge:_a_nd ,~~_j!v~r,joqmd qn l~s~eh,~lf:_a~~yfeJ{~rid a~ its,?c(and ~e~d,:any_and ,~1Iundertf:l,~rrlQ~/QQn,d,s,.-repog!1iza!1~E!f~I)dother swett O,bIi9,_?tions;,.jnp!-!is~a!lce,of_thesepre?ents anq,shaU'-'b~as ~indjng upon the ,Conipani~s as if the'y hflve,been duly signed,by,the presiden~and atte,s~e~by th~'se~retary of the~Comp~mies\n tf\e,towij proper persons; .

'-IN ~If:~'~s_~ ~H:~~~6F;'ihi~··Po~er~:6fAtto~n~~':has--~een sUbscr;'b~9:'b~'~n :~uthorii~~_:-:~'~fi~~'{or,offici:a'16f:t~eco~'p~,~j:~:~an~·the:'~r~~:ra~~;s~,alsof the' to,nip~ni~s have been amX~qth.eretothis ':28th, ' dayer Ob,tolwr' ' ,~; .:-.;:-:-," .: ,", :' .: ", " '>

~- ~ American Fire and Casualty Company .~

t:¥;,}i5;:~~/§(,l,I~¥:~~ ~~~~yh~u~~:lul~!~;~~~~ag~~~~~:any •~Jq"!9D6 IV} ~~i[ -1~19 )~} W - 1-' ....

ui ~~"'i'f.*~lJ\t:\~(,,'_"'is:,:~I~;'),' ~eri~ ~nce Company .~,,-m:_~~"\ __-~·~,r: By: ~~ :"''-,' :~:: ,:~' "STATE qF WASHINGTON ss GregQrYW"Davenport, Assistant Secretary :_~

....r:J!!: COUNTY OF KING .'. t::

~-'-~ d,~thi~'~28:th . d~'yOf -Oct(;be,~ ' " ' ,2013, before me person'aliy app~a:ed' Gr?9oiy Vi, Davenport, ~o ~c~nO~I~d9~~'hi~'~e,lf t9 be -theAS:i$~a~t Secr~tary of A'm~ri~an: ~ ~Co) '~ Fire-and pasualty_Company" Liberty rv1utual_lnsuranceCompany, The Ohio,CasualtY Company, and West AITleri_canInsurance Comp_any,~np that he, as such, being authorized so to do, -~(I)

'5::.Et ",eXec~\~the foregoing inst,rument for the Pt1rposestherein contained by signing on behalf of the corporations by himself as a duly 'at1thorize,dofficer.' ' . - G)-,W-';':;:,CG :.-,,:-:-.----',",-':,' ',,' .. " '-, " -. ',,' ,,' -", '--' " ' .. '----- -'-;:< -- :E:J:Q.)-,~ IN WIT~ESS WHEREOF; ! have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day imd,year'first above written. '-0:,Q,,~,~':' ,'" ,,' '-, ' , " ., - /.j:~:,;~{;:i~:~>,,- - --" ",' :;.~~:~~ .~ By: ~l?iy,~'-¥PubIiC ~ ~O~ ~ ~t::,~,-i.. ;,~~~., .;;)~"",o 3: CG'';0 '. .', 0 '"_

. :>,i.'!<,.•••.•.'.;':.'·:·,' a.. '"0$ ~:;:A~ This _~owerofAttorney_is made and executed pursuant to and by authoritY of the,folloWing ~t!aws an~ Authdrizations of American Fire,€1M9a'sualty ~o_mpany,The Ohio Ca_sualtyInsurance .~-_og~'90(f1P~,riYfUberty M~t~all~surapce Gompany" and WestAmerict\n Insurance Compap~ ~iCh resolutlons ,~,renow ,i~ful!,lo~e 'and eHect re~i_~9,-,:u~,foIIOWS:'_ " '-, ,'_ _~: '.- =:~a:s:Q.) J\,RTlG~EIV - 9FFICERS,.,..Section 1_2"Power of Attorney. Any officer or other official oflhe Corporation authorized for that purpose-in writing by Ow Chairman or the President, and subj~ct cc,~jj jd s:~c:h'lillliIation as-,the:Chair~,an or the President may prescribe, shall appoint suc;h:attoi1Jeyswin~fuct"as may be necessary to act _inb~half of the C?,rporation tomeke. eX,ecute;_se~l, ~:'~,O,.E: ,a~kn-owledge and denver as surety -any and all undertakings, bonds, recognizances and otlier surety obligations, "Such anorneys-in-lact, subject to the limi,tatiohsset forth in Iheir,respe,etjve'.. :=s' ',a;~,~... _powerS'olatto~e,y, shaH have' full power to bind the Corporation by fhelr sign~ture and ex~culio-n'of an/such institiments and to a~~h ,thereto !he s~al of the C~rporation. VVh,en-:So ~'~(;,,:10 e~ec,uted,'such instrumell~ shall be as,~indjng as if signed by_thePresident and attesled to by the Secretary. Any power or :auf~oritygranted,tQ aJiy represe,ntativeor attomeyMf~~fattunder, :>"0

~;.Io:oo, Jhe prcvlslona of this article-maybe revoked, at any time ,by the Board, the Chairman, the President or by the olflcer.or officers granting sUct:rpoVlleror_aulhprily. Q.) ,~"C'>'_:"'---,,':,-: ' " "":" " ",": _ -,:' ", -":, :: '_ , _",' .eN~,_:g :~~TIP~~-':Xln-,Execution of C00lracts::- SECTION 5. Surety Bonds and Undertakings: Anyo,fficer oflhe Company authorized f~rthat purpose ,inwriting by the chairman or the pres_i~~nt, iO?;:.:':~ :qnd.subject,to such lilT\i~ati,on!)as,!h~',chairman or the president may prescribe, sh<:\lI_appointsuch aUorneys·in·f~ct, as may be necessary to t1c!,inbehalf of t,~eCQmpany to make,' execute, .:,~15 -,':S .~E?,al!:,~Gkn~wledge and d(:!Hveras surety any and al' umlertakings, bonds, reCognii?n~e~ a:nd:other surety obHgations._such att,ornex~~it1~fa~t~ubject to,t:he \imitations, set forth' in taek t:_~z,-$J ,~espective powerS,of attorney, shall have,full power to bind the C0!11panyby their sig_nflture"a~d,exe,culion,of any su~h instr,~me~ts and"to ,~ttach.thereto the s~al.of the Company. "When so 8. ~

eXe6~Eid:suChin$1rumentssha!!"b,easblnQ!rigasifsignedby,thepresidentand,atiested.bY~he,secretary"" '-":,:,' :, '.'~ " :.,' ,-,' ':,' ' ,', .' " O'~

_".c~iti~~a.t~_:,'of De~lgnati~h, :,.The President 'o1'the Company, 'a~ting -pursuant to the Bylaws' 6i':f:~_eConipany~ authofiz~i d.r~gory·W:' 6ave~p_~ri;Asslstam.Secretsry to appoint such ~ """-'atto'rne~iMaG1 as Illay be necessary to act on 'behalf of the-Company to make, execute, se,a!,acknowledge'and deliver as surety any and al!'un'derta~ings, 'bonds, recognizances andQ.tb~.rs~~ty ,9b!j,g~ions. '" ,Authoriiation '-' ~y unanimous consent ofthe Company's Board of Directors, the Company consents that facs{mUeor mechaHically'reproduced ,signature of any assistant secreta,ry of theCompany, wherever appearing upon a ceriifie~ copy of any power of attorney issued by the Company in connection with surEltYbonds, shall be Valid and t)j"ndingupon the Company withthe sa,m,eforce ,and effeCt as,ihough manually affixed~ . ' ",' ,

,I',' David M. 'Carey, the undersig~~'d, ASSistant S~cretary, of American Fire arid Casualty, Company, The Ohio Casualty !nstira~ce C,~rripany;:Ub~rtYMutual 'Insurance Company, and,We,s1Ameiican Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the PowerofAttomey executed by said Companies,is-in',ful! force and effeCt and has not been revoked. ' , '. '. . . 0IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ~ day of N\tt-~\,. ,20~.

By: ~4rDavid M. Carey,'f!.ssislant Secretary

182 of 500

Page 23: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

. '" '

THIS POWER OF ATTORNEY IS NOTVALID UNLESS IT IS PRINTED ON RED BACKGROUND.This:pomr of A40rney limits the acts 'of those "ameli herein, and they have no,authority to bind the Company exceptln the maoner and to the extent herein stated.

. Oertitlcate.No 6331307

American Fire and Casualty CompanyThe Ohio Casualty Insurance Company

Liberty Mutual Insurance CompanyWest American Insurance Company

, ,- ..

POWER OF ATTORNEYKNOwN ALL PERSONS BY THESE PRESENTS: ThatAmerican Fire & Casualty Company and The Ohio Casualty Insurance Company'are corporations duty organized under the taws ofthe ,~f~~of,New H!3111pshire,,th~t.Li_~,~.~y..-M!Jlu~llns\.lran~eCompany is,-~'corp?r~tion:dqIYJ~~aniz~d uncI~r,th~,liiWS,of:~h~r~tat~,ofMl:'ls_sactlus~tts;a~_d,_WElstAni~ricanInsu~ance-C_ompG\ny-:i~~~,ofpQ~tion_q~,lY?,rgani~e,?,un~~rm~Ja~ of the State:~fJndi~Da.}heretn:¢0\I~ijv~ly:G~i!~4the ~,C~:mr~nie~~)"pu~u.ani:t9·_an?by,~t~fh06ty,herElin~et,forth" does ,ry,e'repyqa,me",cQm;~i~ute::ahd ~p:ppint;" 'Jere,tTW Pe,nd,e',r}la,~~~fI;.'lichael D>StoA(l.! Rose~ary,Nappi .' '" , , ,. " _. ,

,; INVViT)~ES'~iWHEREOF, :thi~ p,ow~r",oiAt~~~~ey:~~sb~~n SUbsc~i,b'e~f~y a~n~u\h6ri~~,~j'.~ffiG~~'tir-'offi6j~1:of 'th~COrnR?Ol~$~-n~.th~':cQrpcif~t~:s~a!~of t~e COmp$nleS have been affi;.:~d-thereto this _28th, day_of, Octop¢r ,~. .-' ..,,', '",--" .', :-, , .', .:':>;~~ d;-- ~ i\l11erican Fire and C?sualty Company ~:,~o~~ .--;:.~",~:c\:c~"'~>!~,!,~~,,ti~c:i-:1:.;:I~n'-~:":;:-~~7::<::;::~7;:C:7~";_:_!,,,ac:nc-

y

__i-':'~ ~3TAT,~,~b~-Vl/ASH1N(hON 55 Gregoryw, pavenpo~ Assistartt Seoretery ':g

.... ~ COUNTY OF KING e

",~;",>~ .dry ~i,~/28th , '~~y6f - O~tob~r, _ , _', ,::' 2013 ',before me personally appeared Greg9ry v.( Dav~nport,who'ac~now!~d~ecj_ himself, to. be,lhe Assi,slaht Secretary' of Arneric'a~- ~~,C),:'.,Q) _fire and C~siJa~y Company; ,Ub~rty Mutual Insurance Comp~ny, The Ohio Casualty, Company, and West Amen,fan Ins~rance C?mpany, and th(it he, _assuch, being C!utho~zedso to do, ';>,cn,

~::~.' ,~xe{iutil th!3..fore:~_oing,,insll1Jm~ntf0r t~e'purpose;; therein contained by signing on b~haJfoftheGorpor~nons by hims!31fas a duly auth~rized officer., . E,~G);::> iN wrrNESs WHEREOF, !.h~ve h~re~nto ~ubscribed my nam~ and affixed my hotanal seal al'Seatlle: Wastington, on the day ~nd ye~r first above wrinen -: _~,~~I' f',:;;;~'{': By: ~e~Jf{tPUbHG ~~

;,.9-,,":-" ", , ";,z"':_',-"i: ' . . G),C'-----"" .<'~;}'.,',< ' " ~ -,(\1,aj"O , ",-""',;c 0 Eg>~T~,is)~ower.o'fA~o~ey isnlffije and executed' pursuant to and by a,uthonlyofthe, following BY-,Iawsand'~'~ih~riz~i~ns of,Americail Fire i:1I1d"G'aSual~~o~pany, The Ohio Casualty Irlsura~ce ~'_6,tU~'!:GQfQP~nYI',UQertyMUj,uallns~ran~,C9mpany, and WestAmerican _InsuwnceCompi'1nY'wIl_ichresolutions are now in full force and.effect reading_as fOllO~: _ _ .. ,,', ' ' ;; ~;~:m~_AR!iCL(IV ~ OFFICERS:- ~e~tion 12, Po~~.rOf Attorney; Any officer or other official of the Corporation authorized for that purpose in writing'by the Ch~irmari or the President, a~d _subject is '~:,~:;!to: s~ch:.Ii!)1itatiqnas the Chairman or the President may,prescribe, _~hall appoint such 'attomeys-in·fact,: as may be,necessary to act, in be~alf of th~ ,Corporation to make, execute, sea,l; >;'(1),0.5 '~ckpowledge and QelivE?ras'surety any imd all undertaKings, bonds, recoqnzances and otber:sqretyo,bligations. _Suc~:attorneys.jn.fact, subject,to the !imit~tions set forth intheir r.espe.c~ive ~ '~:E:::'," "pow~rS,-Ofattorney, shan have full power to bind the Corporation by their signature and execution of any_such instruments and to attach ,thereto the ~al of the Oomoreflon Vllhen so :: ~~':~' ,exeq_~ted"such rnstniments shai! be a$,~inding es if signed by ,thEl.Presidentand attested ~oby_~heSecret~ry. Any power ,or,8uthoJity~ranted'to £!tiy representative or atto~ey-in.f1lct under, ~,~:

;-:_~ :thE:!,p'ro~is_iom;;-ofthis ~rtide ~ay be f:voked at any time by the Board, the Chairm~n, th,e President or by the officer or offic~rs' g:anling such power or authority. ,~ ~:.

~,gA~TICL,E XIII-,_Exec_uiionof C~ntrac~s'-:-SECTION 5. Surety Bonds and Undertak,ings. Any officer otthe Company, auth?rized for that purpose in writing 'by the ctemmn or ~hep:eslqent" i.'~,::-:.f!. ~~~su,bj~?tto suqh limitations as,th,echalrman or the president may prescribe,_shall appoint such attorneys-in-fsct, as maybe ,nece~saryto,agt,inbehalf of the Company to,mak~" execute, , .= M.:0 -~ ~~at_a~K~owledge and deliVer as surety any and Cil! undertakjng~, ,bond$, recQgniz~n?es erid oth,er:su~etyobligations. ,',Such,attorneys..in-fac\s!Jbject to the,limitations set f~,rth'in,th:~ir 1:,«9'Z_' u 't:especUve,pqwersofattorney,:shaU hav~,fuUpo~er-to bind the Company by their sig_riature:,andexecuuon of any such instruments and ,toattach:th,ereto the seal of the'CompC!ny. When so g ~

,:exec,ut.eds~ch im;tru~ents shall ,beas bindIng as if signedlly the president ~n'd atte,steq'by the,,~~yrei,arY.'" ,'_ , , '_' __, ' -'_:,:" <,_> -,' " , ' , _, _ : ," '~ ~:'Ceru'Iiri_ate.of DeSignation - The Presfd~'n{ of the Company, acting p,urSuant to the By!a~s _ofth~e:Company: authorizes Gregory ,w. Dav~hP'ort,,'A~~isl~ntSecretary to. apPoi~t,such

-a~o,meys-inwfactas ma,y be necessary to aCt on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all 'undertakings, bonds; recognizances and_other:~u~tyoQligations.:

, Aillho'rizatibil- By unanimOLisconsent bf the Com'pany'~ Board of Directors, the Company corisents that facsj~ije dr me~_hCiniCanyreproduced s!gnatuJ"eof any assistant secretary of t~e, Company, wherever appearing upon a certified C9PYof any power of attorney issued by the Company in connectiqn with surety, bonds, shaH be,valid and binding upon the Company withth~~a!1!~forceandeffectasthoughmanuallyaffixed. , ' , ' " '_ ," _ ". ,,__ ,' _'_,' ,: - ", ' '-,,_:_1"DaVip'M.Carey; the undersigned, Assi~ant Secretary, of American Fir~ and Casua~y Co~pany, The Ohio Casu~!ty nsurence Company, Uberty Mutual Insurance Company, ahp WestAmerican Insurance Company do hereby certify thetfhe original power of attorney of which the foregoing is a full, true and correct copy of the PowerofAttomey executed by said Companies,is-in',funforce and effect and has not been revoked. :0:d ...' ..()IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ll1:J::n day of --.tv'ClJ~ ' ,20~,

BY:~DavidM. OareyAssistantSecretary

181 of 500

Page 24: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LIST OF SUBCONTRACTORSLets Rehabilltatlcn-Jefferscn Blvd to La Cienega Blvd

W,O. No. SZC11845

Use pages 1,6 and 1,7 to list subcontractors including manufacturers, truckers and equipment rental companies.Use page 1,8 to list vendors and/or suppliers and brokers.

To be eligible for award of this project, the Board of Public Works requires the bidder to subcontract a minimum of its bid, as discussed inthe Mandatory Subcontracting Minimum (MSM) Requirement paragraph on the important Notice page of the Proposal, to any qualifiedavailable Subconrracrorfs). Failure to list subcontractors and subcontracting amounts on pages 1-6 through 1-8 with the bid sufficientto meet or exceed the MSM may cause the bid to be rejected by the Board of Public Works as non-responsive.

In accordance with provisions pertaining to the listing of Subcontractors, the bidder shall list herein each first tier Subcontractor to whom itproposes to subcontract portions of the work in an amount in excess ofY2 of 1% of the Contractor's total bid or $10.000.00. whichever isgreater} and the dollar value of each listed subcontract. However} the bidder must list any additional subcontractor and dollar value to thesubcontract, regardless of amount, if the bidder wishes to have the subcontract amount credited toward meeting the MSM level ofparticipation for this project. No 11BE, WBE, SBE, EBE, or DVBE credit will be given unless the subcontractor and subcontractingamounts are listed on pages 1-6 through 1-8. Note the following when calculating the pledged levels of participation:

• MSM credit will not be given to a joint venture partner listed as a Subcontractor by a joint venture.

• Listed vendors and/or suppliers will be limited to 60% of their listed dollar value toward achieving both the MSM and theanticipated MBE, WBE, SBE, EBE, and DVBE levels of participation for this project, unless the vendor and/or suppliermanufactures or substantially alters the materials/supplies.

• SBE, EBE, and/or DVBE certified bidders will receive applicable SBE, EBE, and/or DVBE credit for the value of the workto be performed by its own workforce as listed below.

B'dd d MBE WBE SBE EBE dDVBEfi h th d b fth k1 ers are encourage to use , , , ,an rms w enever ere IS a nee to su contract portions 0 ewor

Subcontractor Name, Business Address, Telephone Number,State Contractor's

Certification AgencyLicense Number and Dollar Value of Subcontract

and Contact Person Exp. Dateand Certification # (1)

~)N\Tl2.\) P. )~J\D , ~"\(J,License Number: LA CT MTA $

SCMBDC \ \ 3) tYID. 00\(;\0/1'-) (1\" '\l A\(;(; \:0 .., &"u, £,,~!>

\.{)l1-tP'b'" Cert #

('\,'1 1"11'- l~\):)<:l \2Y CA qnl.\~ Expiration Date: MBE WBE SBE Expiration Date:

\.-\eli\.n I- (P'lJ£) "f101·q;t.-1P 1.\' '?;O \ ?-\>\!:"EBE DVBE

P/'\!'v\ GenderlEthnicity:

Description of work: "0(:':2-9,\" Di.",P-J<:J\ '- Bid Item Nos.: \C1 tDLicense Number: LA CT MTA $

r \1.--'\ rfl.- 1Z~;("('L. \ 1\l6 SCMBDC

\ l..\'-\ ( 0(00.00\<?O \!I..,!~S"T lUCWt G- !\\.if> 00s<:13L\ Cert #

Q t d. , XU QA q?..7,1 <..:> Expiration Date: MBE WBE SBE Expiration Date:

,h.",\2-c,"I"'Ir:;.,- (C(tfI)tO'13-41'{\ '3\ ?;, \ \ 'l;:l\ IeEBE DVBE

GenderlEthnicity:

Description of work: "OGh~" ~<;~KL- Bid Item Nos. \q\~O

f\CE fENe.. €:..License Number: LA cr MTA $

~0\\tI::{ L\ SCMBDC

q1,1- N"w\ P-,'.blI\'YQ Ii A.11= Cert# \~I\00,001\.1\: .D..\~I\l\e- ('A q F'lL{Y Expiration Date: MBE WBE SBE Expiration Date:

\.,ni.tl I 'liHl:. -C5\L.-l- ~ ll\'I;)'t' \1..\'" k1 EBE DVBEGenderlEthnicity:

Description of work: -~~N(x"-' (2;'I;-~ J>lv Bid Item Nos, I(l) Specify CertifYing agency. LA - City of Los Angeles, Bureau of Contract Administration

CT - State of Cahtorma, Department of Transportaeion (Cal trans)MTA - Los Angeles County Metropolitan Transportation AuthoritySCMBDC - Southern California Minority Business Development Council, Inc.

1-6

(Rev, 07/19111)

Page 25: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LIST OF SUBCONTRACTORS (continued)

LeIS Rehabllitatlon-Jefterson Blvd to La Cienega BlvdW.O. No. SZC11845

Subcontractor Name, Business Address, Telephone State Contractor's Certification Dollar Value of SubcontractNumber, and Contact Person License Number Agency and

and Exp. Date Certification # (1)

'-:p, 0E;~ -?\..VSLicense Number: LA CT MTA $SCMBDC

~OICOO\ 1\ f!'(,Co 'DC\\.ri..t'\('lI\. 1 q.

Cl<QOs<Q9 Cert#

<:::''\1..' \14\u\i::Y 0A Ql3S"2. Expiration Date: MBE WBE SBE Expiration Date:

j\I\;\/!.\O W't.!'.<Vo c?;,\'?:1 »l-\.Iq~\.\ '!';lILo~ EBE DVBE GenderlEthnicity:

Description of work: \b~. s:'Wl Y' Bid Item Nos. '2.'1-

\2\0 j~~Aj0License Number: LA CT MTA $

SCMBDC5+/ "2-'{ 0.00

::{LlZ,7 LEu.:>~A ...) .f\\iE::. ~ \O100~ Cert #

¥I(n ~\\lE.ei\ 0A q\lllli no Expiration Date: MBE WBE SBE Expiration Date:

,\J;Z.DA.~ S"l\) (Plril'l ot o"'IMOL.- -==f \ 3\ \"W1'1 EBE DVBE GenderlEthnicity:

Description of work: '~G6!\(z'" efl«7:: I6 /J"" ~_I:" Bid Item Nos. \1, \1--License Number: LA CT MTA $

tv\.L ?-:Je A,10 C.v: (\- ...>1'>1\,,) V SCMBDC

'¥.n 'P>o,(cor=t<BO\ Cert # '2 3, ''9-cQ DO

\\07.-

~ ~,100_iC"'1 P'<- C'A (.1'2-<;\;14 Expiration Date: MBE WBE SBE Expiration Date:

M.UC.f. '''lEt DG~ ~$\ .loT}, OZl.o'l, L\ \o l\ ''l.Ol'S EBE DVBE GenderlEthnicity:

Description of work: Acuz..<;£. "PilS. Bid Item Nos. '7SLicense Number: LA CT MTA $

(,,,, v: Pl:T{:. e :Jl..1,,-)6 SCMBDC \\.Q1020.00iltoo c:.., OQ...AJ'..J b ~ A" c:

'~<O~1~- Cert #

"l.1\!LA Iv\.CH0'I 0A- Qrfl'2-3 Expiration Date: MBE WBE SBE Expiration Date:

~ \.I. \""\ \?.\C Iril" IV::;' (~l..\ llJ34-7.,3~\ \ \ "-\ \'1-0\<;- EBE DVBE GenderlEthnicity:

Description of work: Sr\w (' ,J, ~,I(.:u('.~ N\ Bid Item Nos. \ "b 110

c:.··vi;r{\l\ t\ %oc l~\r<:License Number: LA CT MTA $SCMBDC 2:01 000, oo

I Q\C0.r::::.. '" ~A{>...'" k,' \~ I\,-\~ i17f'1 Cert.#

121.\\'-" Q.<:., I of: 0A q7~"DIo Expiration Date: MBE WBE SBE Expiration Date:

0m." Un,\1'l;7M q<:1 t.~10qsz.o EBE DVBE Gender/Erhnicity :

Description of work: i\IJ'ife.NJ\L 'S.0t 0 Ey Bid Item Nos. \1,12----(1) Specify Cernfying agency_ LA, City ofL05 Angeles, Bureau of Contract Administration

CT - State of California, Department of Transportation (Caltrans)MTA. Los Angeles County Metropolitan Transportation AuthoritySCMBDC _ Southern California Minortrv Business Development Council, Inc.

1· 7

Bidders must photocopy this page if additional subcontractors are to be listed.

(Re\'. 0711911 I)

Page 26: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LIST OF SUBCONTRACTORS (continued)

t.cts Rehabilitation-Jefferson Blvd to La Gienega BlvdW.O. No. SZC11845

Subcontractor Name, Business Address, Telephone State Contractor's Certification Dollar Value of SubcontractNumber, and Contact Person License Number Agency and

and Exp. Date Certification # (1)

IAI' 'i Th~DLicense Number: LA CT MTA $

SCMBDC 6'" Ql SV7.0.00)( "1'10 Cert # /ID V I.'D,f ce: C:~ Q'2,n-o Expiration Date: MBE WBE SBE Expiration Date:

I~~·· (r~f:;)· C17.l)- Sl.;JLt2 EBE DYBE Gender/Ethniciry:

Description of work: ~ 'fBY \)'1"1" ,U:~~ Bid Item Nos. \\, rz.II 1\1k 0"" \C~~T(~

License Number: LA CT MTA $~, 1 Ci\. Jt' \,;.i SCMBDC

l3LII '2$1).0)IH5b ,.....c:;:- TC:: Li\.j ~. LQ\lClLlCf Cert#

('i-\i ..'0 1-\ It i,..."- (' lI-Ct'l11)Cl Expiration Date: MBE WBE SBE Expiration Date:

QCf1i ::lft3~lY.Ct?, l.Q.o G\!\£.Ll\A 4l?)l \ "1.Ot ~ EBE DYBE GenderlEthnicity:

Description of work: fu-JUl."E~ ~ CW.!2t:;S. Bid Item Nos. \'Q 15", \\0

D &..l'..'1License Number: LA CT MTA

$ q, \9~i1.40 "l\J.J\\ h"'~,")Al SCMBDC V~S-IW~ 3:1~q:t~.1:1'10

lL\.lD \ \'\!\e..E5.)i.. \\0WBIC Cert #

t 0"'::'(- -oi5Ac:..i:t fA qrr-~l:) Expiration Date: MBE WBE SBE Expiration Date:

\)C." '" '\ <, .(J;::£t--E: ~ \1.)", ..:tiQCX; \ll wi ·Wl(" EBE DYBE GenderlEthnicity:

Description of work: CC..-:tv Bid Item Nos. \'7License Number: LA CT MTA $

SCMBDC

Cert #

Expiration Date: MBE WBE SBE Expiration Date:

EBE DVBE Gender/Ethniciry:

Description of work: Bid Item Nos.License Number: LA CT MTA $

SCMBDC

Cert.#

Expiration Date: MBE WBE SBE Expiration Date:

EBE DYBE GenderlEthnicity:

Description of work: Bid Item Nos.(1) Specify CertlfYmgagency. LA - CIty of Los Angeles, Bureau of Contract Admlnisrrarion

Cf -State of California, Department of Transportation (Celcrans)MTA - Los Angeles County Metropolitan Transportation AuthoritySCMBDC _Southern Calffcrnta Minority Business Development Council, Inc.

)·7

Bidders must photocopy this page if additional subcontractors are to be listed.

(Re\',07/19/11)

Page 27: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LCIS Rehabilltatlcn-Jefferaon Blvd to La Cienega Blvdw.o. No. SZC11845

LIST OF SUBCONTRACTORS (continued)

VENDOR AND/OR SUPPLIER AND BROKER PARTICIPATION RECOGNITION

The bidder must list herein names of vendors arid/or suppliers and brokers and the dollar amounts for which the bidder has obligated itself(list mannfacturers on page 1·6 or 1· 7).

Vendor/Supplier/Broker Name, Business Address, Telephone number,and Contact Person

Supplier/Broker Subcontract InformationCertificationAgency andCertification #(1)

LA CT MTASCMBDC Total Dollar Amount of Subcontract

Cert #MBE WBE SBE

EBE DYBE

Exp.:

Genvlith.r

LA CT MTASCMBDC

Cert#

MBE WBE SBEEBE DYBE

Exp.:

Oen./Eth.,

LA CTSCMBDC

Cert #MBE WBE SBE

EBE DYBE

Bxp..

Description of material/service rendered: Oen./Eth.,(1) Specify Certifying agency: LA - City of Los Angeles, Bureau of Contract Administration

cr _State of Cali fomi a, Department of Transportation (Cakrane)MTA - Los Angeles County Metropolitan Transportation AuthoritySCMBDC - Southern California Minority Business Development Council, Inc.

(2) MBE/WBE/SBE/EBE/DVBE/MSM participation credit for a vendor and/or supplier is LIMITED TO 60% of the amount paid, unless the vendor/suppliermanufactures or substantially alters the materials/supplies, Multiply the "Total Dollar Amount of Subcontract" by0.6 to calculate the "Dollar Amount ApplicableToward.. .Participation Levels" if applicable,

(3) MBEfWBE/SBEIEBEIDVBElMSM participation credit for brokers is LIMITED TO THE FEE OR COMMISSION charged for providing the desired service,Multiply the "Total Dollar Amount of Subcontract" by the broker's commission percentage.

BIDDER'S FAILURE TO AClllEVE THE MSM PERCENTAGE MAY RESULT IN THE BOARD OFPUBLIC WORKS DECLARING THE BID NON-RESPONSIVE.

mAN P. RENTERIANAME &S1GNATUREOF PE

(Rov.01/19111)

PRESIDENT 9511940-5090TELEPHONE NO.TInE

1·8

Page 28: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LCIS Rehabllltatlon-Jefferscn Blvd to La Cienega BlvdW.O. No. SZC11B45

CERTIFICATION OF COMPLIANCE WITH CIDLD SUPPORT OBLIGATIONS

The undersigned hereby agrees that __ ~J.R,-".,-"P-=IP,-"E""L""IN,-"E",-",C",O,,-.,",INl.>C,,-. will:Narneof Business

I. Fully comply with all applicable State aud Federal employment reporting requirements for itsemployees.

2. Fully comply with and implement all lawfully served Wage and earnings Assignment Orders andNotices of Assignment.

3. Certify that the principal owner(s) of the business are in compliance with any Wage and EarningsAssignment Orders and Notices of Assignment applicable to them personally.

4. Certify that the business will maintain such compliance throughout the terms of the contract.

5. This certification is a material representation of fact upon which reliance was placed when the partiesentered into this transaction

6. The undersigned shall require that the langnage ofthis Certification be included in all subcontracts andthat all subcontractors shall certify and disclose accordingly.

Upon signing below, the bidder by his/her signature affixed hereto declares under penalty of perjury thathelshe has read the Child Support Assignment Orders contained in the City's Ordinance No. 172401 andaccepts all the City's requirements contained therein throughout the duration of this project.

PRESIDENTTitle

lR. PIPELINE CO., INC.Company Name

12/18/2013Date

07/03/061-9

Page 29: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LCIS Rehabilitation-Jefferson Blvd to La Cienega BlvdW.O. No. SZC11845

Equal Benefits Ordinance

Bidders/Proposers are advised that any contract awarded pursuant to this procurementprocess shall be subject to the applicable provisions of Los Angeles AdministrativeCode Section 10.8.2.1, Equal Benefits Ordinance (EBO).

All Bidders/Proposers shall complete and upload, the Equal Benefits Ordinance Affidavit(two (2) pages) available on the City of Los Angeles' Business Assistance VirtualNetwork (BAVN) residing at www.labavn.org prior to award of a City contract valued at$5,000. The Equal Benefits Ordinance Affidavit shall be valid for a period of twelvemonths from the date it is first uploaded onto the City's BAVN. Bidders/Proposers donot need to submit supporting documentation with their bids or proposals. However, theCity may request supporting documentation to verify that the benefits are providedequally as specified on the Equal Benefits Ordinance Affidavit.

Bidders/Proposers seeking additional information regarding the requirements of theEqual Benefits Ordinance may visit the Bureau of Contract Administration's web site athttp://bca.lacity.org.

EBO RFP/RFB/RFQ Language (Rev. 7/12) 1-10

Page 30: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LCIS Rehabilitation-Jefferson Blvd. to La Cieneqa Blvd.W.O. No. SZC11845

LlGSDepartment of General ServicesProcurement Division707 Third Street, Second Floor, West Sacramento, CA 95605(916) 375·4400 (SOO)559-5529

List Date: June 3, 2013

Entities Prohibited from Contracting with Public Entities in California per theIranian Contracting Act, 2010

1. Ak Makina2. Amona3. Belaz4. Belneftkhim5. China Oil6. CNPC (China National Petroleum

Corporation)7. OK Tech CorporationS. Grimley Smith Associates9. Hyundai Heavy Industries1O.lndian Oil Corporation11. Kingdream PLC12. Liquefied Natural Gas Limited13. Naftiran14.0il and Natural Gas Corp (ONGC)15. Oil India Limited

16. Panyu Chu Kong Steel PipeCompany, Ltd.

17. Petroleos de Venezuela1S.Schwing America Inc.19.5handong FIN CNC Machine Co.,

Ltd.20. Sinohydro21. Sinopec Corp22.SK Energy23.Snam Rete Gas24.Sonangol25.Unipec

If you have any questions regarding this list, please contact:

Office of Policies, Procedures and [email protected]

1-11 a

Page 31: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LCIS Rehabilitation-Jefferson Blvd. to La Cienega Blvd.W.O. No. SZC11845

IRAN CONTRACTING ACT OF 2010 COMPLIANCE AFFIDAVIT(California Public Contract Code Sections 2200-2208)

The California Legislature adopted the Iran Contracting Act of 2010 to respond to policies of Iran in a uniform fashion (PCC §2201(q)). The Iran Contracting Act prohibits bidders engaged in investment activities in Iran from bidding on, submittingproposals for, or entering into or renewing contracts with public entities for goods and services of one million dollars($1,000,000) or more (PCC § 2203(a)). A bidder who "engages in investment activities in Iran" is defined as either:

1. A bidder providing goods or services of twenty million dollars ($20,000,000) or more in the energy sector of Iran,including provision of oil or liquefied natural gas tankers, or products used to construct or maintain pipelines used totransport oil or liquefied natural gas, for the energy sector of Iran; or

2. A bidder that is a financial institution (as that term is defined in 50 U.S.C. § 1701) that extends twenty million dollars($20,000,000) or more in credit to another person, for 45 days or more, if that person will use the credit to provide goodsor services in the energy sector in Iran and is identified on a list created by the California Department of GeneralServices (DGS) pursuant to PCC § 2203(b) as a person engaging in the investment activities in Iran.

The bidder shall certify that at the time of submitting a bid for new contract or renewal of an existing contract, the bidder is notidentified on the DGS list of ineligible businesses or persons and that the bidder is not engaged in investment activities in Iranin violation of the Iran Contracting Act of 201O.

California law establishes penalties for providing faise certifications, including civil penalties equalto the greater of $250,000 or twice the amount of the contract for which the false certificationwas made; contract termination; and three-year ineligibility to bid on contracts (PCC § 2205).

To comply with the Iran Contracting Act of 2010, the bidder shall provide its vendor or financial institution name, and CityBusiness Tax Registration Certificate (BRTC) if available, in completing ONE of the options shown below.

OPTION #1 : CERTIFICATIONI, the official named below, certify that I am duly authorized to execute this certification on behalf of the bidder or financialinstitution identified below, and that the bidder or financial institution identified below is not on the current DGS list of personsengaged in investment activities in Iran and is not a financial institution extending twenty million dollars ($20,000,000) or morein credit to another person or vendor, for 45 days or more, if that other person or vendor will use the credit to provide goods orservices in the energy sector in Iran and is identified on the current DSG list of persons engaged in investment activities inIran.

'::1r.~orName/Financial Institution (printed) I BTRC (orn/a).R PIPELINE CO., INC. 969205-31

\/Auth.orized SirretJ ~ .. L

(ttrint Name and 'Title of Person Signing

JUAN P. RENTERIADate Executed I City Approval (Signature) (Print Name)

12118/2013

OPTION #2: EXEMPTIONPursuant to PCC § 2203(c) and (d), a public entity may permit a bidder or financial institution engaged in investment activitiesin Iran, on a case-by-case basis, to be eligible for, or to bid on, submit a proposal for, or enter into, or renew, a contract forgoods and services. If the bidder or financial institution identified below has obtained an exemption from the certificationrequirement under the Iran Contracting Act of 2010, the bidder or financial institution shall complete and sign below and attachdocumentation demonstrating the exemption approval.

Vendor Name/Financial Institution (printed) I BTRC (orn/a)

By (Authorized Signature)

Print Name and Title of Person Signing

Date Executed I City Approval (Signature) (PrintName)

1-11 b

Page 32: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

LeiS Rehabllltatlon-Jefferson Blvd. to La Cienega Blvd.w.o. No. SZC11845

Iran Contracting Act of 201 0 - Implementation and Processing Procedures

Overview:

The Iran Contracting Act of 2010 prohibits bidders engaged in investment activities in Iran, frombidding, submitting proposal for, entering into or renewing contracts with the City for goods andservices of $1,000,000 or more.

A bidder or proposer who engages in investment activities in Iran is defined as either:

1. A bidder or proposer providing goods or services of $20,000,000 or more in the energy sector ofIran, including provision of oil or liquefied natural gas tankers, or products used to construct ormaintain pipelines used to transport oil or liquefied natural gas, for the energy sector or Iran; OR

2. A bidder that is a financial institution that extends twenty million dollars $20,000,000 or more incredit to another person, for 45 days or more, if that person will use the credit to provide goodsor services in the energy sector in Iran and is identified on the list created by the State ofCalifornia, Department of General Services (DGS) as a person engaging in the investmentactivities in Iran.

All bidders or proposers for department contracts of $1,000,000 or more shall certify that they are notidentified on the DGS list of ineligible businesses or persons, and that they are not engaged ininvestment activities in Iran by signing and submitting the Iran Contracting Act of 2010 ComplianceAffidavit.

Implementation & Processing:

• All bidders or proposers for a Department contract valued at $1,000,000 or more must sign andsubmit the Iran Contracting Act of 2010 Compliance Affidavit with their bid or proposal.

• Upon receiving the bid or proposal, the awarding authority contract administrator must review thesubmitted affidavit for completion and signature and check the.DGS list of businesses that areprohibited from contracting with public entities in California. The link for the DGS list is:http://www.documents.dgs.ca.gov/PD/poliproc/lran%20Contracting%20Act%20List.pdf

o Once the review is complete, the contract administrator will place the affidavit in the awardingauthority's official file associated with the proposal, or such other place as is designated by theawarding authority's general manager for safe recordkeeping.

• In the event that the awarding authority intends to award a contract valued at $1,000,000 or more,outside of the competitive process, the awarding authority must complete the evaluation processdescribed above prior to executing the contract.

Any questions regarding the Iran Contracting Act of 2010 may be directed to the State ofCalifornia, Department of General Services, Office of Policies, Procedures, and Legislation(OPPL) at [email protected]. For more information, the webpage for the OPPL is located atwww.dgs.ca.gov/pd/Resources/PDLegislation.aspx.

1-11 c

Page 33: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

BID PROPOSAL

PART II

Print and submit with your bid page 2-2 andsubmit the online forms indicated on

page 2-1 on BAVN.

Page 34: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

Nondiscrimination, Equal Employment Practices andAffirmative Action Program (Construction)

Bidders/Proposers are advised that any contract awarded pursuant to this procurementprocess shall be subject to the applicable provisions of Los Angeles Administrative Code Section10.8.2, Non-discrimination Clause.

Construction projects with the City of Los Angeles for which the consideration is $1,000 or moreshall comply with the provisions of Los Angeles Administrative Code Section 10.8.3,Equal Employment Practices Provisions. All Bidders/Proposers shall complete andupload the Non-Discrimination/Equal Employment Practices Certification (two (2) pages),available on the City of Los Angeles' Business Assistance Virtual Network (BAVN) atwww.labavn.org, no later than the time when an individual Bid/Proposal is submitted.However, Bidders/Proposers with Certifications previously uploaded to BAVN within the last year donot need to re-submit the document.

Construction projects with the City of Los Angeles for which the consideration is $5,000 or moreshall comply with the provisions of Los Angeles Administrative Code Section 10.8.4 and 10.13,herewith referred to as the Affirmative Action Program. Bidders/Proposers are required tocomplete the City of Los Angeles Affirmative Action Plan (two (2) pages) and upload it to BAVNno later than the time when an individual Bid/Proposal is submitted. Bidders/Proposers opting tosubmit their own Affirmative Action Plan may do so by uploading it onto BAVN. Bidders/Proposers with Affirmative Action Plans previously uploaded to BAVN during the last year donot need to re-submit the document.

Additionally, Bidders/Proposers must complete and submit with their bid, the "AnticipatedEmployment Utilization Report" on page ~ of this Bid Proposal, to effectuate therequirements of Los Angeles Administrative Code Section 10.13. The form can also bedownloaded from the Bureau of Contract Administration web page at http://bca.lacity.orq.

Furthermore, subject subcontractors shall be required to submit the Non-Discrimination/Equal Employment Practices Certification, Affirmative Action Plan, and the AnticipatedEmployment Utilization Report to the successful Bidder/Proposer prior to commencingwork on the contract. The subcontractors' Non-Discrimination/Equal Employment PracticesCertification(s), Affirmative Action Plan(s), and Anticipated Employment UtilizationReport(s) shall be retained by the successful Bidder/Proposer and shall be made available tothe Office of Contract Compliance upon request.

Both the Non-Discrimination/Equal Employment Practices Certification and the City of LosAngeles Affirmative Action Plan Affidavit shall be valid for a period of twelve (12) months from thedate it is first uploaded onto the City's BAVN.

Bidders/Proposers seeking additional information regarding the requirements of the City's Non-Discrimination Clause, Equal Employment Practices and Affirmative Action Program may visitthe Bureau of Contract Administration's web site at http://bca.lacity.org.

ND/EEP/AA RFB/RFP/RFQ Language (Rev. 08112)

2-1

Page 35: CONTRACT SUMMARY SHEET - clkrep.lacity.orgclkrep.lacity.org/onlinecontracts/2014/c-123817_c_04-15-14.pdf · Geotechnical Engineering Reports (4), Addendum No. I, and Standard Specifications

I I>< E-<

~~ -e g~ 1f-~4-~~~~::~-h~=+-+---+---+---+--4--I~~O~~-tI~~-1-l~r-t-t-+-+-i-i--1...... ...... ......r-_