COUNTY OF LOS ANGELES
DEPARTMENT OF PUBLIC WORKS “To Enrich Lives Through Effective and Caring Service”
900 SOUTH FREMONT AVENUE
ALHAMBRA, CALIFORNIA 91803-1331 Telephone: (626) 458-5100
www.ladpw.org April 7, 2005
ADDRESS ALL CORRESPONDENCE TO:P.O. BOX 1460
ALHAMBRA, CALIFORNIA 91802-1460
IN REPLY PLEASE
REFER TO FILE: AS-0
The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, CA 90012 Dear Supervisors: AS-NEEDED UNDERGROUND AND ABOVEGROUND STORAGE TANK MAINTENANCE AND REPAIR ALL SUPERVISORIAL DISTRICTS 3 VOTES IT IS RECOMMENDED THAT YOUR BOARD:
1. Find that the contract work is exempt from the provisions of the California Environmental Quality Act (CEQA).
2. Award the contract for "As-Needed Underground and Aboveground
Storage Tank Maintenance and Repair" in an annual amount not to exceed $78,000 to Redwine-Manley Testing Services, Inc., located in Bakersfield, California. This contract will be for a term of one year with two 1-year renewal options, not to exceed a total contract period of three years, with up to six optional one-month extensions, at an additional monthly amount not to exceed one-twelfth of the annual amount.
3. Authorize the Acting Director of Public Works to expend up to 20 percent
of the annual contract sum for unforeseen additional work within the scope of work of the contract, if required.
4. Authorize the Acting Director to execute this contract and to renew it for
each renewal option, if, in the opinion of the Acting Director, renewal is warranted; or to terminate it, if, in the opinion of the Acting Director, it is in the best interest of the County to do so.
The Honorable Board of Supervisors April 7, 2005 Page 2 PURPOSE/JUSTIFICATION OF RECOMMENDED ACTION The purpose of this action is to provide as-needed and intermittent maintenance repairs, parts and services for approximately 68 Public Works locations and several nondispensing fuel storage sites to reinforce existing Public Works repair and service programs. The work will consist of providing manufacture-trained personnel, complying with all regulatory rules and/or laws, responding to regulatory agencies citations, and the removal of water or debris from tanks, sumps, spill boxes or any area at the tank site. In addition, Redwine-Manley Testing Services, Inc., may be requested to perform tank cleaning utilizing industry standards and respond to other service requests outside this contract in order to meet regulatory compliance notices and/or changes in regulatory requirements. Implementation of Strategic Plan Goals The award of this contract is consistent with the County Strategic Plan Goals of Service Excellence and Organizational Effectiveness as the contractor has the specialized expertise to provide this service accurately, efficiently, timely, and in a responsive manner. FISCAL IMPACT/FINANCING This contract is for an annual amount not to exceed $78,000, plus 20 percent for unforeseen, additional work within the scope of work of the contract. This amount is based on the unit prices and hourly rates quoted by the contractor and our estimated annual utilization of the contractor's services. This contract will commence upon Board approval and execution by the Acting Director for a period of one year. With the Board's delegated authority, the Acting Director may renew this contract for a total contract period not to exceed three years, with additional optional month-to-month extensions totaling six months exercisable by the Acting Director, at an additional monthly amount not to exceed one-twelfth of the annual amount. These services will be financed primarily from the Road, Flood, Aviation, Internal Service, and Waterworks and Sewer Maintenance funds. In addition, should an unanticipated need arise in other Public Works funds, we will finance this service from the appropriate fund source. Total annual expenditures for this service, however, will not exceed the amount approved by the Board. There will be no impact on net County Cost.
The Honorable Board of Supervisors April 7, 2005 Page 3 This contract allows a cost-of-living adjustment for the additional optional years in accordance with County policy established by the Chief Administrative Office. FACTS AND PROVISIONS/LEGAL REQUIREMENTS Prior to the Acting Director executing this contract, which will be substantially as reflected in Enclosure A, the contractor will sign and County Counsel will review it as to form. Public Works has evaluated and determined that the Living Wage Program (Los Angeles County Code Chapter 2.201) does not apply to this recommended contract, which is for services required on an as-needed and intermittent basis. ENVIRONMENTAL DOCUMENTATION This service is categorically exempt from the CEQA as specified in Class 8 of the Environmental Document Reporting Procedures and Guidelines adopted by your Board on November 17, 1987, Synopsis 57. CONTRACTING PROCESS On November 16, 2004, Public Works solicited proposals from 177 independent contractors and community business enterprises to perform this work. Also, a notice of the Request for Proposals (RFP) was placed on the County's bid website (Enclosure B) and an advertisement was placed in the Los Angeles Times. On December 15, 2004, four proposals were received. The proposals were first reviewed to ensure they met the mandatory requirements outlined in the RFP. One proposal failed to submit the required forms and was disqualified as nonresponsive. The remaining three proposals, having met these requirements, were evaluated by an evaluation committee consisting of Public Works staff. The committee's evaluation was based on criteria described in the RFP, which included price/labor, discount, references, experience, and work plan. Based on this evaluation, it is recommended that this contract be awarded to the most responsive and responsible proposer, Redwine-Manley Testing Services, Inc., located in Bakersfield, California. Enclosure C reflects the proposers' minority participation. The contractor was selected upon final analysis and consideration without regard to race, creed, gender, or color.
The Honorable Board of Supervisors April 7, 2005 Page 4 This contract contains Board-approved contract terms and conditions regarding contractor responsibility and debarment, jury service requirements, no payment for services received after contract expiration or termination, and the Safely Surrendered Baby Law. Proof of the required Comprehensive General and Automobile Liability insurance policies, naming the County as additional insured, and evidence of Workers' Compensation insurance will be obtained from the contractor before any work is assigned. As requested by your Board, the contractor has submitted a safety record which, in our opinion, reflects that activities conducted by the contractor in the past have been according to reasonable standards of safety. In accordance with the Chief Administrative Officer's June 15, 2001, instructions, this is Public Works' assurance that this contractor will not be requested to perform services which will exceed the contract's approved amount, scope of work, and/or terms. IMPACT ON CURRENT SERVICES (OR PROJECTS) The award of this contract will not result in the displacement of any County employees, as these services are presently contracted with the private sector.
The Honorable Board of Supervisors April 7, 2005 Page 5 CONCLUSION One approved copy of this letter is requested. Respectfully submitted, DONALD L. WOLFE Acting Director of Public Works LG P:\aspub\CONTRACT\Leticia\USTAST Mtce Rep\BL USTAST Mtce.doc
Enc. 3 cc: Chief Administrative Office County Counsel
ENCLOSURE A
AGREEMENT FOR
AS-NEEDED UNDERGROUND AND ABOVEGROUND STORAGE
TANK MAINTENANCE AND REPAIR
This AGREEMENT, made and entered into this _ day of 2005,by and between the County of Los Angeles, a subdivision of the State of California, a bodycorporate and politic, hereinafter referred to as "County," and Redwine-Manley TestingServices, Inc., a corporation, hereinafter referred to as "Contractor."
WITNESSETH:
FIRST: That the Contractor, for the consideration hereinafter set forth and theacceptance by the Board of Supervisors of said County of the Contractor's Proposal filedwith the County on December 15, 2004, hereby agrees to provide services as described inthe attached specifications for the As-Needed Underground and Aboveground StorageTank Maintenance and Repair, including but not limited to Exhibit A, Scope of Work.
SECOND: That this Agreement, together with Exhibit A, Scope of Work; Exhibit B,Service Contract General Requirements; Exhibit C, Internal Revenue Service Notice 1015;Exhibit D, Safely Surrendered Baby Law Posters; Exhibit E, Los Angeles CountyDepartment of Public Works Underground and Aboveground Storage Tank Inventory; andthe Contractor's Proposal, all attached hereto, are incorporated herein, and are agreed bythe County and the Contractor to constitute an integral part of the Contract documents.
THIRD: That the Contractor shall bil monthly, in arrears, for the wórk performedduring the preceding month. Work performed shall be biled at the hourly rates and unitprices quoted in Form PW~2, Schedule of Prices.
FOURTH: That this Contract's initial term shall be for a period of one year andcommencing upon Board approval and execution by the Acting Director of Public Works.At the discretion of the County, this Contract may be extended in increments of one year,not to exceed a total Contract period of three years. The County, acting through the ActingDirector, may give a written notice of intent to extend this Contract at least 30 days prior tothe end of each term. In addition, upon notice of at least 30 days, the Acting Director mayextend the final Contract term on a month-to-month basis, not to exceed a total of sixmonths, for the convenience of the County.II/IIIIIII/IIIII
-1-
FIFTH: . That Public Works wil make payment to the Contractor within 30 days ofreceipt and approval of a properly completed invoice. Each invoice shall be in triplicate(original and two copies) and shall itemize the work completed. The invoices shall besubmitted to:
County of Los AngelesDepartment of Public WorksAttention Fiscal Division, Accounts PayableP.O. Box 7508Alhambra, CA 91802-7508
SIXTH: Contractor shall include the following items when providing invoices toPublic Works:
1) Date of actual service calL.
2) Invoice date.
3) Type of call: Routine Repair or Emergency Service CalL.
4) Contract number.
5) Fuel site location name and address.
6) Itemized labor and materials biling breakdown with:
a. Item description, including part number from currentCharles E. Thomas Parts Catalogue.
b. Price for each per Form PW-2, Schedule of Prices
c. Quantity
d. Labor hours
e. Total invoice amount
7) Identification of the service technician performing the service.
8) Describe the service performed along with any discrepancies found at the
site that were not addressed by the technician.
9) Reference to any "Notice of Violation."
1 0) Accompanied by the certification document copies of the test (esults, ifrequired after repairs.
-2-
SEVENTH: That in no event shall the aggregate total amount of compensation paidto the Contractor exceed the amount of compensation authorized by the Board. Suchaggregate total amount is the Contract's Maximum Contract Sum.
EIGHTH: That the Contractor understands and agrees that only the designatedPublic Works Contract Manager is authorized to request or order work under this Contract.The Contractor acknowledges that the designated Contract Manager is not authorized torequest or order any work that would result in the Contractor earning an aggregatecompensation in excess of this Contract's Maximum Contract Sum.
NINTH: That the Contractor shall not perform or accept work requests from theContract Manager or any other person that wil cause the Maximum Contract Sum of thisContract to be exceeded. Contractor shall monitor the balance of this Contract's MaximumContract Sum. When the total of the Contractor's paid invoices, invoices pending payment,invoices yet to be submitted, and ordered services reaches 75 percent of the MaximumContract Sum, the Contractor shall immediately notify the Contract Manager in writing.
TENTH: That the Acting Director shall adjust the rate of compensation set forth inForm PW-2 (Schedule of Prices) annually based on the increase or decrease in theU.S. Department of Labor, Bureau of Labor Statistics', All Urban Consumers Price Index forthe Los Angeles-Riverside-Orange County Area (CPI). The contract anniversary date shallbe the effective date for any such cost-of-living adjustment. The percentage change in therate of compensation shall equal 12 times the average monthly change in the CPI over thefirst nine months of the Contract term preceding the effective date. However, any percentageincrease shall not exceed the general salary movement granted to County employees asdetermined by the Chief Administrative Office as of July 1 for the prior 12-month period.Furthermore, should fiscal circumstances ultimately prevent the Board from approving anyincrease in County employee salaries, no cost-of-living adjustment wil be granted.
ELEVENTH: That in the event that terms and conditions which may be listed in theContractor's proposal conflict with the County's ~pecifications, requirements, terms andconditions herein, the County's provisions shall control and be binding.
TWELFTH: That the Contractor agrees in strict accordance with the Contractspecifications and conditions to meet the County's requirements.
THIRTEENTH: That this Contract constitutes the entire agreement between theCounty and the Contractor with respect to the subject matter of this Contract andsupersedes all prior and contemporaneous agreements and understandings.IIIIII1/
IIII1/
-3-
IN WITNESS WHEREOF, the County has, by order of its Board of Supervisors,caused these presents to be subscribed by the Acting Director of Public Works, and theContractor has subscribed its name by and through its duly authorized officers, as of theday, month, and year first written above.
APPROVED AS TO FORM:
RAYMOND G. FORTNER, JR.County Counsel
ByDeputy
P:\aspubICONTRACnLeliciaIUSTAST Mice ReplAgrml USTAST Mice Rap.doc
-4-
COUNTY OF LOS ANGELES
ByActing Director of Public Works
REDWINE-MANLEY TESTINGSERVICES, INC.
ByIts President
ByIts Secretary
EXHIBIT A
~ . J.r ..
SCOPE OF WORK
AS-NEEDED UNDERGROUND AND ABOVEGROUND
STORAGE TANK MAINTENANCE AND REPAIR CONTRACT
A. Public Works' Contract Manaoer
Public Works' Contract Manager wil be Mr. Fred Guido of Facilties ManagementGroup, who may be contacted at (626) 300-3225, e-mail address:fouidotâladpw.oro. Monday through Thursday, 7 a.m. to 5 p.m. The Contract
Manager is the only person authorized by Public Works to request work of theContractor. From time to time, Public Works may change the Contract Manager.The Contractor wil be notified in writing when there is a change in the Contract
. Manager.
B. Work Location
See the County of Los Angeles Department of Public Works' USTIAST Inventory(Exhibit E) for the work locations. Sites and/or. tanks may be added at thediscretion of Public Works.
C. Work Description
The work to be accomplished under these Specifications is provide as-neededrepairs, parts and services for approximately 68 locations which includes
approximately 128 USTs, 39 ASTs, 46 separate dispensing locations, andseveral non-dispensing fuel storage sites to reinforce existing Public Works'repair and service programs. Other service requests outside this contract maybe initiated by the Contract Manager, in response to recommendations by theContractor to meet regulatory compliance notices andlor changes in regulatoryrequirements.
The Contractor shall provide and implement the following items:
1. As-needed parts and repair services for USTIAST sites throughout theCounty
The Contractor shall provide manufacture-trained, and properly. certified /lcensed personnel and parts to perform necessary maintenance,repairs, andlor installations of fueling equipment, and fuel-tank monitoringsystems.
A.1 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Scope of Work - EXHIBIT A
2. Automated Fuel-Management System
The Contractor shall provide manufactured trained (fuel force) personnelto maintain, calibrate, repair, and troubleshoot AutomatedFuel-Management System (AFS).
Public Works will provide the AFS parts to the Contractor. All damagedAFS parts shall be returned to the Contract Manager upon completion ofrepairs.
3. The Contractor shall make all repairs or services in a manner to complywith all regulatory rules andlor laws of:
· The United States Environmental Protection Agency (EPA) regulations.
· The California State Environmental Protection Agency (Cal EPA).
· State Water Resources Control Board, California Code of Regulation(CCR) Title 23, Division 3, Chapter 16, "Underground Storage TankRegulations" andlor all other relevant regulations.
· Air Qualiy Management District (AQMD), Rule 461 and 463 andlor allother relevant regulations.
· Provisions of the California Health and Safety Code Division 7,Chapter 6.7 andlor all other relevant regulations.
· Including local UST/AST jurisdiction Certified Unified ProgramAgencies (CUPA's) requirements relating to UST and fuel dispensingoperations.
· All test results and/or certifications shall be submitted to the Contract
Manager.
4. The Contractor shall respond to regulatory agencies citations andcoordinate repair and certification work with the responsible regulatoryagency. Contractor shall correct, negotiate, and pay regulatory fines toaid Public Works' effort to maintain the legal and operational status ofeach Public Works' fuel site locations.
5. Water, Debris Removal, and Tank Cleaning
The contractor may be requested to remove water or debris from tanks,sumps, spill boxes or any other area at the tank site. The accumulation ofwater, debris and/or fuel shall be reported to Public Works along with afield assessment of probable cause and a quotation for the removal and
A.2 2005 - As-Needed Underground andAboveground Storage Tank
Maintenance and Repair
Scope of Work - EXHIBIT A
disposal of the contamination. At the request of Public Works, the
Contractor, or a third-party contractor, may be secured to perform aninspection for water andlor debris accumulation within UST/AST tanksandlor containment areas outside this Contract.
Tank cleaning may be requested by the Contract Manager and shall beperformed utilizing industry standards. All cleaned fuel shall be returnedto thè tank. The Contractor shall be responsible for packaging the
contaminated fuel andlor debris. The proper disposal and manifesting ofthe contaminated fuel andlor debris. Prior to transporting or disposing ofwaste, Contractor and/or Subcontractor shall provide Public Works
adequate proof of license and insurance prior to proceeding with work. Acopy of the manifest shall be provided to site representative and theContract Manager.
D. Licenses and Certifications
Proposer shall have completed the proper training as required and certified bythe AQMD, International Code Council (ICC) license, and California AirResources Board (CARB) to perform this work. Proposer shall have the propercontractor's license, city licenses, manufactures certification, hazardous wastepermits, and confined-space training to perform the scope of work described inthis Contract.
E. Hours and Davs of Service
Hours of services shall be primarily 6:30 a.m. to 4 p.m., Monday through
Thursday, each week, except legal holidays, at which time the service shall bedone before or after such holiday. Work hours may be altered, when necessary,with the approval of the Contract Manager.
F. Repair Service Capacity
Contractor shall have the capacity to assign a minimum of three field serviceunits, with one staff person assigned as coordinator to these requested servicesat any given time.
G. Response Time
Contractor shall return all service calls placed by the Contract Manager duringnormal Public Works' business hours within one hour of request. Contractor shallbe on-site within 24 hours of the service call unless otherwise arranged with theContract Manager.
A.3 2005 - As-Needed Underground andAboveground Storage Tank
Maintenance and Repair
Scope of Work - EXHIBIT A
H. Utilities
The County will not provide utiities.
i. Storaqe Faciliies
The County will not provide storage facilities for the Contractor.
J. Removal of Debris
Public Works wil dispose of all debris. However, the Contractor will properlycontain any hazardous debris for disposal by Public Works.
K. Special Safetv Reauirements
All Contractor operators shall be expected to observe all applicable State ofCalifornia Occupational Safety and Health Administration (CaI/OSHA) andPublic Works' safety requirements while at Public Works' jobsites.
Hard hats will be worn at all times. Suitable clothing, gloves, and shoes thatmeet CallOSHA requirements are required.
L. Responsibilities of the Contractor
The Contractor shall pick up and dispose of all hazardous wastes which mayhave accumulated at Public Works' facilities throughout the County within30 days after award of this Contract and at least every 90 days thereafter.
M. Responsibilities of Public Works
Public Works will continue to do routine preventative maintenance on allPublic Works' facilities and equipment. Public Works reserves the right toprovide any necessary contract inspection.
N. Project Safety Official
The Contractor shall designate in writing a Project Safety Official who shall bethoroughly familiar with the Contractor's Injury and Ilness Prevention Program(IIPP) and Code of Safe Practices (CSP). The Contractor's Project SafetyOfficial shall be available at all times to abate any potential safety hazards andshall have the authority and responsibility to shut down an operation, ifnecessary. Failure by the Contractor to provide the required Project SafetyOfficial shall be grounds for the County to direct the cessation of all workactivities and operations at no cost to the County until such time as theContractor is in compliance.
P:\aspub\CONTRACTìLeticia\USTAST Mtce Rep\EXH A SOW USTAST Mtce Rep.doc
A.4 2005 - As-Needed Underground andAboveground Storage Tank
Maintenance and Repair
EXHIBIT B
SERVICE CONTRACT GENERAL REQUIREMENTS
SECTION 1
INTERPRETATION OF CONTRACT
A. Headinqs
The headings herein contained are for convenience and reference only and are notintended to define or limit the scope of any provision thereof.
B. Definitions
Whenever in the Request for Proposals, Contract, Specifications, Terms,Requirements, and Conditions the following terms are used, the intent and meaningshall be interpreted as follows:
Board. The Board of Supervisors of the County of Los Angeles and Board ofSupervisors of the Los Angeles County Flood Control District.
Contract. The written agreement covering the performance of the service and thefurnishing of labor, materials, supervision, and equipment in the performance of theservice. The Contract shall include the Specifications, together with any specialprovisions thereof. Included are all supplemental agreements amending orextending the service to be performed which rnay be required to supply acceptableservices specified herein.
Contractor. The person or persons, partnership, joint venture, corporation or otherentity who has entered into an agreement with the County to perform or execute thework covered by these Specifications.
Contract Work. Work. The entire contemplated work of construction, maintenance,and repair to be performed and services rendered as prescribed in theSpecifications and covered by this Contract.
Countv. Includes County of Los Angeles andlor County of Los Angeles Departmentof Public Works.
Director. The Director of Public Works, County of Los Angeles, as used herein,includes the Road Commissioner, County of Los Angeles; County Engineer,County of Los Angeles; Chief Engineer, Los Angeles County Flood Control District;andlor their authorized representative( s).
District. Los Angeles County Flood Control District, County of Los Angeles SewerMaintenance Districts, andlor County of Los Angeles Waterworks Districts.
- B.1 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
Proposal. The written instrument which a Contractor submitted in conformance withthe solicitation document (Request for Proposals).
Proposer. Any individual, firm or corporation submitting a priced Proposal for thework, acting directly or through a duly authorized representative.
Public Works. County of Los Angeles Department of Public Works.
Solicitation. Request for Proposals or Request for Quotation.
Specifications. The directions, provisions, and requirements contained herein, assupplemented by such special provisions as may be necessary pertaining tomethod, manner, and place of performing the work under this Contract.
Subcontract. An agreement to employ a Subcontractor; to employ or agree toemploy a Subcontractor.
Subcontractor. Persons, companies, corporations, or other entities furnishingsupplies, services of any nature, equipment, or materials to the Contractor, atany tier under oral or written agreement.
C. Director to Interpret Contract
Should there be any uncertainty, ambiguity, or discrepancy in the terms orprovisions hereof, or should any misunderstanding arise as to the interpretation tobe placed upon any position hereof or the applicability of the provisions hereunder,the Director wil be consulted. The Director's decision thereon wil be final andconclusive.
- B.2- 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
SECTION 2
GENERAL CONDITIONS OF CONTRACT WORK
A. Labor
No person shall be employed on any work under this Contract who is found to beintemperate, troublesome, disorderly, or is otherwise objectionable to
Public Works. Any such person shall be reassigned immediately and not againemployed on Public Works' projects.
B. . Public Convenience
The Contractor shall so conduct operations to cause the least possibleobstruction and inconvenience to public traffic or disruption to the peace andquiet of the area within which the work is being performed.
C. Cooperation
The Contractor shall cooperate with Public Works' forces engaged in any otheractivities at the jobsite. The Contractor shall carry out all work in a dilgentmanner and according to instructions of the Director.
D. Care and Protection of Facilties
The Contractor shall recognize that any damage to Public Works' facilties fromContractor negligence shall, to Public Works' satisfaction, be repaired at theContractor's expense. The Contractor shall be responsible for the security of.anyand all of Public Works' facilities in its care. The Contractor shall provideprotection against vandalism, accidental, or malicious damage, both duringworking and nonworking hours.
E. Equipment. Labor, Supervision, and Materials
All equipment, labor, supervision, and materials required to accomplish thisContract, except as might be specifically outlined in other sections, shall beprovided by the Contractor.
F. Permits/Licenses
The Contractor shall be fully responsible for possessing or obtaining any requiredpermits/licenses from the appropriate Federal, State, or local authorities for workto be accomplished under this Contract.
- 8.3 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
G. Qualiv of Work
The Contractor shall provide the quality of work under this Contract which is atleast equivalent to that which the Contractor provides to all other clients it serves.All work shall be executed by experienced workers. All work shall be undersupervision of a well-qualified supervisor. The Contractor also agrees that workshall be furnished in a professional manner and according to theseSpecifications.
H. Cooperation and Collateral Work
The Contractor shall perform work as directed by the Director. The Director willbe supported by other Public Works' personnel in assuring satisfactoryperformance of the work under these Specifications and that satisfactory contractcontrols and conditions are maintained.
i. Authority of Public Works and Inspection
The Director will have the final authority in all matters affecting the work coveredby this Contract's Terms, Requirement, Conditions, and Specifications. On allquestions relating to work acceptabilty or interpretations of these Terms,Requirements, Conditions, and Specifications, the decision of the Director will befinaL.
J. Safetv Requirements
The Contractor shall be responsible for the safety of equipment, material, andpersonnel under the Contractor's jurisdiction during the work.
K. Public Safetv
It shall be the Contractor's responsibility to maintain security against public
hazards at all times while performing work at Public Works' jobsites.
L. Work Area Controls
The Contractor shall comply with all applicable laws and regulations. TheContractor shall maintain work area in a neat, orderly, clean, and safe manner.The Contractor shall avoid spreading out equipment excessively. Location andlayout of all equipment and materials at each jobsite will be subject to theDirector's approval.
- BA - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
M. Transportation
Public Works will not provide transportation to and from the jobsite, nor travelaround the limits of the jobsite.
N. Storaae of Material and Equipment
The Contractor shall not store material or equipment at the jobsite, except asmight be specifically outlined in other sections. Public Works wil not be liable orresponsible for any damage, by whatever means, or for the theft of theContractor's material or equipment from any jobsite.
O. Jobsite Safety
The Contractor shall be solely responsible for ensuring that all work performedunder this Contract is performed in strict compliance with all applicable Federal,State and local occupational safety regulations. The Contractor shall provide atits expense all safeguards, safety devices and protective equipment, and shalltake any and all actions appropriate to providing a safe jobsite.
P. Recvcled-Content Paper Products
Consistent with Board policy to reduce the amount of solid waste deposited atthe County landfils, the Contractor agrees to use recycled-content paper to themaximum extent possible under this Contract.
Q. liquidated Damaaes
1. In any case of the Contractor's failure to meet certain specifiedperformance requirements, the County and/or District may, in lieu of otherremedies provided by law or the Contract, assess liquidated damages inspecified sums and deduct them from any regularly scheduled payment tothe Contractor. However, neither the provision of a sum of liquidateddamages for nonperformance or untimely or inadequate performance northe County's andlor District's acceptance of liquidated damages shall beconstrued to waive the County's andlor District's right to reimbursementfor damage to its property or indemnification against third-party claims.
2. The amounts of liquidated damages have been set in recognition of thefollowing circumstances existing at the time of the formation of the
Contract:
. All the time limits and acts required to be done by both parties are
of the essence of the Contract;
- B.5- 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
. The parties are both experienced in performance of the Contract
work;
. The Contract contains a reasonable statement of the work to be
performed in order that the expectations of the parties to theContract are realized. The expectation of the County andlor Districtis that the work will be performed with due care in a workmanlike,competent, timely, and cost-efficient manner, while the expectationof the Contractor is a realization of a profit through the ability toperform the Contract work in accordance with the terms andconditions of the Contract at the Proposal price;
. The parties are not under any compulsion to contract;
. The Contractor's acceptance of the assessment of liquidateddamages against it for unsatisfactory and late performance is byagreement and willngness to be bound as part of the considerationbeing offered to the County for the award of the Contract;
. It would be difficult for the County andlor District to prove the loss
resulting from nonperformance or untimely, negligent, orinadequate performance of the work; and
. The liquidated sums specified represent a fair approximation of the
damages incurred by the County resulting from the Contractor'sfailure to meet the performance standard as to each item for whichan amount of liquidated damages is specified.
3. The Contractor shall pay Public Works, or Public Works may withhold from
monies due the Contractor, liquidated damages in the sum of $100 for eachconsecutive calendar day that the Contractor fails to complete work withinthe time specified unless otherwise provided in this Contract.
..
- B.6- 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
SECTION 3
STANDARD TERMS AND CONDITIONS PERTAINING TO CONTRACT
ADMINISTRATION
A. Limitation of the Countv's ObliQation Due to Non-appropriation of Funds
1. The County's obligation is payable only and solely from funds appropriated
for the purpose of this Contract.
2. All funds for payments after June 30 of the current fiscal year are subject
to the County's legislative appropriation for this purpose. Payments duringsubsequent fiscal periods are dependent upon the same action.
3. In the event this Contract extends into succeeding fiscal year periods, and
if the governing body appropriating the funds does not allocate sufficientfunds for the next succeeding fiscal year's payments, then the affectedequipment andlor work shall be terminated as of June 30 of the thencurrent fiscal year. The County shall notify the Contractor in writing ofsuch nonallocation at the earliest possible date.
B. Gratuitous Work
The Contractor agrees that should work be performed outside the scope of workindicated and without Public Works' prior written approval in accordance withSection 3.U, Changes and Amendments of Terms, such work shall be deemed tobe a gratuitous effort by the Contractor, and the Contractor shall have no claim,therefore, against the County.
C. No Payment for Services Followina Expiration or Termination of Contract
The Contractor shall have no claim against the County for payment of any moneyor reimbursement of any kind whatsoever for any service provided by the
. Contractor after the expiration or other termination of this Contract. Should theContractor receive any such payment it shall immediately notify the County andshall immediately repay all such funds to the County. Payment by the County forservices rendered after expiration or other termination of this Contract shall notconstitute a waiver of the County's right to recover such payment from theContractor. This provision shall survive the expiration or other termination of thisContract.
- B.7- 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
D. Nondiscrimination in Employment
1. The Contractor shall ensure that qualified applicants are employed, and
that employees are treated during employment without regard to theirrace, color, religion, ancestry, national origin, age, condition of physical ormental disabilty, marital status, political affilation, sexual orientation, orgender. Such action shall include, but not be limited to the following:employment, upgrading, demotion or transfer, recruitment or recruitmentadvertising, layoff or termination, rates of payor other forms ofcompensation, and selection of training, including apprenticeship.
2. The Contractor shall deal with its subcontractors, bidders, or vendorswithout regard to, or because of, race, color, religion, ancestry, nationalorigin, age, condition of physical or mental disabilty, marital status,political affliation, sexual orientation, or gender.
3. The Contractor shall allow the County representative access to itsemployment records during regular business hours to verify compliancewith the provisions of this section when so requested by the County.
4. If the County finds that any of the above provisions have been violated,
the same shall constitute a material breach of contract upon which theCounty may determine to cancel, terminate, or suspend this Contract.While the County reserves the right to determine independently that theantidiscrimination provisions of this Contract have been violated, inaddition, a determination by the California Fair Employment PracticesCommission or the Federal Equal Employment Opportunity Commissionthat the Contractor has violated State or Federal antidiscrimination laws orregulations shall constitute a finding by the County that the Contractor hasviolated the antidiscrimination provisions of this Contract.
5. The parties agree that in the event the Contractor violates theantidiscrimination provisions of this Contract, the County shall, at its
option, be entitled to a sum of $500 pursuant to California Civil CodeSection 1671 as liquidated damages in lieu of canceling, terminating, orsuspending this Contract.
E. Assianment
1 . The Contractor may not delegate its duties or assign its rights under thisContract, either in whole or in part, without the prior written consent of theDirector. Any prohibited delegation of duties or assignment of rights underthis Contract shall be null and void and shall constitute a breach for whichthe Contract may be terminated. Any payments to any assignee of any
- B.8- 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service CQntract General Requirements - EXHIBIT B
claim under this Contract in consequence of such consent shall be subjectto set-off, recoupment, or other reduction for any claim which the Countymay have.
2. Any delegation of duties or assignment of rights, including but not limitedto a merger, acquisition, asset sale and the like, shall be in the form of asubcontract or formal assignment, as applicable. The Contractor's requestto the Director for approval of an assignment shall include all applicableinformation that must be submitted with a request by the Contractor to theCounty for approval of a subcontract of the Contract work.
F. Subcontractina
1 . No performance of this Contract or any portion thereof may besubcontracted by the Contractor without the express written consent of theCounty. Any attempt by the Contractor to subcontract any performance ofthe terms of this Contract without the express written consent of the
County shall be null and void and shall constitute a breach of the terms ofthis Contract. In the event of such a breach, this Contract may be
terminated forthwith.
2. In the event the County should consent to subcontracting, each and all of
the provisions of this Contract and any amendment thereto shall extend toand be binding upon and inure to the benefit of the successors oradministrators of the respective parties.
3. In the event the County should consent to subcontracting, the Contractor
shall include in all subcontracts the following provision: "This Agreement isa subcontract under the terms of a prime contract with the County ofLos Angeles. All representations and warranties shall inure to the benefitof the County of Los Angeles."
4. Any third party delegate(s) appointed by the Contractor shall be specifiedin writing to the Director for advance concurrence.
5. No subcontractor shall be recognized or dealt with by the Board or any of
the persons chargeable with the enforcement of this Contract. TheContractor shall, at all times, be personally responsible for the
performance of this Contract.
- B.9- 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
G. Contractor's Warrantv of Adherence to County's Child Support ComplianceProaram
The Contractor acknowledges that the County has established a goal of ensuringthat all individuals who benefit financially from the County through contract are incompliance with their court-ordered child, family, and spousal support obligationsin order to mitigate the economic burden otherwise imposed upon the Countyand its taxpayers.
As required by the County's Child Support Compliance Program (Los AngelesCounty Code Chapter 2.200), and without limiting the Contractor's duty under thiscontract to comply with all applicable provisions of law, the Contractor warrantsthat it is now in compliance and shall during the term of this contract maintaincompliance with the employment and wage reporting requirements of the FederalSocial Security Act (42 USC Section 653) and California UnemploymentInsurance Code Section 1088.5, and shall implement I~wfully served Wage andEarnings Withholding Orders or Child Support Services Department Notices ofWage and Earnings Assignment for Child, Family, or Spousal Support, pursuantto Code of Civil Procedure Section 706.031 and Family Code Section 5246(b).
H. Emplovment Eliaibility Verification
1. The Contractor warrants that it fully complies with all Federal and Statestatutes and regulations regarding the employment of aliens and othersand that all its employees performing work under this Contract meet thecitizenship or alien status requirements set forth in Federal and Statestatutes and regulations. The Contractor shall obtain, from all employeesperforming work hereunder, all verification and other documentation ofemployment eligibility status required by Federal and State statutes andregulations including, but. not limited to, the Immigration Reform andControl Act of 1986, (P.L. 99-603), or as they currently exist and as theymay be hereafter amended. The Contractor shall retain all suchdocumentation for all covered employees for the period prescribed by law.
2. The Contractor shall indemnify, defend, and hold harmless, the County, its
agents, officers, and employees from employer sanctions and any otherliability which may be assessed against the Contractor or the County orboth in connection with any alleged violation of any Federal or Statestatutes or regulations pertaining to the eligibility for employment of anypersons performing work under this Contract.
- B.1 0 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
i. Assurance of Compliance with Civil Riahts Laws
The Contractor hereby assures that it wil comply with Subchapter Vi of the CivilRights Act of 1964, 42 USC Sections 2000e through 2000e( 17), to the end thatno person shall, on the grounds of race, creed, color, gender, or national origin,be excluded from participation in, be denied the benefits of, or be otherwisesubjected to discrimination under this Contract or under any project, program, oractivity supported by this Contract.
J. Compliance with Laws
1. The Contractor agrees to comply with all applicable Federal, State, andlocal laws, rules, regulations, or ordinances, and all provisions requiredthereby to be included herein are hereby incorporated by reference.
2. The Contractor agrees to indemnify and hold the County harmless from
any loss, damage, or liability resulting from a violation on the part of theContractor of such laws, rules, regulations, or ordinances.
K. Covenant Aaainst Continaent Fees
1. The Contractor warrants that no person or sellng agency has beenemployed or retained to solicit or secure this Contract upon an agreementor understanding for a commission, percentage, brokerage, or contingentfee, excepting bona fide employees or bona fide established commercialor sellng agencies maintained by the Contractor for the purpose of
securing business.
2. For breach or violation of this warranty, the County shall have the right toterminate this Contract and, at its sole discretion, deduct from this
Contract price or consideration, or otherwise recover, the full amount ofsuch commission, percentage, brokerage, or contingent fee.
L. Governina Laws
This Contract shall be construed in accordance with and governed by the laws ofthe State of California.
M. Termination for Improper Consideration
1. County may, by written notice to the Contractor, immediately terminate theright of the Contractor to proceed under this Contract if it is found thatconsideration, in any form, was offered or given by the Contractor, eitherdirectly or through an intermediary, to any County officer, employee or
- B.11 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
agent with the intent of securing this Contract or securing favorable
treatment with respect to the award, amendment or extension of thisContract or the making of any determinations with respect to theContractor's performance pursuant to this Contract. In the event of suchtermination, County shall be entitled to pursue that same remedies againstthe Contractor as it could pursue in the event of default by the Contractor.
2. The Contractor shall immediately report any attempt by a County officer oremployee to solicit such improper consideration. Among other items, suchimproper consideration may take the form of cash, discounts, services, theprovision of travel or entertainment or tangible gifts. The report shall bemade either to the County manager charged with the supervision of theemployee or to the County Auditor-Controller's Employee Fraud Hotline at(800) 554-6861. Such fraud may also be reported via e-mail tofraud(ãauditor.co.la.ca.us and by mail to Los Angeles County FraudHotline, 1000 South Fremont Avenue, Unit 51, Alhambra, CA 91803-4737.
N. Notice of Delav
Except as otherwise provided herein, when either party has knowledge that anyactual or potential situation is delaying or threatens to delay the timelyperformance of this Contract, that party shall, within five days, give noticethereof, including all relevant information with respect thereto, to the other party.
o. Record Retention and Inspection
The Contractor agrees that the County or any duly authorized representativeshall have access to and the right to examine, audit, excerpt, copy, or transcribeany pertinent transaction, activity, time cards, or other records relating to thisContract. Such material, including all pertinent costs, accounting, financialrecords, and proprietary data, shall be kept and maintained by the Contractor, ata location in Los Angeles County, for a period of five years after completion ofthis Contract unless the County's written permission is given to dispose of
material prior to the end of such period.
P. Validitv
The invalidity in whole or in part of any provision of this Contract shall not void oraffect the validity of any other provision.
Q. Waiver
No waiver of a breach of any provision of this Contract by either party shallconstitute a waiver of any other breach of said provision or any other provision of
- 8.12 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
this Contract. Failure of either party to enforce at anytime or from time to time,any provision of this Contract shall not be construed as a waiver thereof. Theremedies herein reserved shall be cumulative and additional to any otherremedies in law or equity.
R. Disclosure of Information
1. The Contractor shall not disclose any details in connection with thisContract to any party, except as may be otherwise provided herein orrequired by law. However, in recognizing the Contractor's need to identifyits services and related clients to sustain itself, the County shall not inhibitthe Contractor from publicizing its role under this Contract within thefollowing conditions:
2. The Contractor shall develop all publicity material in a professionalmanner.
3. During the course of performance of this Contract, the Contractor, its
employees, agents, and subcontractors shall not publish or disseminatecommercial advertisements, press releases, opinions or feature articlesusing the name of the County without the prior written consent of the ChiefAdministrative Officer and County CounseL. The County shall notunreasonably withhold written consent and approval by the County maybe assured in the event no adverse comments are received in writingwithin two weeks after submittaL.
4. The Contractor may, without prior written permission of the County,indicate in its proposals and sales materials that it has been awarded aContract to provide these services, provided that the requirements of thisArticle shall apply.
S. Default and Termination
1. Default
a. The County may, subject to the provisions of Subsection c(pertaining to defaults of subcontractors) below, by written notice ofdefault to the Contractor, terminate the whole or any part of thisContract in anyone of the following circumstances:
i. If the Contractor fails to perform the work within the time
specified herein or any extension thereof; or
- 8.13 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
ii. If the Contractor fails to perform any of the other provisions
of this Contract, or so fails to make progress as to endangerperformance of this Contract in accordance with its terms,and in either of these two circumstances does not cure suchfailure within a period of 10 calendar days (or such longerperiod as the County may authorize in writing) after receiptof notice from the County specifying such failure.
b. In the event the County terminates this Contract in whole or in part
as provided in Subsection a above, the County may procure, uponsuch terms and in such manner as the County may deemappropriate, services similar to those so terminated, and theContractor shall be liable to the County for any excess costs forsuch similar services, provided that the Contractor shall continuethe performance of this Contract to the extent not terminated underthe provisions of this clause~
c. Except with respect to defaults of subcontractors, the Contractor
shall not be liable for any excess costs if the failure to perform thisContract arises out of causes beyond the control and without thefault or negligence of the Contractor. Such causes may include, butare not restricted to acts of God or of the public enemy, acts of theCounty in either its sovereign or contractual capacity, acts of theFederal or State government in its sovereign capacity, fires, floods,epidemics, quarantine restrictions, strikes, freight embargoes, andunusually severe weather; but in every case, the failure to performmust be beyond the control and without the fault or negligence ofthe Contractor. If the failure to perform is caused by the default of asubcontractor, and if such default arises out of causes beyond thecontrol of both the Contractor and subcontractor, and without thenegligence of either of them, the Contractor shall not be liable forany excess costs for failure to perform, unless the supplies orservices to be furnished by the subcontractor were obtainable fromother sources in sufficient time to permit the Contractor to meet therequired delivery schedule.
d. If, after Notice of Termination of this Contract under the provisions
of this clause, it is determined for any reason that the Contractorwas not in default under the provisions of this clause, or that thedefault was excusable under the provisions of this clause, the rightsand obligations of the parties shall be the same as if the Notice ofTermination had been issued pursuant to Section 3, Paragraph R.4,Termination for Convenience.
- B.14 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
e. The rights and remedies of the County provided in this clause shall
not be exclusive and are in addition to any other rights andremedies provided by law or under this Contract.
f. As used herein, the terms "subcontractor" and "subcontractors"
mean persons, companies, corporations, or other organizationsfurnishings supplies, services of any nature, equipment, ormaterials to Contractor, at any tier, under oral or written agreement.
2. Default for Insolvencv
The County may cancel this Contract forthwith for default in the event ofthe occurrence of any of the following:
a. Insolvency of the Contractor. The Contractor shall be deemed to
be insolvent if it has ceased to pay its debts in the ordinary courseof business or cannot pay its debts as they become due, whether ithas committed an act of bankruptcy or not, and whether insolventwithin the meaning of the Federal Bankruptcy Law or not.
b. The filng of a voluntary petition to have the Contractor declaredbankrupt.
c. The appointment of a Receiver or Trustee for the Contractor.
d. The execution by the Contractor of an assignment for the benefits
of creditors.
e. The rights and remedies of the County provided in this clause shall
not be exclusive and are in addition to any other rights andremedies provided by law or under this Contract.
3. Unsatisfactory Service
Public Works reserves the right to cancel these services upon giving14 days' written notice if the work is deemed unsatisfactory in theDirector's opinion.
- B.15 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
4. Termination for Convenience
It is not the intent of the County to terminate this Contract before thecompletion of all items except for sound business reasons of which theCounty shall be the sole judge, however, and notwithstanding:
a. The County reserves the right to renegotiate the terms of thisContract to reduce the Contractor's compensation in the event suchreduction is necessary, in the sole discretion of the County, to
achieve County budget reductions. Nothing in this paragraph isintended to diminish the County's right to terminate this Contract asprovided herein.
b. The County may at any time terminate this Contract, or any portionthereof, without liabilty (except as hereinafter provided) by
delivering to the Contractor written notice specifying the desiredtermination date at least 30 days in advance thereof.
c. If this Contract is terminated, the Contractor shall, within 30 days of
the Notice of Termination, complete those items of work which arein various stages of completion which the Director determines arenecessary to bring the work to a timely, logical, and orderly end.Reports, samples, and other materials prepared by the Contractorunder this Contract shall be delivered to the County upon requestand shall become the property of the County.
5. Termination for Breach of Warrantv to Maintain Compliance with County's
Child Support Reauirements
Failure of the Contractor to maintain compliance with the requirements setforth in Section 3, Paragraph G of this Exhibit B shall constitute defaultunder this Contract. Without limiting the rights and remedies available tothe County under any other provision of the Contract, failure of theContractor to cure such default within 90 calendar days of written noticeshall be grounds upon which the County may terminate the Contractpursuant to Paragraph D1 "Default," of this Section 3, and debar theContractor pursuant to County Code Chapter 2.202.
T. Notification
1. Notices desired or required to be given under these Specifications,
Conditions, or Terms herein or any law now or hereafter in effect may, atthe option of the party giving the same, be given by enclosing the same ina sealed envelope addressed to the party for whom intended and by
-8.16- 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
depositing such envelope with postage prepaid in the United States PostOffice or any substation thereof, or any public box, and any such noticeand the envelope containing the same shall be addressed to theContractor at its place of business, or such other place as may behereinafter designated in writing by the Contractor. The notices andenvelopes containing the same to the County shall be addressed to:
Chief Deputy DirectorCounty of Los Angeles Department of Public WorksP.O. Box 1460Alhambra, CA 91802-1460
In the event of suspension or termination of this Contract, notices mayalso be given upon personal delivery to any person whose actualknowledge of such suspension or termination would be suffcient notice tothe Contractor. Actual knowledge of such suspension or termination by anindividual Contractor or by a copartner, if the Contractor is a partnership;or by the president, vice president, secretary or general manager, if theContractor is a corporation; or by the managing agent regularly in chargeof the work on behalf of said Contractor shall in any case be sufficientnotice.
U. Countv Lobbvists
The Contractor certifies that it and each County lobbyist or County lobbying firm,as defined in Los Angeles County Code Section 2.160.010, retained by theContractor are familiar with' the requirements of the County Lobbyist Ordinance,Los Angeles County Code Chapter 2.160. Failure on the part of the Contractorto fully comply with the County Lobbyist Ordinance shall constitute a materialbreach upon which the County may immediately terminate or suspend thisContract.
v. ChanQes and Amendments of Terms
The County reserves the right to change any portion of the work required underthis Contract, or amend such terms and conditions which may becomenecessary. Any such revisions shall be accomplished in the following manner:
1 . For any change which does not materially affect the scope of work, periodof performance, payments, or any material term or condition included inthis Contract, a Change Notice shall be prepared and signed by theDirector and Contractor.
- 8.17 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
2. For any revision which materially affects the scope of work, period ofperformance, payments, or any material term or condition included in thisContract, a negotiated modification to this Contract shall be executed by theBoard and the Contractor.
3. To the extent that extensions of time for Contractor performance do not
impact either scope or cost of this Contract, Public Works may, at its solediscretion, grant the Contractor extensions of time provided, however, thatthe aggregate of all such extensions during the life of this Contract shall notexceed 60 days.
W. Confidentialiv
The Contractor shall maintain the confidentiality of all its records relating to thisContract, according to all applicable Federal, State, and County laws,regulations, ordinances, and directives relating to confidentiality. The Contractorshall inform all of its offcers, employees, and agents providing services
hereunder of the confidentiality provisions of this Contract.
X. Quantities of Work
The Contractor shall be allowed no claims for anticipated profits or for anydamages of any sort because of any difference between the estimated andactual quantities of work done or for work decreased or eliminated by the County.
Y. Countv's Qualitv Assurance Plan
The County or its agent wil evaluate the Contractor's performance under this
Contract on not less than an annual basis. Such evaluation wil include assessingthe Contractor's compliance with all Contract terms and performance standards.Contractor deficiencies which County determines are severe or continuing and thatmay place performance of this Contract in jeopardy, if not corrected, wil bereported to the Board. The report wil include improvement/corrective action
measures taken by the County and the Contractor. If improvement does not occurconsistent with the corrective action measures, County may terminate this Contractor impose other penalties as specified in this Contract.
-8.18- 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
SECTION 4
INDEMNIFICATION AND INSURANCE REQUIREMENTS
A. Independent Contractor Status
This Contract is by and between the County and the Contractor and is not intended,and shall not be construed, to create the relationship of agent, servant, employee,partnership, joint venture, or association, between the County and the Contractor.The Cóntractor understands and agrees that all persons furnishing services to theCounty pursuant to this Contract are, for all purposes including, but not limited toWorkers' Compensation liability, employees solely of the Contractor and not of theCounty.
The Contractor shall bear the sole responsibilty and liabilty for furnishing Workers'Compensation and all other benefits required by law to any person for injuriesarising from or connected with services performed on behalf of the Contractorpursuant to this Contract.
B. Indemnification
The Contractor shall indemnify, defend, and hold harmless the County, its specialdistricts, elected and appointed offcers, employees, and agents from and againstany and all liabilty, including but not limited to demands, claims, actions, fees,costs, and expenses (including attorney and expert witness fees), arising from orconnected with the Contractots acts andlor omissions arising from andlor relatingto this Contract.
C. Workplace Safetv Indemnification
In addition to and without limiting the indemnification required by Section 4,
Paragraph B (above), and to the extent allowed by law, the Contractor agrees todefend, indemnify and hold harmless the County, its special districts, and itsoffcers, employees and agents from and against any and all investigations,complaints, citations, liabilty, expense (including defense costs and legal fees),claims, and/or causes of action for damages of any nature whatsoever, includingbut not limited to injury or death to employees of the Contractor, its subcontractorsor the County, attributable to any alleged act or omission of the Contractor andlorits subcontractors which is in violation of any Cal/OSHA regulation. The obligationto defend, indemnify and hold harmless includes all investigations and proceedingsassociated with purported violations of Section 336.10 of Title 8 of the CaliforniaCode of Regulations pertaining to multi-employer worksites. The Contractor shallnot be obligated to indemnify for liabilty and expenses arising from the activenegligence of the County. The County may deduct from any payment otherwise
-8.19- 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
due the Contractor any costs incurred or anticipated to be incurred by the County,including legal fees and staff costs, associated with any investigation orenforcement proceeding brought by Cal/OSHA arising out of the work beingperformed by the Contractor under this Contract.
D. General Insurance Reauirements
1. Without limiting the Contractots indemnification of the County and during the
term of this Contract, the Contractor shall provide and maintain, and shallrequire all of its subcontractors to maintain, the following programs of
insurance specified in this Contract. Such insurance shall be primary to andnot contributing with any other insurance or self-insurance programs
maintained by the County, and such coverage shall be provided and
maintained at the Contractots own expense.
2. Evidence of Insurance - Certificate(s) or other evidence of coverage
satisfactory to the County shall be delivered to Administrative Services
Division, P.O. Box 1460, Alhambra, Califomia 91802-1460, prior tocommencing work under this Contract. Such certificates or other' evidenceshall:
a. Specifically identify this Contract.
b. Clearly evidence all coverage required in this Contract.
c. Contain the express condition that the County is to be given written
notice by mail at least 30 days in advance of cancellation for allpolicies evidenced on the certificate of insurance.
d. Include copies of the additional insured endorsement to thecommercial general liability and automobile policies, adding theCounty, its special districts, its offcials, offcers, and employees asinsureds for all activities arising from this Contract.
e. Identify any deductibles or self-insured retentions for the County's
approval. The County retains the right to require the Contractor toreduce or eliminate such deductibles or self-insurance retentions asthey apply to the County, or, require the Contractor to provide a bondguaranteeing payment of all such retained losses and related costs,including but not limited to expenses or fees, or both, related toinvestigations, claims administrations, and legal defense. Such bondshall be executed by a corporate surety licensed to transact businessin the State of Califomia.
- B.20 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
3. Insurer Financial Rating - Insurance is to be provided by an insurance
company acceptable to the County with an A. M. Best rating of not less thanA:VII, unless otherwise approved by the County.
4. Failure to Maintain Coverage - Failure by the Contractor to maintain the
required insurance, or to provide evidence of insurance coverage acceptableto the County, shall constitute a material breach of contract upon which theCounty may immediately terminate or suspend the Contract. The County, atits sole option, may obtain damages from the Contractor resulting from saidbreach. Altematively, the County may purchase such required insurancecoverage, and without further notice to the Contractor, the County maydeduct from sums due to the Contractor any premium costs advanced bythe County for such insurance.
5. Notification of Incidents, Claims, or Suits - The Contractor shall report to the
County's Contract Manager:
a. Any accident or incident relating to work performed under theContract which involves injury or propert damage which may resultin the filing of a claim or lawsuit against the Contractor andlor theCounty. Such report shall be made in writing within 24 hours ofoccurrence.
b. Any third-party claim or lawsuit filed against the Contractor arisingfrom or related to work performed by the Contractor under thisContract.
c. Any injury to a Contractots employee which occurs on Countyproperty. This report shall be submitted on a County "Non-employeeInjury Report."
d. Any loss, disappearance, destruction, misuse, or theft of any kindwhatsoever of County property, monies, or securities entrusted to theContractor under the terms of this Contract.
E. Compensation for Countv Costs
In the event that the Contractor fails to comply with any of the indemnification orinsurance requirements of this Contract, and such failure to comply results in anycosts to the County, the Contractor shall pay full compensation for all costs incurredby the County.
- 8.21 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
F. Insurance CoveraQe Requirements for Subcontractors
The Contractor shall ensure any and all subcontractors performing services underthis Contract meets the insurance requirements of this Contract by either:
1. Contractor providing evidence of insurance covering the activities of
subcontractor; or
2. Contractor providing evidence submitted by subcontractors evidencing that
subcontractors maintain the required insurance coverage. The Countyretains the right to obtain copies of evidence of subcontractor insurancecoverage at any time.
G. Insurance CoveraQe Requirements
1. General Liabilitv insurance (written on ISO policy form CG 00 01 or its
equivalent) with limits of not less than the following (can be met by acombination of primary and excess insurance coverage):
a. General Aggregate: $2 millon
b. Products/Completed Operations Aggregate: $1 milion
c. Personal and Advertising Injury: $1 milion
d. Each Occurrence: $1 milion
2. Automobile Liabiltv insurance (written on iSO policy form CA 00 01 or its
equivalent) with a limit of liabilty of not less than $1 milion for each accident.Such insurance shall include coverage for all "owned," "nonowned," and"hired" vehicles, or coverage for "any auto." (Can be met by a combinationof primary and excess insurance coverage).
3. Workers' Compensation and Emplovers' Liabiltv insurance providingWorkers' Compensation benefis, as required by the Labor Code of the Stateof California, or by any other State for which the Contractor is responsible. Ifthe Contractor's employees wil be engaged in maritime employment,
coverage shall provide Workers' Compensation benefits as required by theU.S. Longshore and Harbor Workers' Compensation Act, Jones Act, or anyother Federal law for which the Contractor is responsible.
4. In all cases, the above insurance also shall include Employers' Liabilty
coverage with limits of not less than the following:
a. Each Accident: $1 milion
- 8.22 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
b. Disease - policy limit: $1 milion
c. Disease - each employee: $1 milion
5. As a condition precedent to its performance pursuant to this Contract, the
Contractor, by and through its execution of this Contract, certifies that it isaware of, and understands, the provisions of Section 3700 of'the LaborCode, which requires every employer to be insured against liability ofWorkers' Compensation or to undertake self-insurance in accordance withthose provisions before commencing the performance of work under thisContract, and agrees to fully comply with said provisions.
6. Propert CoveraQe insurance shall be endorsed naming the County as loss
payee, provide deductibles of no greater than five percent of the propertvalue, and shall include:
a. Personal Propert: Automobiles and Mobile Equipment - Specialform "all risk" coverage for the actual cash value of County-ownedor leased property.
b. Real Property and All Other Personal Property - Special form "all
risk" coverage for the full replacement value of County-owned orleased property.
- B.23 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
SECTION 5
LABOR RELATIONS AND RESPONSIBILITIES
A. Labor Law Compliance
The Contractor, its agents and employees shall be bound by and shall complywith all applicable provisions of the Labor Code of the State of California, as wellas all other applicable Federal, State, and local laws related to labor. TheContractor shall comply with Labor Code Section 1777.5 with respect to theemployment of apprentices.
B. Overtime
Eight hours labor constitutes a legal day's work. Work in excess thereof, orgreater than 40 hours during anyone week, shall be permitted only as authorizedby Labor Code Section 1815.
C. Prohibition AQainst Use of Child Labor
1. The Contractor shall:
a. Not knowingly sell or supply to the County any products, goods,
supply, or other personal property manufactured in violation of childlabor standards set by the International Labor Organization throughits 1973 Convention Concerning Minimum Age for Employment;
b. Upon request by the County, provide the country/countries of originof any products, goods, supplies, or other personal property theContractor sells or supplies to the County; and
c. Upon request by the County, provide to the County themanufacturer's certification of compliance with all international childlabor conventions.
d. Should the County discover that any products, goods, supplies, or
other personal propert sold or supplied by the Contractor to theCounty are produced in violation of any international child laborconventions, the Contractor shall immediately provide analternative, compliant source of supply.
2. Failure by the Contractor to comply with provisions of this clause will be
grounds for immediate cancellation of this Contract.
- B.24 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
D. Consideration of Hirina GAINIGROW Employees
Should the Contractor require additional or replacement personnel after theeffective date of this Contract, the Contractor shall give consideration for anysuch employment openings to participants in the County's Department of PublicSocial Services' Greater Avenues for Independence (GAIN) Program or GeneralRelief Opportunity for Work (GROW) Program who meet the Contractor'sminimum qualifications for the open position. For this purpose, considerationshall mean that the Contractor wil interview qualified candidates. The Countywil refer GAINIGROW participants by category to the Contractor.
E. Notice to Employees ReQardina the Federal Earned Income Credit
The Contractor shall notify its employees, and shall require each subcontractor tonotify its employees, that they may be eligible for the Federal Earned IncomeCredit under the Federal income tax laws. Such notice shall be provided inaccordance with the requirements set forth in Internal Revenue Service
Notice 1015 (Exhibit C).
F. Leaal Status of Contractor's Personnel at Faciltv
Contractor warrants that it fully complies with all laws regarding employment ofaliens and others, and that all of its employees performing services hereunder meetthe citizenship or alien status requirements contained in Federal and State statutesand regulations including, but not limited to the Immigration Reform and Control Actof 1986 (PL. 99-603). The Contractor shall obtain from all covered employeesperforming services hereunder, all verification and other documentation ofemployment eligibilty status required by Federal statutes and regulations as theycurrently exist and as they may be hereafter amended. The Contractor shall retainsuch documentation for all covered employees for the period prescribed by law.The Contractor shall indemnify, defend, and hold harmless, the County, its offcersand employees from employer .sanctions and any other liability which may beassessed against the Contractor or the County or both in connection with anyalleged violation of Federal statutes or regulations pertaining to the eligibilty foremployment of persons performing services under this Contract.
G. Consideration of Hirina County Emplovees Taraeted for Layoffs
Should the Contractor require additional or replacement personnel after theeffective date of this Contract to perform the services set forth herein, theContractor shall give first consideration for such employment openings toqualified permanent County employees who are targeted for layoff or qualifiedformer County employees who are on a reemployment list during the life of thisContract.
- B.25 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
SECTION 6
CONTRACTOR RESPONSIBILITY AND DEBARMENT
A. A responsible Contractor is a Contractor who has demonstrated the attribute oftrustworthiness, as well as quality, fitness, capacity, and experience tosatisfactorily perform the proposed Contract. It is the County's policy to conductbusiness only with responsible contractors.
B. The Contractor is hereby notified that, in accordance with Chapter 2.202 of theCounty Code, if the County acquires information concerning the performance ofthe Contractor on this or other contracts which indicates that the Contractor is notresponsible, the County may, in addition to other remedies provided in theContract, debar the Contractor from bidding on County contracts for a specifiedperiod of time not to exceed three years, and terminate any or all existingcontracts the Contractor may have with the County.
C. The County may debar a contractor if the Board of Supervisors, in its discretion,finds that the Contractor has done any of the following: (1) violated any term of acontract with the County; (2) committed any act or omission which negativelyreflects on the Contractor's quality, fitness or capacity to perform a contract withthe County or any other public entity, or engaged in a pattern or practice whichnegatively reflects on same; (3) committed an act or offense which indicates alack. of business integrity or business honesty; or (4) made or submitted a falseclaim against the County or any other public entity.
D. If there is evidence that the Contractor may be subject to debarment, PublicWorks wil notify the Contractor in writing of the evidence which is the basis forthe proposed debarment and wil advise the Contractor of the scheduled date fora debarment hearing before the Contractor Hearing Board.
E. The Contractor Hearing Board wil conduct a hearing where evidence on the
proposed debarment is presented. The Contractor andlor the Contractor'srepresentative shall be given an opportunity to submit evidence at that hearing.After the hearing, the Contractor Hearing Board wil prepare a proposed decision,which will contain a recommendation regarding whether the Contractor should bedebarred, and, if so, the appropriate length of time of the debarment. If theContractor' fails to avail itself of the opportunity to submit evidence to theContractor Hearing Board, the Contractor may be deemed to have waived allrights of appeaL.
- B.26 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
F. A record of the hearing, the proposed decision and any other recommendation of
the Contractor Hearing Board will be presented to the Board. The Board wilhave the right to modify, deny or adopt the proposed decision andrecommendation of the ContraCtor Hearing Board.
G. These terms shall also apply to subcontractors of the Contractor.
- B.27 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
SECTION 7
CONTRACTOR EMPLOYEE JURY SERVICE PROGRAM
A. Contract Subject to JUry Service Proaram
This Contract is subject to the provisions of the County's ordinance entitled
Contractor Employee JurY Service (Jury Service Program) as codified inSections 2.203.010 through 2.203.090 of the Los Angeles County Code.
B. Written Employee JUry Service Policy
1. Unless the Contractor has demonstrated to the County's satisfaction either
that the Contractor is not a "Contractor" as defined under the Jury ServiceProgram (Section 2.203.020 of the County Code) or that the Contractorqualifies for an exception to the Jury Service Program (Section 2.203.070of the County Code), the Contractor shall have and adhere to a writtenpolicy that provides that its Employees shall receive from the Contractor,on an annual basis, no less than five days of regular pay for actual juryservice. The policy may provide that Employee deposit any fees receivedfor such jury service with the Contractor or that the Contractor deductsfrom the Employee's regular pay the fees received for jury service.
2. For purposes of this Section, "Contractor" means a person, partnership,
corporation, or other entity which has a contract with the County or asubcontract with a County contractor and has received or will receive anaggregate sum of $50,000 or more in any 12-month period under one ormore County contracts or subcontracts. "Employee" means any Californiaresident who is a full-time employee of the Contractor. "Full-time" means40 hours or more worked per week, or a lesser number of hours if thelesser number is a recognized industry standard and is approved as suchby the County. If the Contractor uses any subcontractor to perform
services for the County under this Contract, the subcontractor shall alsobe subject to the provisions of this Section. The provisions of this Sectionshall be inserted into any such subcontract agreement and a copy of theJury Service Program shall be attached to the agreement.
3. If the Contractor is not required to comply with the Jury Service Program
when this Contract commences, the Contractor shall have a continuingobligation to review the applicability of its "exception status" from the JuryService Program, and the Contractor shall immediately notify the County ifthe Contractor at any time either comes within the Jury Service Program'sdefinition of "Contractor" or if the Contractor no longer qualifies for anexception to the Program. In either event, the Contractor shall
- B.28 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
immediately implement a written policy consistent with the Jury ServiceProgram. The County may also require, at any time during this Contractand at its sole discretion, that the Contractor demonstrate to the County'ssatisfaction that the Contractor either continues to remain outside of theJury Service Program's definition of "Contractor" and/or that theContractor continues to qualify for an exception to the Program.
4. The Contractor's violation of this Section of the Contract may constitute amaterial breach of the Contract. In the event of such material breach, the
County may, in its sole discretion, terminate this Contract and/or bar theContractor from the award of future County contracts for a period of timeconsistent with the seriousness of the breach.
- B.29 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
SECTION 8
LOCAL SMALL BUSINESS ENTERPRISE PREFERENCE PROGRAM
A. This Contract is subject to the provisions of the County's ordinance entitled LocalSmall Business Enterprise Preference Program, as codified in Chapter 2.204 of theLos Angeles County Code.
B. The Contractor shall not knowingly and with the intent to defraud, fraudulentlyobtain, retain, attempt to obtain or retain, or aid another in fraudulently obtaining orretaining or attempting to obtain or retain certification as a Local Small BusinessEnterprise.
C. The Contractor shall not wilfully and knowingly make a false statement with theintent to defraud, whether by affdavit, report, or other representation, to a Countyoffcial or employee for the purpose of influencing the certification or denial ofcertification of any entit as a Local Small Business Enterprise.
D. If the Contractor has obtained County certification as a Local Small Business
Enterprise by reason of having fumished incorrect supporting information or byreason of having withheld information, and which knew, or should have known, theinformation fumished was incorrect or the information withheld was relevant to itsrequest for certification, and which by reason of such certification has beenawarded this Contract to which it would not otherwise have been entitled, shall:
1. Pay to the County any difference between the contract amount and what the
County's costs would have been if the contract had been properly awarded;
2. In addition to the amount described in subdivision (1), be assessed a penalty
in an amount of not more than 10 percent of the amount of the contract; and
3. Be subject to the provisions of Chapter 2.202 of the Los Angeles County
Code (Determinations of Contractor Nonresponsibility and ContractorDebarment).
E. The above penalties shall also apply if the Contractor is no longer eligible forcertification as a result of a change of its status and the Contractor failed to notifythe State and the County's Ofce of Affrmative Action Compliance of thisinformation.
- B.30 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Service Contract General Requirements - EXHIBIT B
SECTION 9
SAFELY SURRENDERED BABY LAW PROGRAM
A. Notice to Employees Reaardina the Safely Surrendered Baby Law
The Contractor shall notify and provide to its employees, and shall require eachsubcontractor to notify and provide to its employees, a fact sheet regarding theSafely Surrendered Baby Law, its implementation in Los Angeles County, andwhere and how to safely surrender a baby. The fact sheet is set forth in Exhibit Dto this Contract and is also available on the Intemet at ww.babysafela.org forprinting purposes.
8. Contractor's Acknowledament of County's Commitment to the Safely Surrendered
Baby Law
The Contractor acknowledges that the County places a high priority on theimplementation of the Safely Surrendered Baby Law. The Contractor understandsthat it is the County's policy to encourage all County contractors to voluntarily postthe County's "Safely Surrendered Baby Law" poster in a prominent position at theContractor's place of business. The Contractor will also encourage itssubcontractors, if any, to post this poster in a prominent position in the
subcontractor's place of business. The County's Department of Children andFamily Services wil supply the Contractor with the poster to be used.
P:\aspub\CONTRACT\eticia\USTAST Mtce Rep\EX B USTAST Mtce Rep.doc
- B.31 - 2005 - As-Needed Undergroundand Aboveground Storage Tank
Maintenance and Repair
Department of the TreasuryInternal Revenue ServiceNotice 1015(Rev. December 2003)
Have You Told Your Employees About theEarned Income Credit (EIC)?
What Is the EIC?
The EIC is a refundable tax credit for certain workers.
,A change to note. Workers cannot claim ttte EIC iftheir 2003 investment income (such as interest anddividends) is over $2,600.
Which Employees Must I Notify About the EIC?
You must notify each employee who worked for you atany time during the year and from whom you did notwithhold income tax. However, you do not have to notifyany employee who claimed exemption from withholdingon Form W-4, Employee's Withholding AllowanceCertificate.
Note: You are encouraged to notify each employeewhose wages for 2003 are less than $34,692 that he orshe may be eligible for the EIC.
How and When Must I Notify My Employees?
You must give the employee one of the following:
. The IRS Form W-2, Wage and Tax Statement, whichhas the required information about the EIC on the backof Copy B.
. A substitute Form W-2 with the same EIC informationon the back of the employee's copy that is on Copy B ofthe IRS Form W-2.
. Notice 797, Possible Federal Tax Refund Due to the
Earned Income Credit (EIC).
. Your written statement with the same wording as
Notice 797.
If you are required to give Form W-2 and do so on time,no further notice is necessary if the Form W-2 has therequired information about the EIC on the back of theemployee's copy. If a substitute Form W-2 is given ontime but does not have the required information, youmust notify the employee within 1 week of the date thesubstitute Form W-2 is given. If Form W-2 is requiredbut is not given on time, you must give the employeeNotice 797 or your written statement by the date FormW-2 is required to be given. If Form W-2 is not required,you must notify the employee by February 9, 2004.
EXHIBIT C
You must hand the notice directly to the employee orsend it by First-Class Mail to the employee's last knownaddress. You wil not meet the notification requirementsby posting Notice 797 on an employee bulletin board orsending it through offce maiL. However, you may wantto post the notice to help inform all employees of theEIC. You can get copies of the notice by callng 1-800-829-3676, or from the IRS website at ww iN: gnv.
How Wil My Employees Know If They CanClaim the EIC?
The basic requirements are covered in Notice 797. For. more detailed information, the employee needs to seéthe 2003 instructions for Form 1040, 1040A, 1040EZ, orPub. 596, Earned Income Credit (EIC).
How Do My Employees Claim the EIC?
Eligible employees claim the EIC on their 2003 taxreturn. Even employees who have no tax withheld fromtheir payor owe no tax can claim the EIC and get arefund, but they must fie a tax return to do so. For
example, if an employee has no tax withheld in 2003and owes no tax but is eligible for a credit of $791, he orshe must file a 2003 tax return to get the $791 refund.
How Do My. Employees Get Advance EICPayments?Eligible employees who expect to have a qualifyingchild for 2004 can get part of the credit with their payduring the year by giving you a completed Form W-5,Eamed Income Credit Advance Payment Certificate.You must include advance EIC payments with wagespaid to these employees, but the payments are notwages and are not subject to payroll taxes. Generally,the payments are made from withheld income, socialsecurity, and Medicare taxes. For details, see CircularE (Pub. 15), Employer's Tax Guide.
Notice 1015(Rev. 12-2003)
Cat. No. 205991
EXHIBIT D.1
''t is th saGly SUrrenre Baby LaC88ifft Sa Su..d Ð- La I1 l-ln to giup their DD cof;ety. At lo.th be _ not buabuHd or ne~ledi pnl- mi'' up 1hr nw wifear of aast or pt
How do&sil workA dd$1e.sså parent.\V is -- ar un~ to cer.fo I: bal)
ca kgRy, co&naaend ut.,., up abb~ 1hdaofbi. Thebámubebato..i-oy.. Lo~ CGnt em io orfi-- l-long 111h cclhno--cf ""4rMØaønn wotinftmI IIteqed. lncalhpn~._or_""..fI--an \'snta~ba.bå W' wi UN bn_1O he CØ1hm to eat o1er. OObrdl-pJO,Hhe be, en amag br..""YÀ be ¡W lD lt pant
What if a paren wa th ba backPa wh..c:lbmf ee -- &h lIoft~ ihft WW14 da Tf pa81ce the Lo An. Co 0e~1i of CC an fa~at,..~otO.Ca only a paent bring in tm baln mo C8If, a pare wi ~ In 1M baby. rii ta a1101 peoe to br 1f th bi iftb hae'" CU.
Do 1bpaen ha to ca be brgi in th ll.No. À paen ca llln a ba an, 2A bG. da,1"a week so lc _ tt par gg1h ba to so whwa at in hø orfi".
Do. ê. paren ba to ÛÛllanlng to ti pêppta lte ba .No. ttr, ho ped __ pato ti ou.ql111nnlre de to -- im mH lllnrm, ¥¥ i& ve uøin cc fo.. cbd. Atghe~.1illout me ~ei& nor._ed,
Wha bapptm to the bab'The be \' tJ ex an -- mi 1'--1f--Then th. ba dbe pla in . pr.._ bo.
EXHIBIT D.2
Wh haen to tho pa1ênt?0n1h p-s) hfl8lfttowr1he b--,lhey are free to go.
Wh is OaomJa doin ths?TTploo oo1i $øft $indeed hby La!, to protct bai-sff i-~by1hpa_endøotelftt hu orMad. Ycu may ha he~l-ofb8bíllhl ~arpublic bi Th pe.. whOO 1b a:ea mal-l-n un~ eml di. ,._ mo ma havehhde1h~ fe ofl-W4d ha itlleìrfe fo ou l!.llwe sttnhad noire ID--fo b. f1 éItuíí Ab8a ba pUIewcth--da. Itil___t Tooofftl'ln1bbl de Ba. of.. SI Su 8I La.11~ doevrha tohhn In Caa as..Abay' stryII 8:30 t.. -1h. Ju 25 20 a heae baWf~.St 8elH Oeìt S. 8eun1h prof1h CI SS Suued Bs UW.Aa.. fs-- th blmoddno hIM lêär he_If,WMthbawabtOUtD the eml'ro he wøuand by a~. wh deîn 1h1h ba waM8 Wldc ft. HeWDl'o.wl alofa ~ 1h&adqp prwautatteô.
Ji: i7 ~ ' II
Ever baby desers a chance for ahelt Ute U soon you know is
cog abang a nebo, lether kno th are othr options.
It is best that women seek help to recehiu proper medica! care end counseling whilethey are pregnant. But at t1m SEJTìe timel Lve want to assure parents who choDse
not to lwep their baby that they wi! not go to jail if they deUver their babies to safehands in any Los Angeles County hospit¿if ER or fire station.
EXHIBIT D.3
¿QUé es fa Ley de Entde Bel- SI Peigo?La ley de Enteg deBeb6 Si Pei de Cefl penne8 Iospadrs entregar a au rein naco conclmnt.Sire qu et bebé no haya sufrdo abni neerrpaes pude engar a su re. nlC si ter a aeramtados 0 procesas.
¿Cmo funlo?B padr co di~des qu no pue 0 no qu cudafde lU te na pu en en fo Ie co 'Iseg. den de Ios 1rdfu de. na. EE be deb! HHen a un emdeuna uli de emrgccs 0 de uncurtl de bombs de CO de LoAnle Si que1 b!bê no prte si de abu 0 neigen. 1' seneJo sutr no nn 1nÔJ at. SS IIpa ca de op poie yde repea au beb. lotnibaom ul: br para porviollt. 8 be llni un bbZ8te 'lei pa,~un br ig
¿Q pa si eI palmadre de repenna su bebè?Lo pa qu caen de opi pu ~el pr dere a tu re Jlc1 de d& !o 14 dias Es. peddbeni lI al De-- de Se pø NN Y FI(D of Ch an fam Ses) de Coo. LoAnes al1..40.
¿Slo los p. pollva al recin nac?En Ie maa de lo ce. lo pans so 10 que Bfi albebê. La le pe qu oo pelewn at bebé Ii tila cutodi le de meor.
¿Los paes debn lIamar ante de leva aI be?No. EE pa pu ie a au be en c:mofo Ia 24 ho de dla,lo 7 dia de fa iemna.rn qu en a au beb .un emad de hospo de un cuartl de bo
¿E nec.sa que ei pama di aAgo alaspeonas que nt al beb?No. Si enD. ee peal del hol Ie peiá qu Il uncuaa co la fi de re anes m6imte. que ie de gr uf pa !o cuad qulHel bebè. EE reo lle es cues. peno es ob8torio llce.
¿Qu ocurrirá co ei bebé?EI bebè se exlUdo 'I. de seT neno, nn trmé. lueg e1 be saennn a un bogar pr.
EXHIBIT D.4
¿Qué paar con ei padmadre?Un va que 10 padres ba engado a iu bebè en fonnsera, seni IIs deirs.
¿Por qu Calorna I~ esto?La fi de fa Le de Enqa de 8eb Sin Pilligr es
prte a !o be de eb por pa de IU pøes y de Iapo da qu nu 0 su da. Us prleha esc: hiOO1r lO be abdo enbare 0 en ba pp es po que !o paes qucome eeos ado hhn esdo úa dfsemøJe gr. La mas pun baberocdo auen, poter a 10 qu puasl su fsBIs se ente.Ab a II ie na poiqii tenan mi y 1' te/anad re pa obener ay EI abdo de un iena 10 po en undu de pelg exf. Ads es1eg Mu a me ee ab pI\' la ii de bebé.NN pca" Le. EEhgi de Be Si Peli ismlr ya no de suclrw mis en CaHi&ia de un beA fa 8:3 a. de ju 25 de ju de 20, sa entr unbe re nà salt en ee St BemaMe ceteren Sa Be. en vt de la dipo de la Le deEntt de 8e Si Pe. Co 10 esta Ia le, 18 madrede be 00. se tu que idntca. CU el bebé ii alasa de em, un pe 10 re Y de1 que eIbebé flta aaudabb y no tea problems. 8 be fireubo co U1 buen fam. mis ie inn lo trtede Id.
Ca recn naoido merece un
opoidad de tenr una vida saluable.Si alguen que used cone e& pensdoen abandnar a un l'æn nacido, infórmele
qui otrs opconee ti.ne.
Es mejor que Las mujeres bflsqum ayuda para rocilJir atonci6n nX..1dica y ~fsesomm¡ento adocuadodLlto of embmazo. PDro al mismo tiompo, quoinmos 2sogwdl/es í1 IDS padros quo cptan par no
quod.arse con su bobÔ que 170 irån a fa cárce! sf daj:m.a SLiS lJ-!1h6s on buenas manos en cuaJquier
sæa do omorgoncia do un fwspftaJ 0 on un cu::to! dtJ bamroms dol Condoda do Los AngoJos.
D.\..,,"'....\I"l-llTCAl"T\1 ""l¡""¡",UIC!TI\CT ...._ D""..\Tt'~ ....... D"""" .."""' n7,n7/n~
Los
Ang
eles
Cou
nty
Dep
srte
nt o
f Pu
blic
Wor
lU
nder
grou
nd s
nd A
bove
grou
nd S
tora
ge T
ank
Inve
ntor
y
EX
IBIT
E.1
II
II
TA
NG
ASO
UN
ED
IESE
LJE
TFU
I!A
YO
AS
WASE OILMOTOR OILHY
RA
UU
CT
RM
ISSO
NR
_..n
..fA
CIL
I N
AM
ESI
TE
AD
DR
ES
CIT
ZZ
PN
UM
BE
RT
AN
K T
YI!
(o.n
OM
)(0
1110
1)(G
illon
.)(o
..ron
i'(G
illon
s)(O
ilion
s)(G
illon
i)(G
allo
ti)PU
RPO
SECOMMENTS .
Oot
Jurl
dlct
onIV
nII
Adm
InIs
trat
ve S
irvc
n C
lvilo
n
Bal
dwPa
ixSh
o14
747E
. Rao
nii B
lvd.
B
ilcPa
r91
70 1
UST
100
..D
oE
POT
oo
2U
ST10
0..
Do.
.E
PT
oo
3U
ST10
0R
Do
EPO
Too
,U
ST60
..""
''E
PDT
oo
SU
ST60
...
""E
POT
oo
0U
ST60
~..
""E
POT
oo
Alte
dena
Sho
262 M
ouia
Vl_
A
ldB
na91
001
1U
ST6D
Dl:u
lMsl
na20
1..
EPO
Too
2U
ST6D
'...0
201.
.E
PDT
oo
3A
ST60
R20
1..
EPD
T"
Iwes
esrs
hol5
5w.8
3rd,
Stnt
Ie..
An.
.I
..--,
Cit
DH
A F
ad ie
Na:
LA C
"" E
D.
80 I
UST
100
1901
-0-1
2001
.QT
ooC
it aH
A F
ac ie
No.
LA. C
- F
.e.
2U
ST10
0..
.19
0100
_'20
1..
T..
..""
Clto
flA
Fact
yrD
ND
.LA
0..
F.D
.3
UST
100
1901
-0.'
201.
.T
..
Ho
oS,,
1128
2 Giu
iiJdA
venB
902 \
UST
100
..J.
.E
POT
..
2U
ST10
0..
.J.
.E
PT
..
3U
ST10
0J.
.E
PT
..
Pakd
aleS
ho38
126
N. S
lem
H h
wv
Fa"'
'35 1
UST
100
..20
1..
EPO
T..
2U
ST10
0..
201-
0E
FOT
oo
3U
ST10
0IR
""20
1-0
EFD
T.,
,U
ST60
..::O
O1.
.E
PT
..
SU
ST60
...
20'''
EPO
T.,
0U
ST60
201-
0E
FOT
oo
Ce~
Yar
dS22
75A
1rSb
"ti.
,.80
\U
ST10
0..
20'''
LA
CFD
,T
.,
2U
ST10
020
1-0
LA
CFD
.T
..
3U
STB
O20
1-0
LA c;,o.
T.,
IDPW
H90
So.
Fre
Avi
inul
lA
Ii.
9180
1U
ST10
020
1-0
EP
T..
2U
ST10
020
1-0
EP
T..
3A
ST20
0-
EP
Too
WM
J F
OX
AJR
FlaD
145W
AV
EG
LA
R1
1U
ST20
00D
b_"'
..E
PT
.,
2U
ST20
00D
b_"'
EFO
y.,
3U
ST20
,00
Db_
'"0
EPO
Y..
,U
ST28
00..
0E
FDT
..0
AST
\,00
50""
""C
oJ.
.E
POY
..
0U
STB
OG
..'"
DIl
/Tan
J..
EP
T..
TA
ST'"
R""
Ju6
EP
Ta
B. M
ON
T A
IPO
RT
42 N
SA
A A
NIT
A A
VE
B. M
ON
T91
731 1
UST
1800
.._,
Jw.8
0E
POY
a2
UST
20 0
01
"".9
8E
FOT
a3
UST
2000
""""
98E
Py.
,,
AST
BO
40..
i..,
"'""
"E
PT
a5
AST
100
G""
01 T
ank
J..0
2E
PT
.,0
AST
40J.
.E
PT
.,7
AS
'"J.
.E
PT
..
COMPTON AIRORT
901
W A
LO
ND
RA
BL
VD
tOM
PTO
N80
1.
lUST
I
1~00
Î
"".
Do.
..E
PI
Ya
2O
uST
TI
1580
T.
""..
EP
y.,
3T
AS
T10
0T
G...
.0.
T'"
EP
Ta
,A
S40
..E
PeT
oo
BRACKE FI8
1615
MC
KIN
LE
Y A
VE
LA V
ER
NE
.,1
US
28,0
0..
M.
EP
Y..
2U
ST20
00
.E
FOY
..
3A
ST10
0B
OD
b""
c~"'
0"-,
,E
FDY
..,
AST
100
G_
o. T
..N
ovE
FOY
.,5
AS
'"J.
.E
PY
.,0
AST
'"J.
.E
Py.
,7
AST
'"J.
.E
FDT
.,
WHIl AIRPORT
126S
30SB
OR
NE
STPA
CO
IMA
9133
1 1U
ST20
00
~5
..C
ofL
.A.F
hT
.,2
UST
2000
~iS
..C
ofL
A.F
IT
.,3
AST
100
_..
0T
..0"
-""
C01
LA
..T
..,
AS
T'"
""J.
.C
of L
A ..
Y..
5A
S'"
ii.J.
.of
LA
..y.
,
Roo
d M
alnt
inan
ci D
l'llo
n
Los
Ang
elss
Cou
nty
Dsp
srts
nt o
f Pub
lic W
orks
Und
srgr
ound
snd
Abo
vegr
ound
Sto
rage
Tan
k In
vent
ory
EX
HIB
IT E
.2
ri
II
TA
""G
ASO
LIN
ED
IESE
LJE
T FU
EL
AY
GA
S¡W
AS!
OILMOTOR OIL HY
RA
UL
ICT
RSM
ISSO
NR
ttrot
lM
_od
FA
CIU
TY
NA
ESI
TE
AD
DR
ESS
CIT
ZZ
PN
UM
BE
RT
AN
K
TY
E (
Gill
oni)
(Gal
lo)
(Oili
oni'
(Gal
lons
)(G
llloM
)(G
ilion
i)(O
allo
ni)
(Gal
on.)
PUR
POSE
CO
MM
EN
TS
Dili
Julli
dJcU
on(Y
--ø)
LA
CO
DPW
RO
AD
DIY
418
1495
9 E P
roâo
r IL
aPul
1191
744
,A
ST-
30""
_..
Du
Com
pat
JII.
04E
PDV
..2
AST
2EO
o¡Ju
l-04
EPO
V"
LA
CO
DPW
RO
AD
DIY
417
1958
E W
alou
t Dr
IWai
nut
9178
91
UST
""D
lspe
JoFl
lb-0
4E
POV
..2
UST
30D
ipen
sing
Fab-
04E
POV
"3
UST
EO
R_.
.Fe
b-04
EPO
V"
RD
514
3916
Dun
smor
e Iw
w C
ÆlC
8ntt
9101
41
UST
30D
Ipen
sin
FIb-
Q1
Cit
af G
leii
V..
2U
ST30
oo_.
.Fe
e-01
Cliy
of Gle
ndal
.V
..3
UST
EO
_.FI
b-01
Cit
of G
lend
ale
V..
LA
CO
DPW
RQ
AD
DIV
518
161
N V
aren
a 51
IGle
ndor
a91
74D
1U
ST-
Dbp
eiln
"".0
3E
PDV
"2
UST
30D
l5pe
Jng
Sep-
03E
PDV
..3
UST
EO
R,,,
Sap-
Q3
EPO
V"
RO
AD
451
Mol
J1 B
alel
5150
MtB
iildy
Rd
Cl8
rem
ont
9171
11
AST
""30
oo..
Dua
l Cop
aenl
JII-
04E
PON
oL
A C
O C
PW R
OA
D D
IY 5
19õ2
13N
ErA
voT
em1i
iCC
9178
01
UST
""D
Ipei
ngJø
n-04
EPO
V..
2U
ST30
Dip
eing
Jan-
04E
POV
..3
UST
EO
R_
J...0
4E
PV
"i-
CO
DPW
RO
AD
DIV
232
405
W M
arne
Ave
....
001
UST
20""
-Fe
b-04
EP
N.
2U
ST20
0oo
_..
Feb-
Q4
EPO
N.
3U
STE
OR
"".
Feb-
04E
PON
.L
A C
O D
PW R
OA
D D
IV 2
32243 WainutSt
Lom
lt907
1790
717
1U
ST20
0D
Ipen
gO
ct. O
J E
POV
"2
UST
200.
...Q
à.03
EPO
V"
3U
STE
OR
_Q
à-03
EPO
V"
LA
CO
DPW
RO
AD
DIV
33
3637
W1t
8rC
ynR
d...
.00
651
UST
""oo
_Ja
n-04
EPO
V..
2U
ST""
_.Ja
n-04
EPO
V"
3U
STE
O-
Jan-
04E
POV
"i-
CO
DPW
RO
AD
DIY
339
29m
WM
ulhn
dHV
Ago
~91
301
1lB
O20
0oo
....
C...
--..
Jan-
05E
PV
"2
lBO
""D
bpen
aln
"""-
Jan-
05E
POV
"3
lBO
EO
..Sl
tlJde
c:Ja
n-O
SE
POV
"L
A C
O D
PW R
OA
D D
IV 1
4243 Euen 51
Los
Ane
l83
001
UST
30""
..""
. 03
EPO
V"
2U
ST"'
..""
- 0
3E
POV
"3
AST
2EO
-N
cw.ß
3E
PDV
"IL
CO
DPW
RO
AD
DIV
241
1212
0E90
StL
o A
ngel
as
SO,
UST
"'oo
....
""-0
4E
POV
"2
UST
"'""
-""
-04
EPO
V"
3A
S2E
_..
""-0
4E
PV
"L
A C
O D
PW R
OA
D D
IV 4
495
21 E
Bev
eeyB
lvd
PIcR
ieru
001
UST
"'""
"""
Jii-
04E
POV
"2
UST
30oo
_..
Jan-
04E
PDV
"3
UST
EO
"'''
Jan-
04E
POV
"L
A C
O D
PW R
OA
D D
IV 5
5148
5iW
Ave
L-1
2Q
uart
HII
i9J
1U
STE
OD
lper
øng
Jan-
04E
POV
"2
UST
EO
""-
Jii-
04E
POV
"3
UST
EO
R_
Jan.
04
EPO
V"
LA
CO
DPW
RO
AD
DI
5511
7931
SJe
ell
Can
)'Con
ty91
351
1U
ST30
..D
D-0
3E
POV
"
.2
UST
"'..
Do
- 03
EPO
V..
3U
STE
O_.
Do
. 03
EPO
V"
i- C
O D
PW R
OA
D D
IV 5
517
31 E
Avl
lJ'"
'"O
S.,
1U
ST40
""'"
JBI_
04E
POV
"2
UST
40""
-JI
I-04
EPD
V"
3U
STE
O-
JIf-
04E
POV
"i-
CO
DPW
RO
AD
DI
6527
62 P
aiM
Re
C...
.91
310
,U
ST-
""-,
.."'
,.A
ug-O
OE
POV
"2
UST
""""
b E
P In
A;o
oA
u -
00E
POV
"
e-
149
Gor
m P
03t R
e0"
"93
431
AST
'00
""..
FIb-
01E
PON
oLA CMOS
3812
6 N
. SIE
RR
A H
W.
p-03
1A
STE
O..
-...
EPO
V"
RO
I27
50 N
An
Font
Hw
Po_
031
AS
30E
O""
..""
C..,
""-0
4E
PON
.LA DIV55
85 E
Ave
T"'
''93
51
UST
EO
""""
"""
-04
EPD
V"
2U
STE
O""
"""
MM
)'-04
EP
V"
3U
STE
OR
_M
ly-0
4E
PV
"L
A C
O D
PW R
OA
D D
I 55
2201
Big
Pln
ll H
wW
rlhl
w92
71
AS
3030
""""
"""
Co
"".0
4E
PON
.R
D 5
5 M
l Wi
--13
5100
San
F..q
ull
S""
9130
1A
S20
200
""'"
""..
""-0
4E
PON
oflo
o M
alnt
lnac
t DM
aon
LA
CO
DPW
DO
MIN
GU
EZ
PU
MPI
NG
PL
A27
15 D
el A
MO
BO
UL
EV
AR
DLONG BEAH
""1
UST
""p,
,,,,,-
Lo"
"N
.L
A CO
DPW
LO
S A
LT
OS
PUM
PIN
G P
LN
T65
AN
AH
EIM
RO
AD
LONG BEAH
.."1
UST
100
..-L
o""
N.
LA
CO
DPW
R.O
OD
IM
PER
IA Y
D55
5 IM
PER
IA H
WY
SOU
T G
AT
E01
801
UST
1200
....
-i¡ EP
V"
2U
ST""
""-"
EPO
V"
3A
S30
-E
POV
"L
A C
O D
PW f
lOO
D R
I H
ON
DO
sa
60 R
IER
VIE
W R
DM
ON
TE
LO
901
US
EO
0_T
onE
PDN
o2
AS
100
""..
EPO
No
rL C
O D
PW S
EA
IDE
PU
MPN
G P
lNT
60 G
OL
EN
SH
OR
ELONG BEACH
001
US
100
..-L
oB
e""
N.
fl C
O C
PW E
AT
ON
YA
R29
8 N
EW
YO
RK
DR
PASA
EN
A91
1D7
1U
ST""
....
....
V"
2U
ST20
0""
""'"
P..
V"
ICco
DPW
FL
OO
LO
NG
DE
N Y
AR
1&1
E. L
ON
GD
EN
AV
EIR
WIN
DA
E19
1718
1U
ST12
00""
"""
EPO
V"
2U
ST""
""""
"E
POV
"L
A C
O D
PW F
lOD
CO
GSW
El D
A13
5 W
EST
FOR
K RO
AD
A
ZU
SA91
702
1U
ST10
0D
Ipei
ng""
-0E
PDV
"2
AST
EO
-E
PDV
"
Loa
Ang
elaa
Cou
nty
Dep
arte
nt o
f Pu
blic
Wor
ksU
nder
grou
nd a
nd A
bveg
roun
d S
tora
ge T
ank
Inve
ntor
yE
XIB
IT E
.3
TA
NK
GA
SOU
NE
D...
.JE
T F
UE
lA
rGA
~AST
E D
~MOTOR OILHY
RA
UI.
CT
RA
SMIS
SIO
N._
.M
a"F
AC
ILIT
NA
ESI
TE
AD
DR
ESS
CIT
ZZ
PN
UM
BE
RT
AN
TY
E(O
.Don
.)(D
ilion
i)10
1l10
n,)
(Gilo
n.)
(OIi
IOM
)(D
al.)
(Oal
lon.
'(G
allo
n.)
PUR
POSE
CO
MM
EN
SD
.,.Ju
rltd
lcto
n(V
nI)
3A
S16
0G
o""
T""
ope
Y"
LA
CO
OPW
flO
OD
SA
DIM
A O
M35
1 SA
N D
IMA
S C
AN
N R
OA
DSA DIMA
91m
1U
ST6D
G_
N.."
"op
oY
"L
A c
o D
PW F
LO
OD
SA
N G
AR
IEL
OM
9700
SA
N G
AB
RIE
L C
AN
YO
N R
OA
D I
AZ
SA91
702
1U
ST10
0D
lpei
i~N
ov-0
EPe
y"2
UST
100
Gen
ralo
EPD
y"L
A C
O D
PW L
YN
OO
O P
UM
P ST
AT
55 E
IMP
ER
HW
SOU
T G
AT
E91
801
usr
100
""..,
OPD
No
LA
co
DPW
SA
A A
NIT
A. D
AM
22 S
AN
TA
AN
rrA
AV
EN
UE
MO
NR
OV
IA91
016
1A
ST12
0G
_E
PeY
"L
A C
O D
PW F
LO
OD
BIG
TU
UN
GA
OM
809
BIG
TU
JUN
GA
CA
N R
OA
D I
AN
GE
LE
S N
AT
. FO
RE
ST 9
1041
AS
6D""
""'"
EPD
Y"
2A
ST44
Giii
arE
PDy"
LA
CO
OPW
HA
NSE
N S
fG10
010
GL
EN
OA
K B
LV
DSU
N V
AL
EY
9135
1us
r,.,
R&
alG
atL
AC
"N
oL
A C
O D
PW H
ASE
N Y
AR
1017
9 G
LE
NO
AK
BL
VD
SUN
VA
U91
351
UST
1200
Dis
pens
in,..
Cy"
2U
ST10
0""
-L
AC
Ity"
LA
CO
DP
PAco
r", S
lG10
4 A
RA
PAC
OIM
A91
331
1U
ST25
.. .-
LA
'"N
oL
A C
O D
PW f
lOO
D I
RW
IND
AL
E B
SN46
00 I
RW
IND
AL
AV
EIR
WIN
DA
LE
9170
1U
ST6D
G_
EPe
No
LA
co
DPW
AV
AlO
N P
UM
PIN
G P
lNT
2010
1 G
AW
AY
AV
EN
UE
E; 007~
1U
ST40
PuPl
ial
c_~
No
LA
CO
DPW
JO
HN
SON
ST
ET
PU
MPI
NG
PL
AN
T617 MEADOW ST
BE
AC
H 8
061
1A
ST"
..,T
_E
PDN
oL
A C
O D
PW B
IG D
AL
TO
N D
A26
00 BIG
DA
TO
N C
AY
ON
RD
0033
1A
ST30
G."
".,,,
OPO
y"PACOIMA DAM
163
PAC
OIM
A C
AN
YN
RD
RES 9135
1A
ST25
G_
EP
y"L
A CO
DPW
PAN
PAC
IFC
GA
TE
HO
USë
7600
BE
VE
RL
Y B
LV
D.
9036
1A
S"
G..
Dav
Ten
Clto
flc
No
W.h
hiw
orb
& S
e., M
.lnta
na. D
Mao
n
LA
CO
DPW
SE
WE
R M
NT
SO
UT
YD
1129
E 6
9TH
ST
LO
S A
NG
EL
ES
9000
11
UST
20""
EPe
y"2
UST
100
"".
EPD
Ya
LA
CO
DPW
SE
WE
R M
NT
CE
YO
1201
5 SH
OE
WR
AV
ESA
NA
FE
SPR
ING
S 90
670
1U
ST20
""Sl
F.S
y"2
UST
100
""...
.20
0SI
nFeS
Y"
LA
CO
DPW
SE
WR
MN
T F
OU
NT
AIN
SPR
ING
S2141
8 FO
UN
TA
IN s
PRIN
GS
RDDIOND BAR
9176
51
UST
100
-, E
PN
oL
A C
O D
PW S
EW
ER
MN
TT
R T
T63
PA
SEO
CA
N D
RM
AB
U00
265
1U
ST6D
..'"
EP
No
LA
CO
DPW
SE
W M
N M
AU
ME
S38
MA
UB
U C
eUN
TO
RM
AB
U90
265
1U
ST10
0-
EP
No
LA
CO
OPW
SE
W M
N L
A M
IRA
1610
7 E
AL
ICA
N R
DLA
"R
A90
039
1U
ST10
0..
EP
No
LA
. SO
DPW
~E
WE
R f
. TR
K P
S431R1. K
LA HUGHES
9352
1U
ST30
"-J"
"E
PN
oL
A CO
DPW
SE
W M
NL
AH
UH
E17
201
B.I
ZE
TlA
LA HUGHES
9353
21
US
30..
J"" EP
No
LA
CO
DPW
SE
WA
GE
PU
MP
STA
T28
5 C
OM
ME
RC
E C
TV
AL
VE
DE
PA
RK
9135
1U
ST10
0..
I....
00.(
EP
No
LA
ce D
PWW
AT
EW
OR
K26
EA
VE
K-8
LA
CA
STE
R93
535
1U
ST40
""T
o be I
nll
EPD
Ya
,U
ST40
""T
o be I
ns
EP
y"TOPANGA BEACH PUMP STATION
38 Sc Toø Can BJ
MA
U90
265
1U
ST20
EP
Y"
2U
ST40
""E
Py"
~
~ .
tt...~
.~
t..tt.~tt.~tIt
t~~~.....tttIttIttttIt...
REDWINE-LETEING SERVCESINC.
Redwine-Manley Services, Inc.P.O. Box 1567 Tel 661 834-6993Bakersfield, CA 93302-1567 Fax 661 836-3177
Email redinetest~prodigy.net
AS-NEEDEDUNDERGROUND ANDABOVEGROUND STRAGETANK MAINTENACE ANDREPAIR
Submitl Date: Deæmber 13, 2004
Submited to: County of Los Angeles
Departent of Public Works
900 South Fremont Avenue
Alhambra, California 91803-5100
S~~Y:/~~President
.t.ttt....t"t.D............................
1.1 BACKGROUND 4II 51.3 ORGANIZATION 61.4 STAFF 61.5 REDWINE PROJECT STAFF 71.6 KEY PERSONNL RESUMS 82.1 WORK PLAN 92.2 MONITORING MAENANCE PROGRA 12
2.3 ALAR RESPONSE 122.4 VAPOR RECOVERY SYSTEM MANTENANCE AN REPAIR 13
2.5 MATENANCE OF AUTOMATED FUEL MAAGEMENT SYSTEMS 13_ 1415
2.8 CONTRACTOR PROOF OF INSURACE SUBMITTAL. 16
2.9 ADDITIONAL INORMTION 173.0 SUBCONTRACTOR' FORMS SUBMITTAL 18
3.1 EXECUTED FORM PW-L "VERIFICATION OF PROPOSAL" 18
3.2 EXECUTED FORM PW-2 "SCHEDULE OF PRICES" 18
3.3 EXECUTED FORM PW~3 "COUNTY OF LOS ANGELES CONTRACTORJURY SERVICE PROGRA APPLICATION FOR EXEMPTION ANCERTIFICATION" 183.4 PW-4 "CONTRACTOR'S INDUSTRI SAFETY RECORD" 18
2
.t'.........................................
3.5 EXECUTED PW-5 "CONFLICT OF INTEREST CERTIFICATION" 18
3.6 PW-6 "PROPOSER'S REFERENCE LIST" 18
3.7 EXECUTED PW-7 "PROPOSER'S EQUAL OPPORTUNTYCERTIFICATION" 183.8 PW-8 "LIST OF SUBCONTRACTORS" 18
3.9 EXECUTED FORM PW9 "REQUEST FOR LOCAL SMAL BUSINSSENTERPRISE (SBE) PREFERENCE PROGRA CONSIDERATION AND CBEFIRORGANZATION INORMTION FORM" 18
3.10 EXECUTED PW-I0 "GAIN/GROW EMPLOYMNT COMMITMENT" . 18
4.0 SUBCONTRACTOR' FORMS SUBMITTAL 19
4.1 EXECUTED FORM PW-3 "COUNTY OF LOS ANGELES CONTRACTORJUY SERVICE PROGRA APPLICATION FOR EXEMPTION AN CERTIFICATION" 194.2 PW-4 "CONTRACTOR'S INDUSTRIAL SAFETY RECORD" 19
4.3 EXECUTED PW-5 "CONFLICT OF INTEREST CERTIFICATION" 19
4.4 EXECUTED PW-7 "PROPOSER'S EQUAL OPPORTUNTYCERTIFICATION" 194.5 EXECUTED FORM PW9 "REQUEST FOR LOCAL SMAL BUSINSSENTERPRISE (SBE) PREFERENCE PROGRA CONSIDERATION ANCBEFIRORGANZATION INORMTION FORM" (PART n OF FORM ONLy)
19
4.6 EXECUTED PW-I0 "GAI/GROW EMPLOYMNT COMMTMENT" 19
3
-
....IIt....It.It................................
REDWINE TESTING SERVICES, INC.P.O. BOX 1567BAKERSFIELD, CA 93302-1567PH (661) 834-6993Fax (661) 836-3177Email: redwinetest(gprodigy.net
License No. A-532878HAZ
HG No.415
RG No. 5761
Tank and Pipeline Compliance Experts
Testing · Installation · Removal · Closure
Monitor and Cathodic Protection Testing
December 12, 2004
County of Los Angeles Department of Public Works
To Whom It May Concern:
SUBJECT: COUNTY OF LOS ANGELES REQUEST FOR PROPOSAL FOR "AS-NEEDEDUNDERGROUN AN ABOVEGROUND STORAGE TANK MAINTENANCE AND REPAIR"
Redwie-Maey Testig Servces respectfy submits ths proposal to the County of Los Angeles Departentof Public Works in response to the above subject Request for Proposals. Redwie has carefuy reviewed alterms and conditions contaed in ths proposaL. Redwie understads the requiements that comprise thescope of work. Redwie is a quaed, licensed contractor capable of providig maitenance and repais as setfort in the county request.
Duan Turer, Vice-president, has the authority to act on behal of Redwe and is authoried to mae anyand al representations in regards to ths proposal and, should ths proposal be accepted, any contract betweenRedwie and the County of Los Angeles Deparent of Public Works.
Contact Inormation:
Dug Turer Tel (661) 834-6993 Cell (661) 703-5280
Dense Turer
President
kf
.I....It.......I.............................
Seion 1
REDWINE' CAPABILmESQualifcations for the Propose Projec, "As-Neeed UndergroundAnd Abveground Storage Tank Maintenanæ And Repair'
1.1 Background
. Redine-Manley Testing Services, Inc. is a professional UST/AST service company
established in 1986 wi offce in Bakersfield and San Pedro, California. As a small, minori,
woman-owned business, Redne has concentrted on staffng wi highly qualifedprofesionals who know the business beuse of their trining and their experience. Redwineholds a class A-Haz Engineering California Contrctors license.
. Approved Affrmatie Action Program
. Adequate insurance and indemnification
. Capacit to accmplish projects wiin the required timefrmes.
4
..
.I...........................................
1.2 ExperienceRedne management has years of experienæ in environmental compliance andresponse to regulatory UST operator compliance issues. Redne has sucæssfullycompleted over 2400 tank projec on time and within budget in it eighteen-year history.This experience team brings knowledge of the full range of typical actities required by aprojec of this type. Redne's long recrd of accmplishment in completion of projecwithin budget and witin the allowed time is testimony to the capabilites of the RedneStaff. Redne personnel and it subcntrctor have the experience and training
neæssry to fulfll each and every requirement of this project
............ ... ........ .. ... ................ ............ . .............. .."... ... ... (Se Sén t6KeYf'ersneIResume)..
A. Senior experience as public, regulatory, legal, and govemmentalliaisons
B. Familiarity wi agency jurisdictons for this project
c. Hundreds of site investigations, feasibility studies, remedial acton workplansand remedial technology design
D. Full time technical staff experience in UST/AST ærtfications, upgrades andrepairs
E. Ëighteen years experienæ wi underground tank projecs, especially thoseinvolving hazardous matnals or waste.
We are espeially qualifed for this project beuse for more than thre yearsRedne has provided many of the certcationsnspeionsrepairs in the fonndescñbed in the specations contained in this reuest for proposal. Redneis th incumbent contrctor to the County of Los Angeles for "AsNeeed TankCertcation", adopted by the Board of Supervisors on August 7, 2oot.
As incumbent contrtor to the County of Los Angeles, Rene hademnstrted its supeor technical and administrtie abilities under allconditions - th rotine and th . unique. This speialized expen will insurethat the Conty of Los Angeles will have in this Contraor a team of Field andAdministrtie proionals with a proven rerd of perrmnce.
.' .- -,".- .: ".' --. .- .-' ,...' :, ......,. " ._..' ."__" _. ._;".,' ',...,: ,"'c' ..:.... '.-",', - .",' . .':.-":. . - -', .: ..-.-,'";---. .- -..,:.,.:-.:.--"",.,' ,-' . . ',---:.: -',; ',,.:,,:, , -""- --,_:, -..'-',,-':'::..:', - --': :-',
..*llØi.~Itt:C)I'"~ffi~c:i~.l1ts....~F2Iinili~I'...\¥t6~ac:h:...~êê"~"ç.nn...#~ti.......its... ...sUrr.untiiagšil.'conditio.. .
5
...........................................-
1.3 OrganizationRedne-Manley Testing Services, Inc., established in 1986, operates as a taablecorpration, incorprated in the Stte of California. Redne is a small, wornan-owned,disadvantaged busines and hold current multi-agency certcations. Redine is a
graduate of the Small Busines Administrtion 8 (a) program and holds a current SDBcertcaon with the US Small Business Administrtion.
1.4 StaffQualit in any industr is the ability to achieve the result perceived by the client and to doso in a businessike manner. Business-ike is taken to mean a knowledgeable and
effcient application of labor and equipment to each task. The end result must meet theindustr stndards as well as reaching the clients goals. Elements that contrbute to
management qualit can be defined:
.. Communication .. Accunting
.. Schedule .. Budget
.. Site Cordination .. Site Control
.. Healt and Safety .. Planning
.. Technical Knowledge .. Experience
.. Pride
Redne communicates the importnce of understanding projec tasks, methods ofaccmplishment, performance creria, and delivery expecttions to all levels of its staff.Redne trcks performance by a combination of on-site projec management and accunting oftime and charges against each budget. Field actvit sheets are returned to the offce at the end ofeach day. Information on daily actities, procurement commitents and deliveries is reportedweekl for management review and response. In turn, projec management report regularl onprogres and performanCe to clients representave. Management benefi from the use ofcomputer based planning and scheduling softre. Coupled with the computer based accunting
system, an ongoing desription of the progress is produce wi the networking now available,
trnsmission of the information keeps all abreast of the rate of completion of the tasks and anyvariations to time and sceduling. Historic site data is kept in eiter an excel or paradox database.This information is update weekly. This information can be utiliz for follow-on site work or futurebudget and planning. The database can be tailored to individual projec nees; Informationgathered and store includes, but is not limited to:
6
.............................................
~ Site and contact information
~ Test, inspecton, serviæ desriptions
~ Systems maintenanæ and repair
~ Test, retest, inspeon dates
~ Certcations/deficiencies
~ Equipment desriptions and serial numbers
~ Expenditres/Purchase order numbers
~ Test, retest, inspeon result
1.5 Redwine Project StaffRedne's core staff is not subjec to rapid turnover. To the contrry, the core stff is longterm, retained beuse they find challenge, satisfacton in the qualit of performanæachieved by the company, adequate compensaon, and a team atosphere. Redwinefully expes for the core staff and key persnnel to remain stable through the full period ofcontract performanæ.
.. Dugan Turner Projec Management
.. Noel Plutchak Scienærr ecnical
.. Willam Merslis Regulatory Liaison/Health and Safety
.. Jim Albitre Technical
.. Michael Moore Technical
.. Kathy Fri Scheduling/Biling
7
............It..............................A
1.6 Key Personnel Resumes
NOEL PlUTCHAK
WilLIAM MERSELIS
JIM AlBITRE
DUGAN TURNER
8
.,....................It......I...............
NOEL B. PLUTCHAK
Mr. Plutchak has over 38 years of management and technical ex~erience in ba~ic ~d applied sciences with an emphasis
on multidisciplinar problem solving and computer-support of science and enggeenng.
Redwine Testing Services, Inc. (1998 to Present)
Proiect Manager- Responsibilties include site assessment and subsurace geological s~dies of the relati0i:s~ip be~eenwaste disposal and the biological, chemical, geological and physical impacts on the environment for remediation design.
Active Leak Testing, Inc. (1985 to 1998)
President. CEO and Chief Scientist - Founded the corporation in 1985 to provide consulting service to gove~ent andindustr in the area of subsurace leakage from ta and pipelines. Company performs in the fields of EnvIronmental
ConElulting (geology, meteorology, chemistr and physics) and light constrction.
bytbeon Servicei; Corporation (1983 to 1986)
Chief Scientist _ Technical Advisor to Project Management and Ocean Engineering Division General Manager. R & Deffort focused on large-scale ocean circulation aimed at transport and impact of water borne containants offshore.
Interstate Electronics Corporation (1975 to 1983)
Chief Scientist - Oceanic Engineenng Division. Staff support to Division General Manager. Assured quality ofproducts and technical input support to program durg data analysis. Acted as Head of Issues Branch, TechnicalDirector for EP A Program and Project Manager on Radioactive Waste Disposal Program.
University ofSoutbern California (1973 to 1975)
Senior Scientist - Environmental Geology Program, Deparent of Geology. Responsible for design and developmentof a predictive numerical model for the fate and transport of oiL.
Oregon State University (1969 to 1973)
Research Assistant/General Manger of TOTEM Project - Responsible for real-time data acquisition through telemetrfrom tethered, instrented spar buoys.
Bendix Corporation (1966 to 1969)
Head of Physical Oceanography. Mare Advisers. Inc. - Responsible for studies on Nuclear Plant Sittings.
Columbia University, Lamont Observatory (1962 to 1965)
Research Assistat - to Dr. Takhi Ichiye. Involved in studies related to tubulence and diffsion process.
EDUCATION:
1964 M.S. MeteorologylPhysical Oceanography Option. Florida State University
B.S. Geology, University of Wisconsin1960
1972 Graduate Studies in Physical Oceanography, Fisheries Biology and Statistics. Oregon State University
LICENSES:
Registered California Geologist #5761Regisered Envionmenta Assessor #02163
Certifed Hydrogeologist #415
Califo~ia Contrctors License #536701 Specialties - A, CIO, C12, C57 & Hazdous Materials HandlingState Fire Marshall Approved Hydrostatic Testing Technicianitness
.
.'I. WILLIAM B. MERSELIS
. ' , d small field survey crews, then progressed to project
. h 3.. years or technical ana management experience. lnnttally he manageMr Mersells as over oJ . h. I rporation. management, and deparent management wit II a arge co .. management, program
Redwine Testing Services, Inc. (1998 to Present). ' I. h' b tween containation and the biological, chemical,.. R .bi'li't'ies include site 85sessment and studies of the re at10ns 1p eProieet Manal!er - esponsi ,
geological and physical impacts on the remedation process......... McClelland Engineers, Inc., Ventura, California (1982 -1984)
................
. EDUCATION:
. 1961
. 1958
. LICENSES:........
Active Leak Testing, Ine. (1986 - 1998)fth ff d the company's business activities. Manages general
;~;e t:r;:~d::i~:: ~;:;;~ ~oa::e; s~::~s:~::~:~:, f;~c~V::al;:Ð::::~;::~~es ==~ ~~~i:ies, finances and accounting, business development,
marketing and sales, client liaison, project direction, scheduhng and budgeting.
Santa Fe Braun Inc., Alhambra, California (1984 - 1986)
Senior Coordinator _ Responsible for coordination of Senior Management, 'Project Managers, Estimating, Finance, Legal and sales support teamefforts to ensure accurate and timely completion of proposals and contact documents,
Senior Geoloeist _ Responsible for new business development for the Engineering Geosciences Deparent. Involved in planing, technical and
business proposal preparation and presentation to clients,
Interstate Electronics Corporation, Anaheim, California (1969 - 1982)
Pro2ram Manaiier - Geologic hazds programs for offshore California. Responsible for project control, pedonnance and final technical reports.Program involved area background analysis, survey planing, mobilizaion, field survey, data collection, analysis and report. Both analog anddigital data were recorded, processed and analyzed to produce the required maps and report.
Re2Îonal Coordinator - Directed the preparation of environmental assessments and environmental impact report for EP A Contract.
Prol!ram Manal!er - Site reconnaissance and charctenzation surey, Responsible for management, liaison with BLM, scheduling, budgeting, and
reporting, including technical bneffg presentations. Directed the technical program fiom initial planing and preparation, though new andinnovative field surey techniques, to data analysis and sythesis, map production and preparation of the final report.
Manal!er of Environmental Sciences DeDartent - Consisting of 30 scientists, engineer and technicians who pedonned surveys, studies, dataprocessing and reporting on environmental and engieenng requirements of industr and governent.
Project Manal!er - Responsible for direction of scientists, engieer and consulting ff on numerous projects. Complete project management,budget, schedule and technical content. Managed a stdy for EP A for the development of a national coas water quality monitonng network usingexistng capabilties.
Bendix Marine Advisors, Inc., California/awaii (1963 - 1969)
Mana!!er. Hawaii Offce - Responsible for the professional and technical activities in Hawaii and the Western Pacific, Completed numerousstudies and surveys in Hawaii, California, Alaska Okinawa, Taiwan, the Philppines and Vietnam.
Maser of Science Degree in Geology, University of Southern California, Los Angeles, California
Bachelor of Ar Degree in Geology, Wiliam College, Wilamstown, Massachuset
Registered Environmental Assessor # 1 759
California Contrctors License #677649 - A C57State Fire Marshal Approved Hydrostatic Testing Techhicianitness
...........................................-
Jim R. Albitre
Objective
I am lookig for a position to utilize my expenence knowledge and skills to make a companysafe and as effcient I can help make it.
Experience 1993-2003 Comforce iiin:, C-: .Associate Engineer / Inspector - contracted to Kider Morgan Pipeline integnty group.Coordinate dispatch and trainig inspectors and review report
Schedule pig rus, repais and pressure tests with project managersReview pigging contractor reports generate prelimar dig lists
Work with the environmenta deparment on excavation procedures as InspectorOversee instalation of new pipingOversee the launching trackig and receiving of inspection toolsLocate and mark dig sitesOversee digs and repais
Draw as builtsResigned from Kider Morgan for differences in management philosophy.
1982-1993 Nortwest Pipeline Vancouver, WashingtonSurvey Supervis~r Sprea~ Four and Spread SixCoordinate and dispatch th-four man surey deparentOversee Preliminar to as built sureys also fabncationAssist constrction supervsor on re-routs pnor to constrction and constrction line changesReview all surey reports and field booksSubmit daly reports to chief inpector and weekly reports to surey coordiatorSpread Six
Oversee pipe as built and honzonta control on a 5000' Columbia River crossing
1990-1992 Iroquois Gas Transmission Rhnebeck, NYCoordite and dispatch a th-man surey deparentOversee Preliminar to as built sureys also fabncationsAssist constrction supervisor on re-routs pnor to constrction and constrction line changesSubmit daily reports to chief inpector Review all field books
1989-1990 Santa Fe Pacific Pipelines Los Angeles, CATank InspectorCoordinate contractors for cleang repais and internal coatig for refined petroleum storage
tas1989 Wiliams Brothers Engineenng Los Angeles, CAInspectorInpector on a fiber optic line from Los Angeles to San FranciscoLocated underground pipelinesOversee the excavation of assist pitsLayout trenchig for new pipe
Draw as builds
........................t.........
.'.........
1989 Harold Hardin Land Surey Bakersfield, CAInstramentman on a two-man surey crew on pump station layouts
1988-1989 Southern Pacific PipelinesInspectorStae ditch on four 60-mile loopsDitching Boring Hydrostatic testing inspector
Los Angeles, CA
1987-1988 Salomon Pipeline Constrction Co. Bakersfield, CAEquipment Operator I Job FormanInstall sewer and waterlines a utilty trenching
1986- i 987 Celeron Gatherig MaitenanceSurveyor I Part ChiefPipeline layout road and creek drawigsPreliminar ditch stae and as built sureysLayout pump stations
Bakersfield, CA
1984- i 986 All American PipelineSet up road. and creek crossingsPreliminar ditch stae an as built sureysTie ins and profies
Bakersfield, CA
...............I,........t...................A
JOEL DUGAN TURER
EDUCA nON
19711968 - 1971
Attended Cal State Bakersfield - Staed Master Degree StudiesGraduate of University of California at Fresno, Bachelor of Science degree in Ag.BusinessCollege - Graduate of Bakersfield College with A.A. Degree, Business Administration
majorGraduate of Bakersfield High School, General academics courses
1968
1966
SPECIALIZED EDUCA nON
200320032000199819981993199319871987
Incon Training and Certification ClassSan Joaquin Valley APCD Certification ClassCaliforna State Contractors License #532878 A HIC HACaliforna State Contractors License #532878 AState Fire Marshal Approved Hydrostatic TestingU. S. Test CertificationAES PLT 100R Line Test CertificationHazdous matenals handling course - Bakersfield, CACompleted Certification in Underground Tan Testig Course(Horner Ezy-Chek)Became Nota PublicCompleted Fireman Funds School for Advanced Studies of Workers CompensationAttended Claremont College, School of Advanced Agency Management Received aCertcate of Completion
Completed Harord School of Commercial Lines at University of Southern California.Received Certficate of CompletionAttended Certficate Life Underwters Course in "Varable Anuities". ReceivedLicense"Life Only" License - State of CalifornaCompleted Correspondence Course of Anthony Schools for Licensing of Propert and
Casualty Insurce - Received Solicitors License from State of California
198519801979
1977
1976
19721972
WORK EXPERIENCE
1986 - Present Co-founder and operations manager of Redwie Testing Servces, Inc. I have played anintegral par in brigig ths company from a concept to a viable entity, which is
curently considered to be a very competent and reputable ta testig concern in a very
competitive industr. Though my effort ths company has received major commercial
and governent contrct.
Duties Include: Day to day offce management, supervising and assisting in testigoperations and intedacing with all personnel involved in a project, project quality controland safety control. I created and oversw the implementation of techncal formats andthe safety contigency plan curently in use for Goverent Projects.
1985 - 1986
1971- 1985
President, Kare- Turer Insurance, Bakersfield, CalifornaElmer F. Kare Insurance, Bakersfield, CalifornaPosition - Insurce Agent, coverig all phass of inurance
PROFESSIONAL AFFILIATIONS & ACTIVTIES
. Member National Fire Protection Association
. State Registered Environmenta Assessor: Applied for
. Member of Board of Directors of the Independent Inurce agents of Kern Countyfor six years
. President of Independent Insurce Agents Association for two year
. ChaInan of "Bid I Day" convention for two years
. Represented California Independent Inurce Agents as a political Lobbyist at StateLegislatue regarding AB149, (One Ban Holding Co.), and was successful in efforttowards its passage
~.......It...............,....................
Seion 2
2.1 Work plan
Redne is licese and capable of providing inspection, calibration, repair andcertification of each UST monitonng device. We are, !ncon, Veeder-Root system (VR)and Ronan certified and are famliar with the Ronan attchment to the VR for the signallight and alar and their test protocols. We have installed and certified both the VR/LS- 200, 300 and 350 the probes and varous sensors. We are also EBW Auto Stickcertified. We have worked on varous tyes of monitors or gauges on above groundstorage tas.
~ Based on our eighteen years of expenence with the Cit of Los Angeles and threeyears expenence wih the County of Los Angeles for monitor certcation, tankand line testing, and equipment replacement and repairs on their sites with over222 USTs we have leamed the importnce of scheduling our work and beingprepared for emergencies and added work requirements.
~ Scheduling and Notification is cntcal so that your offce, any regulator and eachfacility wil know when we will be coming and what we will be doing. That way,when there is a regulatory issue, questin, or a known or intermittent problem inthe system operation, one of the knowledgeable county personnel and regulatorcan be there to witness our work, if they wish.
~ As an example, on our previous LA City contrct, the tank and line testingrequired that the UST fuel drops for testing be cordinated by Redne wi thefueling contrctor and onsite Cit representatives. This added responsibilit
demonstrted the Cits awareness of Redne's competence to succsfully
cordinate the preparatory requirements as well as execute the testing and
repairs.
~ When necssry, Redne persnnel can work on any site at any time of the day.We have an 800 number telephone system monitored 24f7, ContrctotsRepresentative can be contacted by cell phone or offce land line. We will returncalls witin one hour. For emergency repair requests, we will respond wiin sixhours and we can respond onsite to any non-emergency wiin 24 hours of yourcall.
~ Redwine has Internet and email capabilites, to enhance communicationcapabilities and for spey information exchange.
~ Within a week after contract award Redwine will present to you our workplan/schedule for any sites currentJ slated for maintenance and/or repairs. Futuresite maintenance and repairs will be on an on-cll, as neeed basis.
9
........................,....................
)1 Our execution of work will be base on your cntcal, regulatory, and siterequirements. We expe that up to three well-stocked service trcks mannedwi fully-trained technicians can visit two LA cit area sites in one day, thusdedicated to your projec we can service the nees all of the 68 sites.
)1 Dunng the site visit our service expert will conduct a site assessment evaluationand repair/replace/retest to meet all of the current fuel dispensing operation
regulations of the Federal, State and Locl junsdictons.
)1 While on site testing tecnicians typically inspe the following for regulatorycompliance: dispenser, hose, bot, nozzle, breakaway, retracton system, pump(sucton or turbine) drop tube, check valve, accssible fill boxes, spill boxes,manways and dispenser pans, and pressure-vacuum vent cap, and if site hasmet the April 15. 2005 Enhance Vapor Recvery Upgrade Mandate.
..)1 Redwine repair technicians are capable of reviewing field test report.
Based on equipment deficiencies found during these inspectons I tests, ourrepair technician(s) can repair/replace the part or equipment in order to bnng thesystem back into service.
)1 If the monitor system is non-operational andlor the sensors and probes are not
working properly, then the defectve system components will be repaired/replacedwhile the repair technician is onsite.
~ Redwine persnnel are qualified to conduct retestscertfications after repairs andwil put a paper label seal on the panel indicating the date ofinspectn/certcation and prepare the proper documentation/report for regulatory
requirements.
)1 Redne will compile all of your service records and assemble these in a specificorder for each site in a computer database. This will list and contain theinfonnation neeed for regulatory reportng for each site. As additional data
sheets are completed they will be added to the datbase. A hardcopy of repairreport and documentation will also be delivered to the projec manager and tothe agency(s) of juñsdicton, as required.
".""-'-" ......,--... .- .._. ..., ._- .P',- ." ", ,",_.. ',' ...' _. - .. ,:'-.-,. ,-,,- ..'" : -. "'""', ,-,. ",-.,"-'- , ." ..., .-.- -. "- . . - ,- .. '..dr~a...~7i4'ii~. ...fa~mßi.wittrthe..J1lesand..witirthe..tycålcÒrnPliance.~ues..thåtthè..Dêpâent.ofPublíCWorksffust..
.deaLwitl1. . .. .
Redine is prepare to work either with your staff, your staff and the reguator, ordirectly with the reguator on your behalf on compliance issues. Our experience is that ifone takes a proactive cooperative approach with the regulator most issues can be resolved
10
"...........................................
in a timely and cost effective maner. Redwine is ready to respond to regulatory
correspondences and citations issued to county sites including repai, certification and thepayment of fmes, if requied.
Redine understands that the intial and pruar focus of this contract is the maintenanceand repair of UST / AST monitonng/vapor recovery systems and automated fuel
management systems. Based on our experience, we recognze the tyical pars and/or
equipment needed for ths proposal. Redwie's trcks are'stocked with these pars andwe are prepared to seamlessly reinforce your existing site maintenance program.Redwie is aware of the tremendous demand exerted upon equipment manufactuers inrecent months and the resultant delivery delays.
If water, fuel or debns are found in any of the openings Redwine will immediately reportthat sitution to the project manger with our assessment of the probable cause. Weareprepared to clean these containent' areas and can do so upon request at the pnces quotedhere in or provide a quotation to do so if beyond that listed in the pricing here in.
We can repond in a timely fashion to service requests pnced here in and on those outsidethe scope of ths contract when requested by the Deparent of public works projectmanager and approved by the contracts offcer.
Redwie is a State of Californa Contractor holding an A and HA license. We have beena State certified ta, pipeline and vapor recovery tester, (i.e.) leak decay and dynamcback pressure testing, and monitor instalers and an inspection, maintenance and repaircontractor for eighteen years. Therefore, Redne is expeenc:ed and is capable toprovide all of the maintenanc:e, reirs, testing and certcations neeed by theDepartt of public work for all existing city, county, AQMD, state and federalreuireme.
11
.............................................
2.2 Monitoring Maintenance Program
Redne's Monitoring and Maintenance proram includes the following seivices: maintaincurrent monitoring system, alarm response, repairs, calibrations, and documentation
Insuecôon and Maintenance:
1. Talk to facilties personnel for system history.
2. Check out paneL. Verify each electrical chanel and calibrate as necessar.3. Check the operation of each probe.
4. Check cable continuity.
5. Test line leak detector.
6. Test spil box with Incon system.
7. Replace defective or non-functioning pars. .8. Test system continuity and verify proper system operation then reseal paneL.
9. Submit report on ffndings and corrections to client/regulatory agency.
2.3 Alarm Response
1. Upon notifcation by Client, Redwine wil assess thealan condition.2. Site visit (within 24 hours for non-emergency response or 6 hours for emergency
response) to investigate cause of alan (i:e. product leakage or false alan).
3. If it appears to be a false alan, check out the system as derined above.4. If alan indicates equipment malfunction, repair/replace the defective par and retest
system.
Documentaôon:
1. Submit a leak investigation and or/ repair report for each alar response.2. Submit the required documentation to the site representative, regulatory agencies, and the
Contract Manager. Information wil include tye of equipment repaired/replaced, testing,and maintenance activities, and the on site responsible Redwine representative. The timeand method of submittl of this report wil be in confonnance with the requirements ofthe regulatory agencies and client.
12
.t............................................
2.4 Vapor Recovery System Maintenance and Repair
1. Submit notification to regulators.2. Review testing technician's deficiency report.3. Repair/replace defective equipment or par.
4. Retest.
5. Complete paper work and file with regulatory agency, site contact and CountyContract Representative. Infonnation wil include tye of equipmentrepaired/replaced, testing, and maintenance activities, and the onsite responsibleRedwine' representative. The tie and method of submittl of this report wil be
in conformance with the requirements of the regulatory agencies and client.
2.5 Maintenance of Automated Fuel Management Systems
1. Island door services to include replacement ofRIT door, replacement ofRlT LCD display, and replace RIT door processor. Replacement pars tobe provided by the County of Los Angeles.
2. Provide maintenance and repair of Site control processor to includereplacement ofSCP "Ampro" complete back-plate assembly, replace"Ampro processof', and replace "Ampro" reset module. The County of
Los
Angeles wil provide these pars.3. Provide hose control board services to include replacing the 4-hose control
board - pars provided by the County of Los Angeles.4. Relay Services to include replacing the external relay set (set of 4 each
relays) provided by the County of Los Angeles. _5. Pulsar Replacement to include 100 to one Optical Pulsar Assembly provided
by the County of Los Angeles.
13
...........................................-
2.6 Subcontractor Information..~~~~~!~¡~..'~.t~_~ÎlI~;§~~stal1lânls~ .... .
Redwne has seleced Rich Environmental to be it subcntrctor on this projec. The
subcntractor has reviewed this Request for Proposal, is familiar wi the requirements,and agrees to all it terms and conditons. Subcntrctr personnel have succssfullycompleted proper training and hold certcationslicensing required under this proposal.
Rich Environmental has three years experience on Redne projects. This subcntrctor
has demonstrated capabilities consistent with Redne standards on the following projectsreference in our submitls:
Washington Mutual Pacifc Gas & Electrc
Sprint USA Cit of Los Angeles
Together Redne and Rich Environmental was one of the first teams wi RegulatoryAgency recgnition to conduct SB 989 testing statewde. Together we have conductedhundreds of SB 989 test, monitor ànd vapor recvery systems inspeon, trouble-shooting, repairs and retests, earning the respe and confidence of clients and regulatorsalike.
.. . ' --', -: :.: -- :- -' :. :, ' , .-:.- ~:.. ............... ....,.................................................................... .......
.(seSSonff(4;OSul)Ontc:9rfoFl~.Subii~I~) ......
License Resumes
Certficates of Insurance Certfications
14
...........................................
2.7 Contractor Capability Submittals
Licenses - Certifications
15
-
. r.~1 ATE ()F~~~~'()I(~~~_~:;':-~_~.I;'":,_:':.:.~.;:': t'~.I.:'.~i .':.~~I:~.~I~.~.I'~I.~ \ It: r I. :,..,;_!:,,:.~.' '~'__ ___ ___n___ _ .. .__
........
.TO:
......................
.~....: _ AHAZ
....
"I'll': II II.sON. GO I'!': !!,') I:.. .._ .....__.___... ...h.. .__._ . ._.. . .'......_--.-.... ..._-_. ... .__._ _______ .._ ___ ____n._...~__'__'h__._._.__.-- ._0 __.n._
~-'98af) (JOETHE ROAD, SACRAMENTO. CALIFORNIA
MAILING ADDRESS: P.O. BOX 26000SACRAMENTO. CA ,95826
(9) G) 255-;3900 or 1-800.a2) -2752
CONTRACTORS STATE LICENSE BOARD
REDWINE. MANLEY TESTING SERVICES INCPOBOX 1567BAKERSFIELD, CA 93302
DATE: 07/08/1998
LICENSE: 532878
DEAR LICENSEE:
.JOEL DUGAN TURNER was approved as the RESPONSIBLE MANAGING OFFICER/VICEPRESIDENT/SECRETARY for the A GENERAL ENGINEERING CONTRACTOR classification on.July 03, 1998.
If you have any questions please contact us at the above address or t.elephone number.
RME/O Unit
/- ~ a c..iiornia aOR STATE LICENS BOAR
t'Ã"" ~AC ACTNE LICENSE ~//532878 i-- CORPi--REDWINE. MANLEY TESTING
-- SERVICES INC
_i- Oöl~io ~----
i--- . - ---_._-
....III IlIlinlllllll~i-;iill;iilii iiiiiiiiiiiiiiiiimlllllliiiiiiiiiniiiiii 111111111 n iiiiiiin iiiiiiin I111IIII11111111 n 111111111111111111 II11I1III1 i 11111111111111111111111111111111.1111111111111111111111; iiiniiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillllnninlliiiiiiuuiii~STATE OF CALIFORNIA =.STATE AND CONSUMER SERVICES AGEI~CY COi\TI\¡\CTuH:- STATI': 1,IU':'\SI': B( 1.\I\D 1
. (,ç\.~~ //J"I/'I/1I0 dualilii !. ..oiisiiI M'I' (I if ;:Allhil'S j. 1It HAZARDOUS SUBSTAi\C:ES I~I~~'1()VAL AND RE~iEDIAL ~. ACTIONS CERT1FIC~ATiON e.-... ......"''''",\, __.. '\ I)f CONSu.. III
I. .: ~\~""''''''''Ô;y Ii:~t' ','9,.,l(:. ~~:' - ~ - "t"?',
1"4.' .~I~ c:: REGISTRAR OF : '" ~
, ~ ¡ CONTRACTORS : ~
II.. .."Ii " - ~ - ,t ~l '. .. it ,:. " ú'/:... .,'~~ .:. '1\ oftl-........I)~¥o.:: \\\,~~~~~~~,--- Business Nniie:
lI WITNESS Ily hI/lilI/lid officiI/I ""rd/his Tlii, C'f'nillt';,li"" is tl", rrUri'n~' uf theI _ rI,lH¡o( REDWINE-MANLEY TESTING SERVICES 1\1'~"li.., "1 ("""dCI"" is ",,¡.'\ ' -t-',,~9 FEBRUARY 2000 'r,ii"I,r.,!,J,
ii," ,¡",Iii". r,"ii"lld (I' ¡I"
I \.- ~\hi.i_'-\INI TN ç 1',I~'.',\",',I,,"':; ,;1' ,',',~Hlil ;,~I":','.',',i~,ii,','riii,','"'","r','I,
,",',',,',',Ic'd
~ Ik~il.t,.((/, iitCnlll/"idlin 13L.~t: 1 ;!.'~--7.11111111"1111111111111111111111111111111111111111111111111111111111111 11'111111111111111111111111111111111111111111111111111111111111111/11 i IIIIIIIIIIIIU 11111/1111111111111111111111111111 iilllllllijllll IIUlllllllllllllllijlllllllIllllllllIllllllllllIlll¡'IIIIIIIIIII"1I1I. A- 8010...................
¥,- ,Piirsiiant ttl II\( pl'()isitJIIS or ')(~di()ii -;\).)8.7 (i! 1111, Ih..silll'sS diid PI-tJlt'ssìoIIS Code,
tht' Ih,t!istr,ir ("I' (:t)iilractors d,;,,; heri'!'\ l't'r(ll", ii, ii the fo!lu\\ IJI(J ¡¡ii,di," 111'f 1)(l-~tJII
hdS Sllt"t'i'~~liilh i.U)lr1I,!(,d Iii' IIIZ¡¡rdl"ls sui"i.',ii" , removal aIl~i 1'1'1111 dii ddit)llS
e.\,\1 11 i iwt jO'I.;:i,:t:".
..''.',.');:.'-,";.
.
).: j.W.iL;_....
. ......., ..
.......
ik(JII,I!il'il'l-'~~ JOEL DUGANL~llsl' No,:
5.32878
TURNER ~
.............................................
MICHAEL MOOE IiA IJlo(s NNr fREDWINE TESTING SERVû:r66 i -8993 ..PtT 30Ce ,
(1~11,,;,,:: 1I,I! 11;"''"' "'" hr"i't/','...
...........................................A
~ South Coast. ~.. Air Quality Management District~; 21865 E. Copley Drive. DiclJ)ìorlcl BClI. CA 9l165 4182
.~ (909) 396-200 . http':/www.clqrrd.gov
October 25, 2000
\Mr. Michael MooreRedwine Testing Services, ¡ne.P.O. Box 1567
Bakersfield, CA 93302
Dear Mr. Moore:
I want to congratulate you on successfulJy complciing the District's training class onconducting vapor recovery performance tests at g:isoline dispensing facilities (GDFs).Effective NovembC'f' 1, 20CO anyone conducting tliese tests must have completed the class.Your South Coast' AQMD J.D. number for testilì¡~ purposes is listed at the end of thisletter. Please list this J.D. number on .my test resulis that you submit to the District afterNovember L Any test results submitted to the District after that date without a tester J.D.number would not be accepted.
I also want to remind you that ,111 perfonnance tests must be conducted using testingequipment and test procedures stipuLnecl in the Cdifornia Air Resources Board's (CARB)V~'por Recovery Test Pron:duf'es (lP-2C 1.3, 201.4, etc.). For example, if you areconducting a leak dci.,!, test, you must document the time it took to reach 2.0" WC usingthe appropriate forriiib. lIthe time exceeds ihai .dlowed by the formula, the site fails theleak decay test and these bilcd iest results will be documented. Once this has beenaccomplished, you iiuy proceed to look for leak) If the site passes the time allowed by theformula, you may pn.1c:ed .ind çondUL'lthe 5-inl!~\lic leak decay test following the testprocedure guidelincs, Conduning .11)' perfornulll.e tests contrary to CAR testingprocedures may result in a violation of Rule 461 (c)(3)(A) and a Notice of Violation issued.
We are in the process of procuring .1 digital cartr~\ and will contact you to makearrangements to take your picture for your identilÏcation card. If you have any questionsregarding vapor recovery tl'sting .it CDFs, plc"~(' ~ ontact Ralph Crawford at (9C9) 396-2402.
Your AQMD testtng I.D. number: 1115
Sinn'rely,
~,.~ f2~'Loii;, RobertoSLipl'rvisor - Rule 461
......
......
. ....
......
......
......
......
.... ~:- ' ~. .. ~ /~
---. -
-~--
- --
- -
----
-____6_.". .___.._'". __ __
. ___ ___..._ - ..._ ____. ,__H, ..__, ___..__.._~__~.__ .._ .___...____
---_
.-
............ ......~.....:.:...-..~..--........
.... /
MIC
HA
El M
OO
RE
. ~
. .~,.ii.).\lre ~~
t l!Catio. . 562-06.0899
ED
ER
-RO
O'T
- tiftæ of Compfetin
hlic
atio
Lev
e 1
""cati D~11 o.121991
" R
.'V $
o fo
E x
¡ oI
lev
~ "\ ~ .. ~ "'\ ~ ~ "" -Q "i. ~ "' ~ ~ ~ 'Y ~ ~ "" -~ "'\ V ~\ V ? E y ~ I ~ i i ¡ ~ ~ ~ :: ~ .
~~:S
;A~~
;~--
;Ìl~
W:r
;::!X
~lj¡
((';K
KJl
(iK
j¡Jl
lj' _
.... I
,
- M
icha
el M
oore
~- -
---_
._--
---_
.__.
-. ..
_. _
.
f1 compkted tfÎ LEver 1
cour
se o
f ins
tmäw
n in
the
inst
artå
twn
of
'1eer-2\ot iler Monitoring Syste .
'. k
Apr
il 28
,199
7
Patrck W. Schoen
Fiel
d Se
rvic
e M
ange
r
(;~
w. .
~Ja
mes
C. T
ibes
arT
rain
ing
Coo
rdin
tor
~e&
'J
-r . , I
.........It...................................
_",0,'
".
T E C H N', 0 L 0 /1 i E: "I BurM ~~ YII CCr, c. ,a"~, ToI' (~)O ~71;&*,jjii.iti¥~lr' .
_' ' '_,~.Iif'llclnOlOf..-- ,d-':;,~":.'~'~"-' :.~5'pt
~N~.~,%.~tl'~~'!:~''t'¿;:O~''i;'"'ÇC~nYr't~R~ri' Tntlng Servlcn, I!1C;'" . ",.. "'''',i':;'',~. "., ":1:tlt.;-'':\;I''':~;'' 'J¡;~1f:i~Ç,,~fI!CV..'ned ,",taller l CA.593 ,'-: '.~. t.f~"" o. ;...Explru on: 12131/05
:,.). ...:
.It....ItIt.It.....It..................'i. '.."...-,~ (
~ .~
IfI:....
~." ..'....
';'.(.' ".,.,'
-
.............................................
, ,,
SM~~FírJ_~
øoHD ivN1NG
Th i. II _if) 111 on 01(2¡, :iF.i. PlIJTHA. ",..full) ","~"icd bo..inin II ,., Ioh I/,ho SMIT FlSERC.. Total Quiiy In...I1...,n f',¥ra f"r.. ....io 01 Ui. lii"" ¡¡ -- .. ""aini pn,."...,
¡("IIJ. re
10... ..11 5o....... .." ~..'!",.. ..,.. _i" ,i-" ... .. ~ i- . ..... ..
...........................................
Smith Fibercast2700 West 65'h StreetLittle Rock. AR 72209Phone: 501-568-4010Fax: 501-568-4465
www.smithfibercast.com.
SMITHFíbercast'
i A Varc Company
This is. to certify that on 01/26/04 the following employee(s) of RedwineTesting Services, Inc. successfully completed bonder training as set forth inthe SMITH FIBERCAST Total Quality Installation Program for theinstallation of UL listed Primary and Secondary Containment products.
Noel PlutchakWilliam Merselis
A copy of this certificate wil be kept on file at Smith Fibercast.
Renewal of this bonder certification is recommended every five years orwhen a bonder has not used the specific bonding process for a period of 6months.
¿(¡-Randy Petty
Manager, Field Services
-
.. I,~,"è:"':\~~~~~i',~'...
. ..f'",-'
.~~~ c~I;~~~1
. \.~;t~ ,;) il. .
I.,;. '~:~:t.,~ ~. !.: II. ',ì"~"..I¡' '\
': )' \,~"" r.1; ! ,- " .:11''1
It ";.\.~ "~Ø'~". ,,',;;"1,'; 'R~;- ;I""
llll;-'". il~t~; ":'. '. ..' ,-. ;:~,f:~ - '~'/i... .':
'::,.:('(":y '-1
. ,/:~~: ';~1Ølr1
.:(1.; (,: . :;-;~it:::.::~:~'~~);~~; ~ .' .~ rrJ'~.',
. i;o/~r: (\':
. f~lK;;'f:':" , ~ \,':.\:~',k"~::",,::,~,: .
. ":~~" :æ~;' i.~", JIll r i
. ,/..// ,:.J~0JIP
."",. -:.. 'I;".~
:.;~;\ :;.::~~r¡i&lJ !~~. .;¡y¡:" ;:ií~'~~ I~.~;;'~f _:.. '~~~:~"í,
"i\ ,..............(...e:,.......
'r:1f";?: . ~'i:.\\)~,.;.~i'
: .:.. " ,,"~' ,
" ¡. /': :\,:::~:::,4~:l
:.\~" A~~~¡r1::¡j,r .rn::\ il~
.âtfÆ __~ "\ ~' ;\\!~.,~~: .;..".;;',: .-\":~~'~. ,~ ."1.1,
14. J...' . I"~~
)~/':'Ø;;,;! ¡(l~~ :r1',';(', _.. .h'i
.: \:';:'(10:T:;):n.";~; ;~~ r'.-,,;:\ - ir1
.../~ ",:~\~,!~i(~~r~i~
'¥~;~:"..j¡~a"'yi~ r ~i~~' :~
~ft~~ '~( '.:~~\'Y;:.. ',¡,;i,' f l'. :'.~ !f.....(. j-.l
\ .~ ,"
".. ',..", ", ~.
I," ~ . "
(i ¥~, ;.¡_ '
.-
.... .:;..;:~~'l.~~!';: 'j
(','
FACTORY TRAINING CERTIFICATE
C;-: UJ-UJJ2
October 14, 2U03
TO wiio"i IT MA Y CONCERN
This i~ to ~',:I'nry
Noel ß. Plutchak
Of
H.i'ùwine Testing Iiie.P.O. Box 1567
Bakersfield, CA 933U2
has been factory trained to perform installation and si'n il'tof the L.EAK ALLKr Instruments iiiaiiuhli'tured tJ)
lIiiivers¡.1 Sensors and Devices, Inc.9205 Alabama Avenue, Unit CCbatsworth, California 91311
Tlris CerTjicate expires one year from the abuve daN:'
oJ issuance. The certificate holder is re~po"sib/elorcOflac.ti"g the factory for renewal 0/ the Certifcate.
l'lliYcrsll1 S('nsors anti Oi"..ill'S, In,:.
'l ~- ~¿:i/~-'c.~ _ '-~-- ~-
Fal'\Jl)' Approval Si;'lIllIlIrt'
..
,i.;rrf;';',
',,;.:'i" :,'l1'~r: .
.I./ .
;-.:.,"
,.' ~ # .
,/:,% ri.)..,~ I; ....~. '~~ I j¡:.....
':.',
''Í, ~,.;"" -iI .~"\; ,'..2 :-_.'~JJ.'/'~;'~~"'~,~ ,'~'~ .';
t:f:r~:'J; ,~~ (Í:.l"d".. ,..~~\I""I:'-~J'4'r.'~--'o..1 .qi'~ë' '. t 't.:~/~ . ..'t;,:.
a/~~...,,~df~; . ,;~.!J,( ,¡~/dr"" ('~.\';iIJ,I\~ ,"I. ~' ''~"', .'i-\,¡. . ~:J,. '~~~~~)J$./.~"""~~~'Ji'~.(, . - ?:.;-' . . I. '~~.( "~~~"; ~
, r' '. ';"/'"~ , " .¡ .:1, .!!:.~ '
. . ",."
:., . ¿.I).i~\"\'\\: _1 L. ~ - '~.._, 'I &'~)V"~~~~.)jj~r". /,~;:;:-:.:
t~j-,-'~)jìi\\;\\
. -: "..J
'i !, '\
.ij~~Jf,~J? ;. ?~~.,~~"",'" . ',' b?
"'.-1" ,.~/.¡r ..' . '~.' ,'-'1':~(¡ ~fÄ;"t; ¡:.~ .'."'~~~.~~r 0\ ;liJjl '.r.,~~.-.8'~~-4 .Fi.~....~§~~\:.. ç;i..~~. !;,
':; '.-',
j... " (.,; 'P. .H'/P;1M ' ;~~~':;.~',H., ~?; ;;,t; ';ì"'~-:"-'~ ¡ ., I'. ~i. I
i. ";;,'CA'¡\"". .
'~;~ ,: /'
'"9 _"
~....
......
......
......
......
......
......
. ..
ST
AT
E O
F C
ALI
FO
RN
A~.
.0... _
°mu~
"'_'
"
~t ihrà of 1Rgiirratinn
fur ~tulnglirs anà ~tupl11!1iitiir9
CE
RT
IFIC
AT
EIT
IS H
ER
BY
CE
IFIE
D T
IA T
NO
EL
B. P
LU
TH
AIS
A D
ULY
CE
RT
IFIE
D H
YD
RO
GE
OL
OG
IST
cmir
tcat
e N
o- H
G 4
15S
TA
n W
AR
Of R
EG
ITIO
FO
GE
OQ
~LB
Y~
.,IW f!
E.-
- O
ffic
i .
Thi
s 1s
t day
of J
an~
19M
.I'tIjOIIo.
., _ '" ~ w .. I .. l. i tit: " IJ V .. " t: L L ii~n~\;
from the receipt portion and carryit with you at all times.
CUT I ONDOTTED l LINE
,. .. '" - - - - - - .. .... . ~ .. .. - - - .. - - - - - - - - -~ &att '.Lrd of T-~(ra(ion for , . .... '., .;.rUT ON I ~u and ~~ci ..~EO LINE I HJ6 CAPiTOL OAKS DRiVE, SuirE JOOA .. I SACRAMENTO. CA Ha33I t18263.2113. :. :
,. :. :. :.. // ~ ///. ¡ 5"/~ ~ RECEIPT NO.. : PGGHG 01/18/96 34a00002
! ~;'i-:', ~~ ,;:~~,,' "'~¡¡"" '..- .. " ,;. ",," '.,..,
I!~::"J,,~'?:::? ..~~.:~.Ó:~.~.: 'Y'o'~~'.'~ ew PO c k e t lice n s e.. from the receipt portion and carry. it with you at all times.
\! , -. . ,,'" , " OOTì~~T i i~E
· t - - - - - - - . &&~e - ~~¿' ~t 'R~~,,nnnOl for
IT ON , Goog and ~~ciEO LINE 2531 CAPITOL OAKS DRiVE. SUITT 300... SACRAMENTO. C.. HaJJ916263.2113.......
.'.............
CERTIFIED HYDROGEOLOGISTLICENSE NO, HG 415
NO E L' 8. P L U T C H A K
1300 S. BEACON STREET, SUITE 217SAN PEDRO CA 90731
EIIPIRATION 1213/02
,,~,,~ ææ'PGGG -
REGISTRED GEOLOGISTLICENSE NO. 5761
NOEL 8. PLUTCHAK1300 S. BEACON STREET, SUITE 217SAN PEDRO CA 90731
EXPIRATION 12/31/02
RECE I~T NO,
34800005
..
L\',I'.i \'1 '1\,'~,;;U'arr,'1I ¡','I '. ,.'k~\slö ~nd 6.'I--"~;'w2535 Capitol Oaks Drive. Suite 300À
Sacramento. CA 95833916 263-2113
..
I MPORTANTcvr O~DOllED ,'E
i Ple_s" includ( your license 110, oc ~ny corrupoDoncc 10 låi. oWe..
2, Noiily the Bol1o of any nime or aodreu cb¡IISC iD wri II ii.
), Rcporr ony Iou imrncdioiely in ""rlllnK 10 ib. brd.
4 ,Pic", "~n and ,.try the poket I icen.. ""iib you.NOEL B, f'iuiCt1AK
liCENSE NO, EXPIRATID/j DATE RfCfl'T 110.
HL '410 I?lJI"02 34a00002This is your RECEIPT. Please save for your recor,
.~~. ~ ; :.:~ . .; '. ~ ~-.¿ ~ß::~ .-:;1 ;~...~-
'~rd of 'R,-grr~io for ~ an GoIj - ..' .-2535 Capitol Oaks Drive. Suite )OOA
S..çramento. CA 95833916 263-2113
'. ~ / .
I MPORTAN Tcur ONDOTTED lI'f
I, Plc..e include your li'en~ co. on acy eorrnpoDoeDCC 10 UUii offi...
2 Noii(y ihe Boord of iny nome or .ddr~ cbaii¡c ia ..riiiai'
), Repon any Iou ilImediilely in wriiici 10 ibe Bord.
4, Pleas, "gn and carry Ib, pokei liceDM ""iib you,'0" a, PIVTCt1AK
liCENSE NO, EXPIRATION DATE RECEIPT NO.
576\ 12'31/02 34800005This is your RECEIPT. Please save for your recon
.........It.. ,
.............t..................-
-,..j
A I ,.rn /.t CTIVil,.'" I '" 7 '-. '"Certified Installer
N Noel B. Pliitchak, I Redwine TCSIIIIL. Servicesame ~3640 - E:-pircs 9/~/05
Certification NumberA22 7/98
~~
~~ ::
c:ex
C/ ~ o~LU 0
(. ~ ex
~). LU a...
~ Ll a. Z¡: :E 0 )-ice c: o ¡: zt5
~ c:c: U c: Cl:I ::
i2 ~ u ~~ 0e I-
.. exu::
t) ~-- .. 0 r.
SQCl c:
~ ~ J: ~ou. I- 00~ CD :I 0r. :: I- c.
F- e ~.. ~ c: r-L. . 0)0 L. ::~ Z u::~ .0:) u- uu:; l-
Cf r. '1
~r. 0
II C c: l-I J: ~
~~ U.
t: 0'0'0''I
~ 0 ~ w~ 0 .-CJ .. c:(Y I- 0~ 0 r.::
C,::ex
01Z
~
.........tIt......It..........................-
."
July 18, 2001
..
Redwine TestingP.O. Box 1567Baker~field, CA 93302
Dear: Mr. Plutchak
CONGRATULATIONS! You have successfully completed the requiredinformation for re-certificatjon as an AutoStik installer, You were previously givena certification numberr continue to reference this number on any warranty paperssent to EBW. You will not be issued a separate certification number.
If you have any questions regarding the test or the certification process, pleasecontact EBW AutoStik department.
Sincerely,
~n~~A/S Technician(1-800-329-7845 )
2814 McCracken Avenue · Muskegon, MI 49441 . www,ebwcom
Phone (231) 755. i 671 . Fox (23 i) 755.720 i · S'Jies G8S" ~800) 475.329 i · Soies Fox (800) 475-4329
......
.... .
......
.....
.....
.... .
..I\ tD a w o .. .. w en " a: r c nn E !I cc tD , o tD 11 ..' C
' :: G1 , o c " w .. a U1 .. CD .. CD I\ .. " I\
..t..it.t....t.....It..tIt....It...............-
Iil-South CoastAir Quality Management District21865 f. Copley Drive, Diamond Bar, CA 91765-4 i 82(909) 396-200 . hrtp://ww.aqmd.gov
June 6, 2001
Noel PlutchakREDWINE TESTING
.. P.O. Box, 1567Bakersfield, CA 93302
Dear Noel,
I want to congratulate you on successfully completing the District's training class on conductingvapor recovery performance tests at gasoline dispensing facilities (ODFs). Effective November i,2000 anyone conducting these tests must have completed the class. Your South Coast AQMD J.D.number for testing purposes is listed at the end of this letter. Please list this J.D. number on any testresults that you submit to the District after Novtmbi:r i, 2000, Any test results submitted to theDistrict after that date without a tester I.D. number will not be accepted.
I also want to remind you that all performance tests must, be conducted using testing equipment andtest procedures stipulated in the California Air Rcsollces Board's (CARB) Vapor Recovery TestProcedures (TP-20 1.3,20 l.4, etc.). ror example. if yoLl are conducting a leak decay test, you mustdocument the time it took to reach 2,0" WC using ihi: appropriate formula. If the time exceeds thatallowed by the formula, the site fails the leak decay test and these failed test results wil! bedocumented. Once this has been accomplished, yoLl may-.proceed to look for leaks. If the site passesthe time allowed by the formula, you may.proceed and conduct the 5-minute leak decay testfollowing the test procedure guidelines. Conducting any performance tests contrary to CARBtesting procedures may result in a violation of Rule 46 l (e)(3)(A) and a Notice of Violation issued.
We are in the process of procuring a digital camera and will contact you to make arrangements totake your picture for your identifìcation card. If you have any questions regarding vapor recoverytesting at GDFs, please contact Ralph Crawford at (909) 396-2402,
Your AQMD testing J.D. number: ~
Sincerely,
æ~ Q,~Loiiis RobertoSupervisor - Rule 46 i
LR:lp
......
......
... ..
......
... ..
......
......
....
(~ GILBARCO
~, VEEDER-ROOT
TM
cert
ifica
te o
f com
plet
ion
Noe
l Plu
tcha
k '
J~:( Has completeò the level
4 course of :
:,sl instruction in the installation.an~ service of I."
. . V
EE
DE
R-R
OO
T U
ST M
onitO
l1ng
S~s
tem
sD
ate
Dec
embe
r 18
, 200
3
O,VEEDER-ROOT ~
N._
N~
Signature ~, I i .
~ ;;~" Cerificaiion II 006-0S-495
Cenìtic~tion Level. 4
. Ei.plr,¡Uon Dale 06161200
. See
Rev
erse
Sid
e IO
f Eic
oina
lion
01 L
evel
s
..................................'...........
._----Fhl1J Conuinmni. Ift.lw4; .w,.. Ra, &&iW JJOl
pi., c.iiroml- ,._T.~DD SIQf..o.iJ96w.ii ~Z6S7
FIc,ìm4i.i '10126-1674FIX.M....~1""&Uaa ~Jl".11
Sepc 5. .", ..t)~..
Mr. Noel Ii PNACT LE TUTI IN.1300 S. Ba Sb, SU 210. Sa '* CA ge 1
Re: Elecroc CetiDear Ngçl:
Flui eonaii (tb...l) ~ dd no KdI1 ee eq lA th IW ofeaiif. Tb _ do BO'me .. cc tI JI 10 6r la IU IS yo. .Sbo tt. policy cha I win GO yo to am ax fol Cl prSinw,.
£.d '__Wes -- Sa ~
\' \
cc: Sa Kl . FC1DI Leev- FCI
C:\E
...: Au 30, liPSI...lì.. RE: Ceifed Le o. I~n : :'
. Dear Bil:.....
. Jfyou ,hould aeed more in:pl- cd aD llu hep in wa th r ca
I' S. --I". in---J" .. ~'.~. ~:Con Sal R--.... -..~--~~~.....-.......
Mr. Bil McnALT. Efviii SI1300 South Beaco StrSTE 210
San Pedro, CA'9011
. '
This lette is to info yo th ..S.. II .. 'f ha .pr In pI withcelfled inpc to pe ~"on Ou'" ~ eqip. We cco hadisttor. an ~lv bo-, Opld ma to:th US re \station will prab bo ofmo ll .. ~.
..
............ ..........1.........'.............-
SMITHFiberc.i" v_ C-II 11NlNG
nu, illO wr IMI oft OIJ2 WDlA MDD4\R. L" r.Ntully oo""lcbond in . .. Ioh ii ih S..IT FlB6IC.. Toe" Quy i..aa..io
PP "" ii .... at UL ii ,. -- -- .. pr.,
It?ilùy Pe
..... Fild Scii.."rz..--~il~..,.,,._...... ~i_ .............. ,.....
.
.'...
.--_........................................
,.._.
Siate 01 CaaCalifornia Environmental Protection Agency
Office 01 Environmental Health Hazrd Assessment
Registered Environmental Assessor I
Issued 10: Wil/8m Mersells, REA ,- 01759
Expires on: June 3D, 2003
Signature: tJ(i¿u.-u'f /:1¿~
':: ?
. ;~ '
_J"
.............................................
.-.South CoastAir Quality Management District21865 E. Copley Drive, Diamond Bar, CA 91765-4182(909) 396-200 . http://ww.aqmd.gov
June 6,2001
Wiliam B. Merselis .REDWINE TESTINGP.O. Box 1567
.. Bakersfield, CA 93302
Dear Wiliam,
I want to congratulate you on successfully completing the District's training class on conductingvapor recovery performance tests at gasoline dispensing facilities (GDFs). Effective November 1,2000 anyone conducting these tests must have completed. the class. Your South Coast AQMD J.D.number for testing purposes is listed at the end of this letter. Please list this J.D. number on any testresults that you submit to the District after November 1,2000, Any test results submitted to theDistrict after that date without a tester J.D. number will not be accepted.
I also want to remind you that all performance tests must be conducted using testing equipment andtest procedures stipulated in the California Air Resources l30ards (CARß) Vapor Recovery TestProcedures (TP-20I,3. 201.4. etc,). For e:xample, if you are conducting a leak decay test, you mustdocument the time it took to reach 2.0" WC using. the appropriate formula. 1fthe time exceeds thatallowed by the formula, the site fails the leak decay test and these failed test results will bedocumented. Once this has been accomplished, you may proceed to look for leaks. If the site passesthe time allowed by the formula. you may proceed and cunduct the 5-minute leak decay testlollo\ving the test procedure guidelines, Conuucting any p\.rlornnance tests contrary to CARBtesting proceuures may result in a violaiion or Rule 46 i (c:)(3)(A) and a Notice of Violation issued.
We are in the process of procuring a digital camera and will contact you to make arrangements totake your picture for your identification card. If you have any questions regarding vapor recoverytesting at GDFs, please contact Ralph Crawford at (909) 396-2402.
Your AQMD testing J.D. number: ~
Sincerely,
¡i~ í6~Louis RobertoSupervisor - Rule 461
LR:lp
.
.............................................
Attestation No, E 00632
Wi!Jii.in B. M(;l'si;lis
;:" . .. -~,t", RedWi~J..tlng Servlçe,' ~1~'~.J~ . ~~.; .. "-- 'J~)' /...:;r-'.,'. ~ "..,- ""!I a.Bakersfield CA
Anended Initallatlon Training for
EVR PHASE 1 By OPWDele 3/28/2003 Dist. Mgr,: Tim Hughes
...........................................-
."
I .. 'I.II.......................................-
. I
Attestation
Dugan Turner
C':eÌ?~~g;VV
No. E 0026
Bakerifield CA
Attended Inatlll.Uon Training for
EVR PHASE 1 By OPW
Date 3/27/2003 Dist. Mgr.: .. Ti~ H..t.~ ._
......
......
......
......
......
......
......
. .
.- N lD c: N (J (Y .- lD lD
lI" tn .. lD L
O-. C" ~ ( " ~ "- r ~ :: '-
W t! -c a.
(J (S a 0- ~ ,. ~ ;)- '- r\ 'S '
-- 8 - .D " ~c: (Y C
D c: (Y c: IS N .. (Y N .. .- c:
~ ~ .. ~
.............................................
Bmæ~~1 TECHNOLoalES, 22 8. Dorv., v.i¡ Cor, C.., '~119t T~' (UO) e71'~ F~'i:S;;) ~71,~,:;,. ':: :,\ ', ':,' " ',,:' 11"fI.~..,,, ": ': ;, '~ ;'i';,;;:,
~'
, ,~ :ò;' .... '.:. - . _~~ "t£' ,.' . ,:"... '~'\~ ..'Nlm.;\f';DuganTllm"--':c,¿'¡ .," ;¡,;~,'j'~d.'
:: .:-....~,~~'~r\i1\~~..,,~~.c~'. ~.f.._.~r:4.~I)~.. l,Vii ~":'.-:'
'¡ca,mP;y¡\;~~~, I'; r"tin~'8~rvl~'/i~o:"~.c'
~'. .'.::':;:.\~~~~;'~J~..~ ':":ï\~~.,i~:f:r'... .. . .':C.rt~raintd Inltll.r'" CA.600,",' . ",.:i: "..., ~$';::' . .~.
Explrn õ'ô:q'" 12/31/05 '"
,
...........................................a.
2.8 Contractor Proof of Insurance Submittal
16
~ CERTIFICATE OF LIABILITY INSURANCE, - I D~~~I~~;~)
IDUCER (661)834-6222 FAX (661)281-4992 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION1 ter Mortensen Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE. ' . HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR. cense #90267 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.~01 Stockdale Hwy. i_kersfield, CA 93309 INSURERS AFFORDING COVERAGE NAIC #--RED Redwine-Manley Testing Services, Inc. INSURER
A: Evanston ,Insurance Co.. P. O. Box 1567 INSURERB Financial Indenvity
Bakersfield, CA 93302 INSURERC State Fund. INSURER D:INSURER E
.~~ & ~~~
HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICA TED, NOTWITHSTANDINGANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
AïAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH~OLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
. ~D,~~ TYPE OF INSURANCE POLICY NUMBER Pr?H~Y EFFECTIVE P~~ii~Y EXPIRATION LIMITS
. ~NERAL LIABILITY 04ELF00092 03/14/2004 03/14/2005 EACH OCCURRENCE tX COMMERCIAL GENERAL LIABILITY DAMAGE T9~~ENTED $
. - Xl CLAIMS MADE 0 OCCUR MED EXP (Anyone perso) S
. X X Retro date 3/14/97 PERSONAL & ADV INJURY S
K Pollution Liab I CL PROFESSIONAL LIAB. GENERAL
AGGREGATE S
. GEN'L AGGREGATE liMIT APPliES PER: PRODUCTS. COMPfOP AGG Sa -- POliCY n j~8T n LOC
AUTOMOBfLE LIABILITY-
2 . 000 , OO(J
50,00(J5 , OO(J
2 J 000, OO(J
2 , 000 , OO(J
2.000,000
C7859748 03/14/2004 03/14/2005 COMBINED SINGLE LIMIT(Ea accident)
S1 000 000
ANY AUTO-ALL OWNED AUTOS-
X SCHEDULED AUTOS-X HIRED AUTOSc-X NON.QWNED AUTOS-
BODIL Y INJURY(Per peso)
S
BODILY INJURY(Per accdent)
S
- PROPERTY DAMAGE(Per accident)
S
,
-- DEDUCTIBLE
I RETENTION S
WORKERS COMPENSATION ANDEMPLOYERS' UAlUTANY PROPRIETORIARTNERlEXECUTIVEOFFICER/MEMBER EXCLUDED?If yes, desbe underSPECIAL PROVISIONS below
OTHER
165924503 12/17/2003 12/17/2004
AUTO ONL Y , EA ACCIDENT S
OTHER THANEA ACC S
AUTO ONLY; AGG S
EACH OCCURRENCE S
AGGREGATE $
S
$
S
X I T'1Ç"ST ~ T,I,;. i IOJ~'
E,L, EACH ACCIDENT S 1 , 000 , OOC
E,L, DISEASE. EA EMPLOYEE S 1.000,OoeE,L. DISEASE. POLICY LIMIT S 1. 000 . ooe
...I....
I~IIll..l EECRlPTION QF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT f SPECIAL PROVISIONSbunty ot Los Angeles is included as Additional Insured in respects
. .itten contract. Attched IE-0036-0601.
4_..
~RAGE LIABILITY
I ANY AUTO
~ESS/UMBRELLA UABIUT
-- OCCUR 0 CLAIMS MADE
to the general liability per the
-- --
&~~ UI"I nee ~. ~~, I ..TlnN
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAL
--. DAYS WRITEN NOTICE TO THE CERTIFICATE HOLDER NAMD TO THE LEFT.
BUT FAILURE TO MAL SUCH NOTICE SHAL IMPOSE NO OBLIGATION OR UAUT
~,4_--.._CORD 25 (2001/08).
County of Los AngelesAttn: Dept. of Public WorksP.O. Box 1460Alhambra . CA 91802-1460
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATfVES,
AUTHORIZED REPRESENT A TIVE ~J M M1Jack Roth/CH
(9ACORD CORPORATION 1988
..............................
................
Named Insured: Redwine-Manley Testing Services, Inc.Policy #: 04ELF00092
ENDORSEMENT
'. ~Jt:,d:,"'~~il~~.&î1~lit'll"""" . ,.....,This endorsement modifies insurance provided under the following:
ENVRONMENTAL IMPAIRMENT LIABILITY COVERAGE PARTCONTRACTORS POLLUTION LIABILITY COVERAGE PARTPROFESSIONAL LIABILITY COVERAGE PARTCOMMERCIAL GENERAL LIABILITY COVERAGE PARTPRODUCTS/COMPLETED OPERATIONS LIABILITY COVRGE PARTOWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PARTSTORAGE TANK POLICY
SCHEDULE
Name of Person or Organization:County of Los AngelesAtt: Dept. of Public WorksP.O. Box 1460Alhambra, CA 9 1802- 1 460
AS PER WREN CONTRACT
(If no entr appears above, information required to complete this endorsement wil be shown inthe Declarations as applicable to this endorsement.)
WHO is AN INSURD (Section II) is amended to include as an insured the person ororganization shown in the Schedule, but only with respect to liability arising out of "your Work"for that insured by or for you.
"Insureds are advised that certificates of insurance should be used only to provide evidenceof insurance in lieu of an actual copy of the applicable insurance policy. Certificates shouldnot be used to amend, expand, or otherwise alter the terms of the actual policy."
IE-0036-060 1 1 of i
.I't.....................
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statementon this certificate does not confer rights to the certificate holder in lieu of such endorsement(s),
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies mayrequire an endorsement. A statement on this certificate does not confer rights to the certificateholder in lieu of such endorsement(s).
DISCLAMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract betweenthe issuing insurer(s), authorized representative or producer, and
the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon,
.CORD 25 (2001/08)
..
.............................................
CERTHOLDER COpy
STATE P.O. BOX 420807, SAN FRANCISCO. CA 94142-0807COMPI!NSATIONINsuR..NCeFU N C CERTIFICATE OF WORKERS' COMPENSATlON INSURANCE
ISSUE DATE: 11-15-2004 GROUP:POLICY NUMBER: 1659245-2003CERTIFICATE ID: S1CERTIFICATE EXPIRES: 12-17-2004
12 -11-2003/12 -17 -2004
COUNY OF LOS ANGELESATTN: DEPT. OF PUBLIC WORKSP.O. BOX 1460ALHA~ CA 91802-1460
This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the CalifomiaInsurance Commissioner to the employer named below for the policy period indicated,
This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer,
We wil also give you 30 days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by thepolicy listed herein. Notwithstanding any requirement. term or condition of any contract or other document withrespect to which this certificate of insurance may be issued or to which it may pertain. the insurance afforded by the policydescribed herein is subject to all the terms. exclusions, and conditions, of such policy.
~' ,&~ c. eLAUTHORIZED REPRESENTATIVE
PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: S1,000,000 PER OCCURRENCE.
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 12-17-2002 ISATTACHED TO AN FORMS A PART OF THIS POLICY.
EMPlOYER
REDWINE - MAEY TESTING SERVICES, INCPO BOX 1567
, BAKBRSFIELD CA 93302
SCIF 10262E -'pt ths C8Ie on rt you _ a fa"'l ..ale,mao. Ihaa 'oads 'OF F ICIA ST ATE F UNO DOCUMENT"
~~ED; 11.1~~PAG 1 OF ,
ta".t.tIttItItIt................................
2.9 Additional Information
SBA SDB CERTIFICATION
MT A Californa Unified Certification Program /DBE and WBE Certification
State of Californa DOS Small Business Certification
Financial References
17
-
~
~
.tt..t~t.I~....It.........................-_._-~--'_.,,-'--~'_._" .-
~\"iiU$--t- ' l''" ~. ..~() 0
01,;.. 19SJ ~..'Y IS:rV-,"
U,S, SMALL BUSINESS AOMINISTRAllOt-jWASHIHOTOll, DC 204 16
MAY 1 9 203
..
Ms. Denise TurnerPresidentReqwine-Manley Testing ServicesPO Box 1567
Bakersfield, CA 93302
REF: SOB Tracking #: W AOOOI-0001l647
Expiration Datc - (Three years from date above)
Dear Ms. Turner:
We are pleased to inform you that your llJïn is certified as a Small Disadvantaged
Business (SDB) under U,S. Sma!1 Business l\cIministration (SB.A) guidelines, You arenow eligible to participate in the SDB ProgrL\Il, Ccrtilic"tton is valid for three yearsfrom the date of this letter. Your firm will be added to SBA's list olcertified SDBsfound in PRO-Net, SBA's on-line registry, at http://pro-net,sba.gov.
The SDB Program regulations in Title 13 or the Code of Federal Regulations,Section 124.1016(b), require that during your
three-year term you report within 10 days
any changes in ownership and control or any other circumstances which could adverselyaffect the eligibility of your firm as an SDB. Failure to do this could result in thedecertification of your firm. Please note also that in order for your firm to continue toparticipate as an SDB after its three-year term, you must reapply for the SDB Program,wish you much success in your future business endeavors.
Sincerely,
'1,,\ r~'S~~J I, I"SII'os..p iine '. . ta ingsAssistunt AdministratorDivision of ProgramCertill(,ation and Eligibility
Olîll't of Business Development
..~,~.._....,-
1ma'~i MetrotIt..tttItt..............................
"f
-
Metropolitan Transportation Authority One Gateway PlazaLos Angeles. CA 90012'2952
213,9222000 Telmetro,nei
CALIFORNIA UNIFIED CERTIFICATION PROGRAM
November 12, 2004 MTA File # 1760
Denise TurnerRedwine. Manley Testing ServicesP.O. Box 1567 'Bakersfield, CA 93302
SUBJECT: Certification Extension
Dear Ms. Turner:
Please be advised of the extension of the following certification(s) for your firm toApril 30, 2005 while your renewal application is being processed:
~ Disadvantaged Business Enterprise (DBE)
o Small Business Enterprise (SBE)~ Women Business Enterprise (WBE)o Minority Business Enterprise (MBE)
You have the following 2002 NAICS code(s):
236210237110237990238910238990541380
Industrial Building ConstructionWater and Sewer Line and Related Structures Construction
Other Heavy and Civil Engineering ConstructionSite Preparation ContractorsAll Other Specialty Trade ContractorsTesting Laboratories
If you have any questions. please contact us at (213) 922-2600.
Sincerely,~.~Joe R. ~rnandezManagerDiversity & Economic Opportunity Department
c.~ w ~--~.lJrA f..ERI¡I;A'(.I(,.,-lIcri.~, ~,ftlt".....ll..f ~
Small Business Certlncarlon UnitOr. Galeway plal~~~(,S'I:¡~tt' f.';~i~~);l. &0012.2952. f~ m~ nil
Uii~ ú~ir" ¡~~ ¡¡~:, ~i-, lop 99. J- , :", ,\~" C" "'1¡12,2952Ph 21 ),922,2óO FH ! I ),'/22, 7ó6/
,l,'
'i,'.. ,
. /1...~~._~_
. -,----_._-
~tt....ttt.t........................... Self-Maintained Online Profile...-
-.--~-._~~_.Siate of California' Departmeiil of General Services' Gray Davis, Governor
(!s PROCUREMENT DIVISIONOffIce of Small Bualn... and DVBE Certification707 Third Street, 1 st Floor, Room 400 . PO Box 989052
West Sacramento, California 95798.9052 . (800) 559.5529
sa APP 20030505
May 5r 2003
REF# 0010652REDWINE-MANLEY TESTING SERVICES INCPOBOX 1'567BAKERSFIELD CA 93302- 1567
Dear Business Person:
Congratulations nn your certified small busines$ slatus wit~i the Slate of California, Your certiication i:n!itle'i 1(;,, tobenefits under the state's Small Business Participation Program within state contracting, including a five percentbidding preference and special provisions under the Prompt Payment Act.
Certification period
11~"""""1~1~1t"'11 ,\~ SAND 0""Your certification period for eso~f'-0E¥tlyJ?e IS "" X-~ :- vf/'"
,.',., SS _. '~;', ", ,\\.: --~!..oì, ',-. ",",~v /", ,,_ n,",," ~ 0 ~' .,im, "..,J\ ..,',Industry ~,'" t.='....~ti',. .,'::.. i-~ i 0 ï'~ '::\.~ '.~ :~ I' ~lt' ,', . '\ ,#': CQ , .ii...', '/A '71 .CONSTRUCTION È è:; , (~~'64/~.tÍ20Ó3 ~ j ~ií~1/?O'~'6Ü' ":i~~: ~' ';
: ';; " , "~,.,.. ~"'l i.. 'c' .~'" "?J- '" Ti ~SERVICE ~::J ,.~~ '',''' 7c J Y ~ ()'.:': . S # ~, ,~; ; "., J\ "-', .:J..'/ )/ ,-4 _'~ 7# \ :.."" ~/.' " O..,y,....'...,,j '~", (~' '" t-\ .'Annual Submission Reqdtr,,men ~ "'" ii'.'
'I" ",' ",1/"",11"",1/,11,1'To maintain your certified status, you must annually submit to the Office of Small Business and DVBE Certificatiúr,
(OS DC), proof of annual receipts and proof of employees for your firm and each of your affiliates (if any)
Proof of Annual ReceiPts
Submit to OSDC, a copy of your firm's and any affiliate firm's ENTIRE federal tax return each year foiiowing yourcertification Include ALL accompanying schedules, forms, statements, and any other support documents fiii;d tiiththai specific tax return
If you request a tax filing extension with the Internal Revenue Service, submit to our office a copy of the extensionform, When your tax returns are filed, submit a copy of the entire federal ¡ax return to our office
Proof of Employees
If you have employees wtiose taxable wages are reported to the California Employment Development Deparrmen!(EDD) on a quarterly basis, you must annually submit to our office along with your proof of annual receipts, proof ofemployees for your firm and any affiliates,
We will accept a copy of the EDD's "Quarterly Wage and Withholding Report" (Form DE6) or other tormat accepteoby the EDD, Your employee documents must cover the same four
quarters as the tax return you submit for yourproof of annual receipts .If you have out-of.state employees, submit the employee documentation comparable to EDD's "Quarterly Wage andWithholding Report" for the same four-quarter period. ,
.----
.'......t...t..............................
_.~--Office of Small Business and DVBE Certification
..__ ______w,___~....__
REF# 0010652 REDWINE-MANLEY TESTING SERVICES INC
4
May 5, 2003SB APP :!OOJÙ~Ù5
Standard Industrial Classification (SIC) Code(s)Certification Approval Attachment
You selected the following Standard Industrial Classification (SIC) codes and/or contractor's license classifications todescribe your firm's business: -*Construction firms are classified by their California contractor's license classification(s).
4.DlgltSIC
" IndustrY, . Code* SiC Code Description
CONSTRUCTION A
HAZ
HIC
73898713873487448999
SERVICE
-
General Engineering
Hazardous Substance Removal CertificationHome Improvement Certification
Business services, n,e,c.Surveying services
Testing laboratoriesFacilities support management services
Services, n.e,c.
. n' "h'-IJiTice ot Small Business and DVBEI Certification
.
.ttt..tt.I...............I...............
REF# 0010652 REDWINE-MANLEY TESTING SERVICES INC
3
May 5. 2003SB i-pp 2,)O'~0?Q5
If you have any questions, please contaci me at 800.559,5529 or 916375.4940, bye-mail nancy.huth(gdgs.ca.go.l.or by fax 916.375.4950. The Procurement Division oversees many programs to further slate contractingparticipation. For more information regarc,ng these programs, visit Our website at ww.dgs.ca.go.l/osocr. or 'IISlt tflE;Procurement Division's website at wwuÇJs.cagov/pd
Sincerely,
11Wi ¡¡LNancy ~thCertification OfficerOffi.ce of Small Business and DVBE Certification
APPL TR Rev, 4124/2003
--
.t'tt........~..............................-
- ." ::;:; :;':;'¡Îiiï¡;i; i:na UV8E Certification
REF# 0010652 REDWINE-MANLEY TESTING SERVICES INC
2May 5, 2003
SB APP 200;0505
A secure access feature on Our website enables you to maintain certain profile information, including customizablekeywords to best describe your business specialties with, An enclosed insert provides logon information andinstructions to access your online profile, However, firms who have renewed their certifications prior to itscertification expiration date will keep the same password and will not receive the online profile insert. If you dOn'thave internet access, please use the enclosed "Certification Information Change" form to update your profile andkeywords,
Reporting Business Changes
You must notify OS DC of all business changes or your certification status will be subject to revocation The enclosE:CJ
"Certification Information Change" form identifies specific items that may be reported using the change form and itidentifies other changes that require a new certfication application submittaL.
Prompt Payment Rubber Stamp
The Prompt Payment Act requires state agencies to pay the undisputed invoices of certified small businesses anaregistered nonprofit organizations on a timely basis. Prompt payment is reinforced by adding interesi penalties forlate payment. Covered under the Act are certified smail businesses that are either a service, manufacturer, or non,manufacturer firm, and nonprofit organizations registered with OSDC,
Compensation on late or unpaid progress payments for certified con'struction firms is addressed in Public ContractCode, Section §10261.5.
Use of the prompt payment rubber stamp alerts state agencies of a firm's certified small business or registerednonprofit status.
Orderina a rubber stamR
To purchase a prompt payment rubber stamp. submit the enclosed Prompi Payment Rubber Stamp Order Formalong with your payment to FRS Marking Devices, 1730 H Street, Fresno, CA, 93721,
Proof of Eligibility
Maintain this original certification letter for future business needs, To demonstrate your firm's small businesseligibility, include a copy of this letter in your state conlract bid Sul)mitials
Prior to contract a ward. agenci.s wiJ assure the vendor is in compliance wi)h Publc Contract COde. Section 104 10et seq, addressing conflict of interest for state officers, state employees or former state employees.
Certification Renewal
A renewal apPlication will be mailed to you prior to the expiration 01 ,Our small bussness certillealion "iv', CO noi
receive an application, please call us so that you may timely renev, ¡our r.errificalion
.~
t....~~..t.tt...itIt.(t"
I....................
REDWINE Financial References
Redne is rated by Dun and Bradstreet. Our goo credit history with our reliable suppliersinsures adequate resources for this project. Redine excellent fiscl responsibility hasenabled the company to establish funding resources wi its banking instition, furter
insunng no disruptin in large projec performance.
Bank of Amenca5021 Califomia AvenueBakersfield, CA 93309
Ph. (661) 633-5380Contact: Connie Brunni
Accunt No. 09065~756
Petroleum Marketing Equipment740 Monroe WayPlanti, CA 92870
Ph. (714) 577-7878Conta: John Scranton
Acunt No. REDTES 95- 442409
Nortwest Pump & Equipment Co.2800 NW 31st Ave.Portand, OR 97210
Ph. (661) 304-2890
Contact: Mike Short
Accunt No, 70265
W. W. Grainger3900 Easton DnveBakersfield, CA 93309
Ph. (661) 327-451Contact: Credit DepartentAccunt No. 054-82-226-275-
.t.tt.~.It.~.'.t...,.........t..................-
Seion 3ii
, '3.0 Subcontractor' Forms Submittal
3.1 Executed Form PW-1 "Verification of Proposal"
3.2 Executed Form PW-2 "Schedule of Prices"
3.3 Executed Form PW-3 "County of Los AngelesContractor Jury Service Program Application For
Exemption and Certification"
3.4 PW-4 "Contractor's Industrial Safety Record"
3.5 Executed PW-5 "Conflict of Interest Certification"
3.6 PW-6 "Proposer's Reference List"
3.7 Executed PW-7 "Proposer's Equal OpportunityCertification"
3.8 PW-8 "List of Subcontractors"
3.9 Executed Form PW9 "Request for Local SmallBusiness Enterprise (SSE) Preference ProgramConsideration and CSE Firm/Organization InformationForm"
3.10 Executed PW-10 "Gain/Grow EmploymentCommitment"
18
..
.....t\tIt..,It..........it..I...............
FORM PW-1
VERIFICATION OF PROPOSAL
DATE: 12-13 ,2004 THE UNDERSIGNED HEREBY DECLAES AS FOLLOWS:, '1. THIS DECLARATION IS GIVE IN SUPPORT OF A PROPOSAL FOR A CONTRACT WIT THE COUNTY OF LOS ANGELES.
2. NAME OF SERVICE: As-Needed Underground and Aboveground Storage Tank Maintenance and Repa i r
DECLARANT INFORMTION
3. NAME OF DECLARANT: Denise Turner
. 4.1 AM DULY VESTE WITH THE AUTHORITY TO MA AND SIGN INSTRUMENTS FOR AND ON BEHALF OF THE PROPOSER(S).
5. MY TITLE, CAPACITY OR RElTIONSHIP TO THE PROPOSER IS: President ,
PROPOSER INFORMATION
6. PropOsets full legal flam:' I Redwine-Manl ey Tes t ing Services, Inc.7. Proposees fious busines name or dba (If any): ' None
8. The Proposets form of business enti is (CHECK ONLY ONE):
0 Soe propnetor ,
Corpn's principal plac of business: Bakersfield
!XStae of incorporation: CA
A corporan:Preident/CEO: Denise Turner
Seta: Dugan Turner
0 A general partership: Names of parters:
0 A limhed parttsip: Name of genera partner:
0 A joint venture of: Names of joint venturers:
0 A limhed llabilit company: Name of managing member:,
9. Th only pens or finn ii in this prsa as prpa are th fov.ng:
1Ø)Denise Turner Ti President Ph 661-834,.6993 Fax 661.,836-3177
sn P.O. Box 1567 Ci Bakersfield' SI CA ZZ 93302-1567
, IQs) Dugan Turner Til Vice President Ph 66'1-834-6993 Fax 661-836-3177
sn P.O. Box 1567 Ci Bakersfield SI CA ZZ 93302-1567
Nns) De Ph Fax
sn Ci SI ZZ --10. This propo is ma \W co wi any otr pe. fi, or cò. Th prr has cafull exaed th lon of the pr 'f(,f".
CI is famiar wi an of the ph an cl coits, an n1es this bid sole up th Prs ow knowl. Th propor has cafuly exath sp, bo ge Md detaiL, any drags at. an any adital conic set and maes this pro in acrdanc threwi. If
th prposa is acpt, th pr wil enter into a wr co for th penormce of the prse wo wi th County of I.s Angel, acpting in fullpant for ww acal do th pr sh in th at scule. It is und an agre that the quanti set fo in th at scule anth Reques fo Prpo ar bu es, and that th unit pr will aply to the acal quant. whateve thy ma be.
0(1) I am mag th reprntas on my pel knowge;
11. CHECK ONE: OR
!X (2\ I am ma th resentans bas on infonnatn an berief that thev ar tr.
I decar unde penal of pe unr th la of Cafifia that th foreng tre an coJT
Sinatre of Pror or Aut Age /l.~/~ ~AI Denise Turner, presid~nt
..
Typ nam an ti:
-.
,,,,"
,,,,.'
,,,¡,,"
,,~;
.'
~
.
.
.J
.,
~
.-~
~
.
.
FORM PW-2
)
SCHEDULE OF PRICESFOR
AS-NEEDED UNDERGROUND AND ABOVEGROUND STORAGE TANKMAINTENANCE AND REPAIR
The undersigned Proposer offers to penorm the work described in the Request for Proposals for the followingprice(s). The Proposer shall furnish all labor, materials, transportation, taxes, equipment and supplies unlessstated otherwise in the Request for Proposals. It is understood and agreed that where quantities, if any, areset forth in the Schedule of Prices, they are but estimates, and that the unit prices quoted, if any, wil apply tothe actual quantities, whatever they may be. '
ITEM ITEM DESCRIPTION
1. REPAIR PARTS DISCOUNT
Discount off manufacturers, retail price listed in currentCharles E. Thomas RepairParts Catalogue
a. Transporttion and Labor
2. ' REPAIR SERVICES
a. UST/AST MonitorCertifcation
ITEM ITEM DESCRIPTION
3. ESTIMATED TIME TOCOMPLETE IN 10TH OF ANHOUR
a. Hose Replacement
i. For Unleaded
Dispenser Hose:Dayco, Petroflex,Coaxial, VaporRecovery, GasolineHose Assembly:
.~
~
.~
~
~
~
.
.
(1) Part No.7574BTN-24(2-foot)
(2) Part No.7574BTN-48(4-foot)
UNIT UNIT COST EST. UNIT PROPOSED PRICE
DiscountPercentage o %
Hour $ 60.00 $ 60.00
600.00 ~ 42,000.00 l'Location $ 15 p.\ . 70 $ ~D.'
~
UNIT EST. TIME EST. UNIT PROPOSED PRICE
10th of
Hour10 1 $ 60.00
10th ofHour
10 60.00$1
1
FORM PW-2 - SCHEDULE OF PRICES (Continued)
(3) Part No. 10th of 10 1 $ 60.007574BTN-96 Hour(8-foot)
(4) Part No. 10t of 101 $ 60.00
7574BTN-150 Hour(12.5-foot)
ii. For Diesel Dispenser 10t of 10 1 $ 60.00Hose: Goodyear, UL HourListed, Flexsteel,Hardwall, GasolineHose (1 inch by15-foot), Flexsteel-S,Part No. 559N
b. Nozze Replacement
i. Unleaded: Emco 10t of 10' 3 $ 180 . 00Wheaton, Automatic, HourVapor RecoveryNozze, Model No.
A4005-002 with blackbot cover
ii. . Diesel: Emco 10t of 10 3 $ 180 . 00Wheaton, Automatic, HourSmall Diesel Nozze,Model No. A200247
.- wi gren boot cover
c. Breakaway (dry-break) 10t of 10 75 $ 4 , 500 . 00
Unit: OPW, Coaxal HourBreakaway,. Model 66-Coaxal, Part No. OPW66CL-Q250
d. Drop Tube Replacement: 10t of 40 3 $ 720 . 00CAR approved Dual HourPoint Ste OPW DropTube Ki, No..OP 61S0-10C
e. Veeder Root TLS-350 10t of 80 4 $ 1 .920.00Unit (wiout reard to Hoursensors)
f. Vent pipe poppet valve 10t of 10 10 $ 600 . 00
Hour
TOTAL $ 4~J !'ßO 00
~blP I ~ 50) i.DQ
2 (~'ncLd(== ;))
tt'ttt ITEM ITEM DESCRIPTION
tt 4. AS-NEEDED WATER,
DEBRIS REMOVAL, ANDt TANK CLEANING
tSpil Box cleaning servicet
a.
t b. Haul-away fee per gallon
t (10 gallons or less)
t c. Tank cleaning and
t,filtering per gallon
t d. Transporttion and Labor
tITEM MUL TIFORCEt CORPORATION PART NO.
t!
t 5. AUTOMATEDFUEL-MANAGEMENT
t SYSTEM (AFS)
t a. Island Door Servicestt. i. FF10060 -Replace
.'Remote Island
t,Terminal (RIT) doorassembly complete
tii. FF814-07 - Replace. RIT LCD Display.
. iii. FF8040 - Replace
aRIT Door Proceor
. b. Site Contrl Processor
t Servces
t i. FF10055-BP -
. Replace SCP"Ampro" Back-plate. assembly complete.
.ii. FF10055 - Replace. "Ampron Procesor
.iii. FF901-Q4 - Replacet H Ampro" reset
t module.
tIt
It
FORM PW-2 - SCHEDULE OF PRICES (Continued)
UNIT UNIT COST PROPOSED PRICEEST. UNIT
Each $ 178,00 5 $ 890.00
Gallon $ 5.00 50 $ 250.00
Gallon $ 1.00 5,000 $ 5 , 000 . 00
Each $ 500.00 5 $ 2,500.00
&b cc~b4-DUNIT UNIT COST EST. UNIT PROPOSED PRICE
As per Doug Fryer Labor refer to Scope of Work A-2
at $ 4 Hours (; tJ&Dlhr 10 .Labor tTHours
$ 2,400.00
JB $ 4. Hours f)~~O/h( 10LaborHours (J~ $ 4 Hours v44i4hr 10LaborHours
$ 2,400.00
$ 2,400.00
J6 $ 4 Hours ê0tdh( 6 $ 1 . 440 . 00LaborHours
J6 $ 4 HourR ~(j&ohí 6 $ 1,440.00LaborHours (2$ ~
6 $ 1,440.00:8 $ 4 Hours i (p hrLabor :H D~.Hours
3
t~
.1
t!
t:
.~
.
.
.
.
.
.
.
.
.
.~
.
.
.
.
.
.
.
.
.
.
.ttt.t...t~.....
C. Hose Control Board
Services
i. FF805 - Replace
4-hose control board
'd:' Relay Services
i. FF906-4 - Replace
external relay set (setof 4 each relays)
e. Pulser Replacement
i. Pulser Replacement:
100 to one, OpticalPulser Assembly
P.O. BoxBa!\ersf ield, CA 93302-1567
HONE AX
FORM PW-2 - SCHEDULE OF PRICES (Continued)
DU $ 4 Hours& cj~Olh(,12LaborHours
== $. 4 Hours()~olhr 4LaborHours
mP $ 4 Hours æ Jt~o/hr 11LaborHours
TOTAL PROPOSED ANNUAL PRICE
Inc.
532878 A HAZ
661-836-3177 reòwinetest~rodigy .net
P:\aspub\CONTRCnLetia\USTAST Mtce Rep\Schd Pris Fuel.do
..
4
$ 2,880.00
$ 960.00
$ 2 , 640 . 00
8u.br__~'_~£~
.t'.'............................I........t..
FORM PW-3
COUNTY OF LOS ANGELES CONTRACTOR EMPLOYEE JURY SERVICE PROGRAMAPPLICATION FOR EXCEPTION AND CERTIFICATION FORM
This contract is subject to the County of Los Angeles Contractor Employee Jury Service Program (Program) (Los AngelesCounty Code, Chapter 2.203). All contractors and subcntractors must complete this form to eiter (1) request an exceptionfrom the Program requirements or (2) certif compliance. Upon review of the submited form, the County department will
determine, in its sole discretion, whether the bidder or proposer is excepted from the Program.
Comoanv Name:' Redwine-Manlev TestinQ' Services Inc.Comnanv Address: P.O. Box 1567
Citv: Bakersf i e Id State: CA Zin Code: 93302-1567
Teleohone Number: 661-834-6993fTvoe of Goods or Services): UST Testing
If you believe the Jury Service Program does not apply to your business, check the
appropriate box in Part I (you must attach documentation to support your claim). If the JuryService Program applies to your business, complete Part II to certify compliance with theProgram. Whether you complete Part I or Part II, sign and date this fonn.
Part I: Jury Service Program Is Not Applicable to My Business
o My business does not meet the definiton of "contractor," as define in the Program as it has not recived anaggregate sum of $50,000 or more in any 12-monthperiod under one or more County contracts or subcntrcts
(this exception is not available if the contrctpurchase order itself will exced $50,000). I understand that the
exception will be lost and i must comply with the Program if my revenues from the County exceed an aggretesum of $50,000 in any 12-month period.
W My business is a small business as defined in the Program. It 1) has ten or fewer employes; and, 2) has annualgross revenues in the preceding twelve months which, if added' to the annual amount of this êOntrct, ar
$500,000 or less; and, 3) is not an afliate or subsidiary of a business dominant in its field of operation, as defnebelow. I understand that the exemption will be lost and I must comply wih th Program if th number ofemployes in my business and my gross annual revenues exce th above limits.
"Dominant in it field of operation' means having more than ten employes, including full-time and part-timeemploye, and annual gross revenues in the preceding twlve months, which, if added to the annual amount ofthe contract awarded, exced $500,000.
"Affliate or subsidiary of a business dominant in its field of operation" means a business which is at least 20percent owned by a business dominant in its field of operation, or by parters, offcers, direcor, majoostocholders, or their equivalent, of a business dominant in that field of operation.
o My business is subject to a Colective Bargaining Agreement that expressly provides that it supersedes allprovisions ofthe Program. ATTACH THE AGRFEMFNT
Part II: Certifcation of Compliance
o My business has and adheres to a wrtten policy that provides, on an annual basis, no less than five days ofregular pay for actual jury service for full-time employees of the business who are also California residents, or mycompany will have and adhere to such a policy prior to award of the contrct.
I declare under penalty of peijury under the laws of the State of California that the information stated above is trueand correct.
Print Name: TiUe:
Dugan Turner Vice President
Date:
12-14-04
-
~....
......
......
......
......
......
......
.. .
FO
RM
PW
-4
CO
NT
RA
CT
OR
'S IN
DU
ST
RIA
L S
AF
ET
Y R
EC
OR
D
PRO
POSE
D C
ON
TR
AC
T F
OR
: As-
Nee
ded
Und
ergr
ound
and
Abo
ve¡¡
roun
d St
orar
.e T
ank
Mai
nten
ance
and
ReD
air
SE
RV
ICE
BY
PR
OP
OS
ER
Red
win
e-M
anle
y T
estin
g S
ervi
ces,
Inc.
PRO
POSA
L D
AT
E: 1
2-14
-04
This information must include all work undertaken In the State of
Cal
iforn
ia b
y th
e pr
opos
er a
nd a
ny p
artn
ersh
ip, j
oint
ven
ture
or
corp
orat
ion
that
any
prin
cipa
l of t
he
prop
oser
par
ticip
ated
In a
s a
prin
cipa
l or
owne
r fo
r th
e la
st fi
ve c
alen
dar
year
s an
d th
e cL
irren
t cal
enda
r ye
ar p
rior
to th
e da
te o
f pro
posa
l sub
mitt
aL. S
epar
ate
info
rmat
ion
shal
l be
subm
itted
for
each
par
ticul
ar p
artn
ersh
ip, j
oint
ven
ture
, cor
pora
te o
r In
divi
dual
pro
pose
r. T
he p
ropo
ser
may
atta
ch a
ny a
dditi
onal
info
rmat
ion
orex
plan
atio
n of
dat
e w
hich
the
prop
oser
wou
ld li
ke ta
ken
Into
con
side
ratio
n in
eva
luat
ing
the
safe
ty r
ecor
d. A
n ex
plan
atio
n m
ust b
e at
tach
ed to
the
circ
umst
ance
ssu
rrou
ndin
g an
y an
d al
l fat
aliti
es.
5 C
ALE
ND
AR
yi;A
RS
PR
IOR
TO
CL
JRR
i;NT
YE
AR
1999
2000
2001
2002
2003
Tot
alC
urre
nt Y
ear
to D
ate
1. N
umbe
r of
con
trac
ts30
631
532
340
045
01,
794
412
2. T
otal
dol
lar
amou
nt o
f Con
trac
ts (
In th
ousa
nds
of, .
665
670
680
700
753
3,46
870
3
dolla
rs)
,
3. N
o. o
f fat
aliti
es0
00
00
00
4. N
o. o
f los
t wor
kday
cas
es0
00
00
01
5. N
o. o
f los
t wor
kday
cas
es in
volv
ing
perm
anen
t0
00
00
00
tran
sfer
to a
noth
er jo
b or
term
inat
ion
of e
mpl
oym
ent
6. N
o. o
f los
t wor
kday
s0
00
00
0.6
0
The
abo
ve in
fòrm
atio
n w
as c
ompi
led
from
the
reco
rds
that
are
ava
ilabl
e to
me
at th
is ti
me
and
I dec
lare
und
er p
enal
ty o
f per
jury
that
the
info
rmat
ion
is tr
ue a
ndac
cura
te w
ithin
the
limita
tIons
of t
hose
rec
ords
.
12-14-04 Dugan Turner
Nam
e of
Pro
pose
r or
Aut
horiz
ed A
gent
(pr
int)
áá7~
Dat
e
.
..
. '........................................-
FORM PW-5CONFLICT OF INTEREST CERTIFICATION
I,Dugan Turner
D sole ownerD general partner
D managing member
Q! President, Secretary, or other proper title)Vice President
of Redwine-Manley Test ing Services, Inc.Name of proposer
make this certifcation in support ota proposal for a contrct wi the County of Los Angeles for services wihin thescope of Los Angeles County Code Section 2.180.010, which provides as follows:
Contràcts Prohibited. A. Notwhstanding any other secton of this coe, the county shall notcontract with, and shall reject any bid or proposal submited by, the persons or entities specifedbelow, unless the Board' of Supervisors finds that speial circumstances exist which justi the
approval of such contract.
1. Employees of the County or of public agencies for which the Board of Supervisors isthe governing body;
2. Profi-making firms or businesses in which employees described in Subdivision 1 of
Subsection A serve as offcers, principals, partners, or major shareholders;
3. Persons who, within the immediately precing 12 months, came within theprovisions of Subdivision 1 of Subsection A, and who:
(a) Were employed in positions of substantial responsibilty in the area ofservice to be performed by the contract; or
(b) Participated in any way in developing the contract of its servicespecifcations; and
4. Profi-making firms or busineses in which the former employees descrbe in
Subdivision 3 of Subsection A, serve as offcers, principals, partners, or majorshareholders.
I hereby certif I am informe~ and believe that personnel who developed and/or participated in the preparation of thiscontract do not fall within scope of Code Section 2.180.010 as citec above. Furtermore, that no County employewhose position in the County enables him/her to influence the award of
this contract, or any competing contract, and
no spouse or economic dependent of such employee is or shall be employed in any capacit by the Contractorherein, or has or shall have any direct or indirect financial interest in this contrct. i understand and agree that anyfalsification in this Certifcate wil be grounds for rejection of this Proposal and cancellation of any contract awardedpursuant to this Proposal. . 'I certif under penalty of perjury under the laws of California that the foregoing is tre and correct.
Sign(( ~~ 12-14-04Date
..
.'......
. A................
. B..................--
PROPOSER'S REFERENCE LIST
FORM PW-6
PROPOSED CONTRACT FOR: As-Needed Underground and Aboveground Stora~e Tank Maintenanceand, Repair
Provide ,a comprehensive reference list of all contrcts for goods and/or' services provided by the Proposer during theprevious three years. Please verif all contact names, telephone, and fax numbers before listing. Incorrect names,telephone. or fax numbers will be disregarded. Use additional pages if required.
COUNTY OF LOS ANGELES AGENCIES.All contracts with the County during the previous three years must be listed.
SERVICE:See PW-6. 1
DEPTI DISTRICT: County of Los AngelesDe t. of Public Works
CONTACT: Doug Fryer
TELEPHONE: 626-458-7345
626'-458-7346FAX
SERVICE:I DATES:
DEPTI DISTRICT:
CONTACT:
TELEPHONE:
FAX
SERVICE:I DATES: ,
DEPTIDISTRICT
CONTACT:
TELEPHONE:
FAX
SERVICE:I DATES:
DEPTIDISTRICT
CONACT:
TELEPHONE:
FAX
OTHER GOVERNMENTAL AGENCIES AND PRIVATE COMPANIES
SERVICE: .ßI DATES:See PW- . 1 6-24-04 to 11-30-04
AGENCYI FIRM: Washington Mutual Bank
ADDRESS: 9451 Corbin AvenueNorthr idQ"e. CA 91324
CONTACT: Sandra Shaikin
, TELEPHONE: 818-775-7497
FAX 818-775-8117
SERVICE:I DATES:See PW-6. 1 2-6-04 to 2-6-05
AGENCY/ FIRM: United Parcel Services
ADDRESS: 8400 pard~7 Dr ~X~Oakland. A 94 21
CONTACT: Caroline Arguelles
TELEPHONE: 510-448-1832
FAX 510-633-3997
SERVICE:I DATES:See PW-6. 1 8-88 -On Call
AGENCY/ FIRM: City of Los Angeles
, ADDRESS: 111 Eas t 1st StreetLos Ani:eles ,CA 90012
CONACT: Art Rudnick
TEPHoNE: 213-978-3781
FAX ' 213-978-3788
DATES:See PW-6. 1 4 t 1-3-05
AGECYI FIRM: P . f . G & El t' ., aci lc as "ec ricADDRESS: 4101 Wible Road
SEVICE:
c: 93313CONACT: Darrell Hardcaetle
TELEPHONE: ' 661-398-5991
F l\ 661-398-5982
.I.II.......................................--
A. COUNTY OF LOS ANGELES
Service:
County of Los Angeles, Deparent of Public Wodes
SB 989 Testing, Monitor Certification, Vapor Recovery Testing, Constrction
B. OTHR GOVERMNTAL AGENCffS AN PRW ATE COMW ANS
Service:
Washigton Mutu Ban
SB 989 Testing, Monitor Certification, Vapor Recovery Testing, Constrction
City of Los Angeles
SB 989 Testing, Monitor Certification, Vapor Recovery Testing
United Parcel Services
SB 989 Testing, Monitor Certification, Vapor Recovery Testing, Constrction
Pacific Gas & Electrc
Monitor Certification, Vapor Recovery Testing
PW-6.1
...........................................
FORM PW~7
PROPOSER'S EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Redwine-Manley Test ing Services, Inc.
P.O. Box 1567
Addres Bakersfield, CA 93302-1567
Intpm::l77 -0119863
In accordance with Los Angeles County Code Section 4.32.010, the Proposer certifies and agreesthat all persons employed by it, its affliates, subsidiaries, or holding companies are and wil betreated equally by the finn wihout regard to or because of race, religion, ancestry, national origin, orsex and in compliance with all anti-discrimination laws of the United States of America and the Stateof California.
1.The proposer has a wren policy statement prohibiting any discrimination in ID YESall phases of employment. D NO
2. The proposer periodically conducts a self-analysis or utilzation analysis of (J" YESits work force. D NO
3.The proposer has a system for detennining if its employment practices are IL YESdiscriminatory against protected groups. D NO
Where problem areas are identifed in employment practices, the proposer ID YES4. has a system for taking reasonable corrective action to include
establishment of goals and timetables. D NO
D~'~ Redwine-Manley Testing Services, Inc.
Denise Turner
12-14-04
..
.t'.........................................
FORM PW-8
LIST OF SUBCONTRACTORS
The proposer is required to fill in the following blanks in accordance with the provisions of the Subletting andSubcontracting Fair Practices Act (Chapter 2 of Division 5, Title 1 of the Government Code of the State ofCalifornia) and should be familar with Section 2-3 of the Standard Specifications.
Subcontractors listed in accordance with the provisions of Section 2-3 must be properly licensed under thelaws of the State of California for the type of work which they are to perform, AND THEIR LICENSENUMBERS MUST BE LISTED HEREIN. Failure to do so may result in delay of the award of contract. Do
na list alternate subcontractors for the same work.
Name under which License AddressSpecific Description of
Subcontractor is licensed Number Subcontract work
Rich Environmental 809850 5643 Brooks Court Support personnel forBakersfield, CA 93308 test ing services
,
..
.........
. i..................................A
. -- ~"~ ..~ ,w~ ~-;i\\~~\ 7 "H~~~=-"~¡J~\C~"¥'" S~/¡" 7" ,J~ ''-.' '~.A'~~~-_"'t:U' -," _v:, ii,.'ai!Kt'l",iH%=~~¡';'V""-"-~::~ ¡;m'-~:I':'''I=' :¡¡ '~_"¡'= ~..'¡' -I"" il'1""=" :::;~ "Y,"'w/ I ;;~ '¡""~ ~~x-'I''J- -=--.c;tl(.r,,~'m'r.,""¡¡ ~jJ~,_~"";n -~Á ""f, _n' " ~"i;"", -"'~:'"'''"~ ~ , "'" _'" - ,-'''~"of ~ - 1 ~v~ '..~ '''-:''' .~~_-.-""~ ",lJ=~" ~~.. ~a ~Im: cci; ';;r ~~ ,'h_ ~.. \_ .''-,r:' '''~T-'~~- ""n: L..i""~ i~~-'~ ,.'"~.ç~'i;ì¡.O: "' l"' .. '- n "" .. "'~..i_rr ¡ . ""1 ~ :'" "l,n v, 15, ,. '~'J":''' .-~, ""K.." ,(': '-.~" - , '" '" v-/.. .. ,"~" .. "..'7''-_'~"~~¡;, ç."-0c"-"- i~.,,~, '":t''T4---."~/,,n,J''/!:J''~'';¡""'''' 1(~'(;~Wj~'" :."'i:i~G~i;~~'0~I~Y--"r.1""'~"'~~'~'~ w'''~ '¥,,"i(.g.~it"1t:;~ '"":;~~5''' ~"j"~;;J:,,~""IT"';¡~T.;J\~:,lr-:t:'!~""'n -~''''~
: ::~', ~ l.;: ;':t;~~ ~~l: - ,&tq~L~:~~;~::~~~~~'.j;~ !:;;~~~~;:f~~ ;~~I~;~lrç':J ~~ :~t,~ ,;jt1t~~_. ~)Z~ ~)~,~::~~,tt~S /~x~ : ¿~~~ i~: 1~1\~~'-:r~~':' " ~ ~~:~.~~~t~~:C;~_i:;.~;~~ ~:~~l.r~: ¡?~'?~ ~f! x', it ,~.~~; ':,';:,, ,:t-, "J ,J:;dt'1 1,51,:J1'~ ,¡,,::~ ~qrJJ~') ~f,): ,;:, ¡ ~,i~"ÎIIl-) i' 'JnJ¡H~ -J::H:lc:) r,~ ~:J .j.,:~¡~;"t, l,t'l j) ,F',qtr) :,LJ:I~("Jq,'::!(. ,.: ':' ", ro ",( -:, "o/~::! J;~l"'i~ ,~ '5?1~;;~~)~)~~ ~",; ?~~I" . J~i~:,~,5t:;i~t~~y~ 3~~1i::Jr-"~\i"ì~;,~.~,/'ti~'~:-~ f~r~~,-~~¡!t);J ~~'.o~If~.~,Iç.'.i;.Çr ,(~~~";.~~(f .~"¿':~~t~"~r"l..5~~~~.!.y';,,' /r-~-" ;~£~~f.~~~" ~: ,,:~,-:' ,~~ ~ ,'1
:Í"~""1~""" /i~'i'_ ~ M;-,i¡" ~,,~ _\,7::''"~":;'-~- l;,,_ :-~-,(. ';,:' ~~-;~~:: ~r't~~~~ ~~ f~;L=Li:;j i ~ H rií'j ~ It t-= J~tLli! ~ta...d tlJ 12! l"l ~ B r;1 q ~H)a !~II:h H r::, '' '- ~~", ,;~,~~-J~~~'~.,. ~\, tr~,.f~~ Míi;~';;i'~;¡:: :-1,, ~~ ~ ~~, ',,~'/ '~' . ~
FORM PW-9
All proposers responding to the Request for Proposals must complete and return this fonn for properconsideration of the DroDosal. .
FIRM NAME: Redwine-Manley Testing Services, Inc.
My County (WebVen) Vendor Numb~r: 76423
LOCAl ~MAI i RII~INE~S ENTERPRISE PRFFFRENCF PROGRAM'
o I AM NOT
all A
A Local SSE certfid by the County of Los Angeles Ofce of Affrmative Action Compliance as of the date ofthis proposallid's submission.
oII. i:IRMIQRGANI7ATION INFORMATION' The information requested below is for statistical purpses only. On final analysis and consideration of
award, cotractor/vendor will be selected without regard to race/ethnicity, color, religion. sex, national ongin, age, sexual orientation or disability.
Business Stcture: 0, Sole
o Oter Please Speify :
Total Number of Employees (including owners):
o Partershi
7
Racelthnic Composition of Firm. Pleas distrbute the above total numbe of iidivi~uals into the following categl'nes:
: """," '\ èi''':',; ~';;',1,i¡:i,; "'~:,,~ ';,,, ~ i~':W'~'~~':Tlt~~r ,,'I~,d~t¡'~E¡;'l!~¡i "~tli,è::¡ ~'~;~;;1,:.):.". ., :.... ,.d ' .Black/African American 1
Hispanic/Latino 1
Asian or Pacifc Islander , .
American Indian 1
Filpino
White 1 2 1
Men
Women
72 % 28
% % % % %
IV. CERTIi:ICATION A~ MINORIT, WOMFN, nl~AnVANTAGFn, ANn nn~ARI Fn VFFRAN RIISINF~~ FNTFRPRI~E~' If your firm is 'currently certed as a minonty, women, disadvantaed or disabled veteran owned busines enterprise by a public agency, complete thefollowing ~ni1 ~tt~.h ~ r.y nf yniir proof nf r.rt~linn (Use bac of form, if necary.)
V. nECI ARATION: i DECLA UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE ABOVE
INFORMTION IS TRUE AND CORRECT.
I....~ /: ""aaA/~ iil/ALOCAL SBE-FIRM-RGANIZATION FORM.DOC OMC Rev.09/2oo2 PW Rev. 11/2002
I ~e:President
I Dat: 12-14-04 I
.I'.........................................a
FORM PW-10
The undersigned:
o has hired participants from the County's Department of Social Services' Greater
Avenue for Independence (GAIN) and/or General Relief Opportunity for Work(GROW) employment programs.
OR
rn declares a willngness to consider GAIN/GROW participants for any futureemployment opening if participant( s) meet the minimum qualification for thatopening, and
. declares a wilingness to provide employed GAIN/GROW participants access to'proposer's employee mentoring program( s), if available, to assist those individuals inobtaining permanent employment and/or promotional opportunities.
TitlePresident
Firm NameRedwine-Manley Testing Services, Inc.
Date12-14-04
...........................................a.
Seion 4
4.0 Subcontractor' Forms Submittal
4.1 Executed Form PW-3 "County of Los AngelesContractor Jury Service, Program Application For
Exemption and Certification"
4.2 PW-4 ~'Contractor's Industrial Safety Record"
4.3 Executed PW-5 "Conflict of Interest Certification"
4.4 Executed PW-7 "Proposer's Equal OpportunityCertification"
4.5 Executed Forn" PW9 "Request for Local SmallBusiness Enterprise (SBE) Preference ProgramConsideration and CBE Firm/Organization InformationForm" (Part II of Form Only)
4.6 Executed PW-10 "Gain/Grow EmploymentCommitment"
19
tt-tt.........................................
"
F'å.1J. l.~,,~"¡. \ , ':,~'i:~ïi'J'''~'I''''~'''''''~ ,. "¡j,""~'.',"r.~ '-;, "'im'..'!r.:r~'~"~'~~~i-"""I.' ~milf!""':' ,f"'''''¡ .;¡¡'f""1"""!"K~.d'-'i",'~,;' ~," ," "" we." ,. . / '..." ,.. .' .j,lJ,.."" '\oJ ", i"""" Fo,11 .~ "''', '" m'''''''' " " 'i';'.' tl ~ '¡C~ . li"'~"''' .~. "1"" ,J'....,,,... "~,I ,'" .p f~,." "i..' ."..'~ ''i iJ., ~..i,j."'1 cT; ~"_~' ì"t~~".'~'í",1r i~"..\~r. f... ~ ,.'. .t""~.J'TC '~'ti':: .,- 'J"'~'jJ"-k¡l"" (¡;~)A""'~""" ".-" l
,:;, , ,~"",j~'~~'~~f?"'~/'¡i' t'''~' ~r'r,~ ~,':rL~"'J~;' ~:t,,~..,~._~..~);; .~ 21 ¡..\,,;'x!1...-,::-;',':..' ";~i ~':¡.- ,:;,.t'-::,..-:....~~~..;.:(~,: " . . li;!."K"~.JJ:..t:.~'i';..~,;I" ;~~~)...~~""....ii"!.~ ~~jõ~): Er .i .,?''j, ~"~ ._./i~..i.r.1.:.~:;t .,';..../ti~'¡,(t..A,,l:~"'.:_r.;r/-:í,.,.,..,',' ..,:¡~\'. 'j\¡:;;;',d:¡rf" ~iì;r.~~~~.:;i~;-~i ~! !i:1 l~! 12t.:..:i, :.d:1.~:!,~1,'.:)J,.¡.~:f~j;!i,i-i'i.11t1I.r,f.tIr!'J !;.if:(;'.. " ",j. ~..)..:~".,uo.."h..,.r!. ~\~ri~~.,~".,.~. i~.. ',II'~,¡ "'~ ¿ ,:ieA-. (.....'i,''.,,.,~.. 1,.'~¡..¡.M);.,.f:.", "):...~,~. ~...'q i.~".,I',...'" "~,...'J."'I¡.)""",At-.,-,'-t..,Jl~, r fl,J ~~L, .Hj,1f¡.'4~W~j..t)I'~H1aalt.i¡.l'¡.~~~.¡;,.),..".'i!,.,\."..? "''''''''I~r.,'''' '1'J'.~'l~ ~..'¡ll,fO~,i. ..f,,~~\? ';,I..ii1~:llttt~'1."'~ì'.:~~. .' 'i" "':;/.11~i,~~wt.c: ;-!hlltlr;J~.r:.II'~::~'4l~ ØlW .,(;).11 -;I~ ~JI~t:f1.1I1Hi:~ '~t ',: _, ;.:"~~U~. " :.~t~'~,,:c.';,;:JJ'i..1 .:: .' .
All proposers responding to the Request for Proposals must complete and return this form for propercon ., ofthe .
FIRM NAME: Rich Environmental
My County (WebVen) Vendor Number:
I. I DCAI SMAll BUSINESS FNTERPRISE PRFFFRFNCF PROGRAM'
A Local SSE certfied by the County of Los Angeles Ofce of Affrmative Action Compliance as of the date ofthis proposallbid's submission.
I r
II. FIRM/ORGANI7ATION INFORMATION: The information requested below is for statistical purpses only. On final analysis and consideraöo ofaward, contractor/vendor wil be selected without regard to race/ethnicity, color, religion, sex, national origin, age, sexual orntation or disability,
~ Sole o Partershi
Total Number of Employees (including owners): 8
Racelthnlc Composition of Finn. ,Please distrbute the abve total number of individuals into the following categories:
" :!,:~" '¡:::;i;::~,~",:~;_::'i~:~t;'(;;il:'::.:': ::Y ~.'L:-;J~"',,'i:\~:::~.~~:;~.~~~;:',~~;_.'~,; ,'~:" :~'lf;'lf¡~'J':''''': - , ':1:, ,:' :'::, , ;;~5;;¡:
, . ,i
I .. ,_.......-. __......_~_,,,.,,¡,l\..._,~41l-J.-. . ""." .- '''''''' ..'-
-
.1, ' " ',': : ~:: ,¡;::.~ ': :,:~~: ; " ~~~~::j,," ~~ U ,':-\: ,'. :,' ~ ~i\':;o;~-\:fy~ '~;", ',':~ ~~;;J.;'~j:~t : ::;::.'. ij; " ,: :~:;;;':',~'" . .:~: :.
-
..
Black/African American
Hispanic/Latino
Asian or Pacifc Islander
American Indian
Filpino
White 1 1 5 1
II.
Men
Women
% % % % 100 %
%
%
% % % % %
W. ~FRTIFICATION A~ MINORIT, WOMFN. nl~AnVANTAGFn. ANn nn~ARI Fn VFFRAN RII~INF~~ FNTFRPRI~F~' If your firm iscurrenUy certed as a minority, women, disadvantaged or disabled veteran owned business enterprise by a public agncy, coplete th
following ~nn J'tt:: ;: ('py of yom proof of r.rtr.;lion (Use back of form, if necessary,)
I~V. nF~1 ARATIDN: I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE ABOVE
INFORMATION IS TRUE AND CORRECT,
TIe: Dii :
OwerPW Rev, 11/2002
12 14-04
.............................................
FORM PW-5CONFLICT OF INTEREST CERTIFICATION ..'
I, James J. Rich
~ sole owner
D general partner
D managing member
D President, Secretary, or other proper title)
of Rich. EnvironmentalName of proposer
make this certifcation in support of a proposal for a contract with the County of Los Angeles for services wihin thescope of Los Angeles County Code Section 2.180,010, which provides as follows:
Contracts Prohibited, A, Notwthstanding any other section of this code, the county shall notcontract with, and shall reject any bid or proposal submitted by, the persons or entities specifedbelow, unless the Board of Supervisors finds that special circumstances exist which justif theapproval of such contract.
1, Employees of the County or of public agencies for which the Board of Supervisors isthe governing boy;
2, Profi-making firms or businesses in which employees described in Subdivision 1 of
Subsection A serve as offcers, principals, partners, or major shareholders;
3. Persons who, within the immediately preceing 12 months, came wihin theprovisions of Subdivision 1 of Subsection A, and who:
(a) Were employed in positions of substantial responsibilty in the area ofservice to be performed by the contract; or
(b) Participated in any way in developing the contract of its servicspeifcations; and
4. Profi-making ffnns or businesses in which the former employees descrbe in
Subdivision 3 of Subsection A, serve as offcers, principals, partners, or majorshareholders.
I hereby certif I am informed and believe that personnel who developed and/or participated in the preparation of thiscontract do not fall within scope of Code Section 2.180,010 as cited above. Furthermore, that no County employewhose position in the County enables him/her to influence the'award of this contract, or any competing contract, andno spouse or economic dependent of such employee Is or shall be employed in any capacity by the Contractorherein, or has or shall have any direct or indirect financial interest in this contract. I understand and agree that anyfalsifcation in this Certifcate will be grounds for rejection of ttiis Proposal and cancellation of any contract awarded '- ' .pursuant to this Proposal.
I cert under penalty of perjury under the laws of Califomia that the foregoing is tre and correc.
Signed ,~ çf ~/,? ' 12-14-04Date
.I'I.I........................................
FORM PW.3
COUNTY OF LOS ANGELES CONTRACTOR EMPLOYEE JURY SERVICE PROGRAMAPPLICATION FOR EXCEPTION AND CERTIFICATION FORM
This contract is subject to the County of Los Angeles Contractor Employee Jury Service Program (Program) (Los AngeesCounty Code, Chapter 2,203), All contractors and subcontractors must complete this form to either (1) request an exceptionfrom the Program requirements or (2) certif compliance, Upon review of the submitted form, the County department willdetermine, in its sole discretion, whether the bidder or proposer is excepted from the Program,
n.Comoanv Name: ':. 'Rilch EnvironmentalComoanv Address: 5643 Brooks Court
Citv: Bakersfield State: CA Zio Code: 93308
Teleohone Number: 661-392-8687(Tvoe of Goods or Services); UST Tes tin!!
If you believe the Jury Service Program does not apply to your business, check theappropriate box in Part I (you must attach documentation to support your claim).
if the JuryService Program applies to your business, complete Part II to certify compliance with theProgram. Whether you complete Part I or Part II, sign and date this form.
Part I: Jury Service Program Is Not Applicable to My Business
D My business does not meet the definition of "contractor," as defined in the Program as it has not recived anaggregate sum of $50,000 or more in any 12-month period under one or more County contracts or subcntr, . _
(this exception is not available if the contract/purchase order itself will exce $50,000). I understand th thexception wil be lost and I must comply with the Program if my revenues from the County exce an agegtesum of $50,000 in any 12-month period,
(X My business is a small business as defined in the Program, It 1) has ten or fewer employees; and, 2) has annugross revenues in the precing twelve months which, if added to th annual amount of this contrac are$50,00 or less; and, 3) is not an affliate or subsidiary ofa business dominant in its field of operatin, as defnebelow. I understand that the exemption will be lost and I must comply with the Program if th numbe ofemployees in my business and my gross annual revenues excee the above limits.
"Dominant in its field of operation" means having more than ten employees, including full-time and part-timeemployees, and annual gross revenues in the precding twelve months, which, if added to the annual amount ofthe contract awarded, exce $500,000.
"Affliate or subsidiary of a business dominant in its field of operation" means a business whic is at leat 20percent ow by a bu1siness dominant. in its field of operation, or by partners, offcers, direcor, majorstockholders, or their equivalent, of a business dominant in that field of operation,
o My business is subject to' a Collective Bargaining Agreement that expressly provides that it superses aHprovisions of the Program, ATTACH THE AGRFE=MENT
Part II: Certifcaion of Compliance
o My business has and adheres to a wren policy that provides, on an annual basis, no less than five days ofregular pay for actual jury service for full-time employees of the businesswhö are also California residents, or mycompany will have and adhere to such a policy prior to award of the contract.
I declare under penalty of perjury under the laws of the State of California that the infonnation stated above Is tr
and correc.
Prit Name: Tit:
James J. Rich Ower
Sigtue: Oate:
12-14-04
fi............................................
FORM PW-7-' - -
PROPOSER'S EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION.
N::mp Rich Environmental
5643 Brooks CourtAddrR.~i; Bakersfield, CA 93308
,,- ' , "'iimnør 01-0575017
In accordance with Los Angeles County Code Section 4.32.010, the Proposer certifes and agreesthat all persons employed by it, its affliates, subsidiaries, or holding companies are and will betreated equally by the firm without regard to or because of race, religion, ancestry, national origin, orsex and in compliance with all anti-discrimination laws of the United States of America and the Stateof California.
1.The proposer has a written policy statement prohibiting any discrimination in W YESall phases of employment. D NO
2.The proposer periodically conducts a self-analysis or utilzation analysis of I. YESits work force. D NO
3.The proposer has a system for determining if its employment practices are (! YESdiscriminatory against protected groups. D NO
Where problem areas are identified in employment practices, the proposer W YES4. has a system for taking reasonable corrective action to include
establishment of goals and timetables. 0 NO
Rich Environmental
James J. Rich
12-14-04
... ..
... ..
. ....
... .
......
...~.
......
.....
...F
OR
M P
W-4
CO
NT
RA
CT
OR
'S IN
DU
ST
RIA
L S
AF
ET
Y R
EC
OR
D
PRO
POSE
D C
ON
TR
AC
T F
OR
: As-
Nee
ded
Und
ergr
ound
and
Abo
vegr
ound
Sto
rage
Tan
k M
aint
enan
ce a
nd R
epai
rS
ER
VIC
E B
Y P
RO
PO
SE
R R
ich
Env
ironm
enta
lP
RO
PO
SA
L D
AT
E: 1
2-14
"'04
Thi
s in
form
atio
n m
ust i
nclu
de a
ll w
ork
unde
rtak
en In
the
Sta
te o
f Cal
iforn
ia b
y th
e pr
opos
er a
nd a
ny p
artn
ersh
ip, j
oint
ven
ture
or
corp
orat
ion
that
any
prin
cipa
l of t
hepr
opos
er p
artic
ipat
ed in
as
a pr
inci
pal o
r ow
ner
for
the
last
five
cal
enda
r ye
ars
and
the
curr
ent c
alen
dar
year
prio
r to
the
date
of p
ropo
sal s
ubm
ittaL
. Sep
arat
ein
form
atio
n sh
all b
e su
bmitt
ed fo
r ea
ch p
artic
ular
par
ters
hip,
join
t ven
ture
, cor
pora
te o
r in
divi
dual
pro
pose
r. T
he p
ropo
ser
may
atta
ch a
ny a
dditi
onal
info
rmat
ion
orex
plan
atio
n of
dat
e w
hich
the
prop
oser
wou
ld li
ke ta
ken
Into
con
side
ratio
n In
eva
luat
ing
the
safe
ty r
ecor
d. A
n ex
plan
atio
n m
ust b
e at
tach
ed to
the
circ
umst
ance
ssu
rrou
ndin
g an
y an
d al
l fat
aliti
es,
5 C
AI E
ND
AR
YE
AR
S P
RIO
R T
O C
UR
RE
NT
YE
AR
1999
2000
2001
2002
2003
Tot
alC
urre
nt Y
ear
to D
ate
1, N
umbe
r of
con
trac
ts32
035
036
040
051
21,
942
584
.
2. T
otal
dol
lar
amou
nt o
f Con
trct
s (in
thou
sand
s of
400,
000
425,
000
433,
000
51 0
, 00
060
0, 0
002,
368
,000
633,
000
dolla
rs)
3, N
o, o
f fat
aliti
es0
00
00
00
4, N
o. o
f los
t wor
kday
cas
es0
00
00
0' 1
5, N
o, o
f los
t wor
kday
cas
es in
volv
ing
perm
anen
t0
00
00
00
tran
sfer
to a
noth
er jo
b or
term
inat
ion
of e
mpl
oym
ent
-
6. N
o. o
f los
t wor
kday
s0
00
00
03
The
abo
ve in
form
atio
n w
as c
ompi
led
from
the
reco
rds
that
are
ava
ilabl
e to
me
at th
is ti
me
and
I de
clar
e un
der
pena
lty o
f pe
rjur
y th
at th
e in
form
atio
n is
true
and
accu
rate
with
in th
e lim
itatio
ns o
f tho
se r
ecor
ds,
James J. Rich
Nam
e of
Pro
pose
r or
Aut
horiz
ed A
gent
(pr
int)
s~/R
12-1
4-04
Dat
e
FORM PW.10
Thf, ~nderSigned:
,Jt' has hired participants from the County's Department of Social Services' Greater
Avenue for Independence (GAIN) and/or General Relief Opportunity for Work(GROW) employment programs.
,OR
00 declares a willngness to consider GAIN/GROW. participants for any Juture
· :e:mPlóymêf1t opeoll1gif. partidpant(s) .meêt the minimum qualification for that
opening, and
declares a willingness to provide employed GAIN/GROW participants access toproposets employee mentorîng program(s), If avaiiable. to assist those individuals inobtaining permanent employment and/or promotional opportunities,
Signature Title
Owner
Finn Na' DateRich Environmental 12-14Q04
.I't..........................................
STATE' OF'CAFORNIAWATER RESOS,çobIR~,IIARD
UNOGROUUC srO~,TAN¥- TTSTERLICEttE
License ~:¡g. EX: 12/31/20. , , ~::'~;')\~~f:;~~£::;::~:,~:::."..
JM~~~. RIQt .";; ':,"',563::'tt~p..i;~,' .~':.\,. .',~. ~;~.P'~1:~~1-"':'._" -:. ~ ¡8a1"..~cr.'''\1d ,;~r.~~O'~,;~ : !~',fI ,~~,,'~~ '
.' ,:,v. .' ~ 'j'\:: .,? '¡ ,.,,i
, :'):i:: :y,:"~ ,~~ ,. :,,;/.;; ': / ,.. '" ';
r+-..'..,~~~~... '..i.._,('" :" /~,.m- ,\...-tr .... '. . r .9" .' ", ,. ~, .' ~ '\ :.~ :. " .:' .," I, . . ",
- ..
.I'.....t...................................~
. v . .~. .. "" I'V"
t......l..I................ \~~.
. i.,
. If I,
.....
. \~. \\
. :.
.--.. ...-
VE
ED
ER
-RO
OT
Cet
e of
Com
pfet
inJa
me
J. R
ich
li rompfete tf Levef 4
aJurs of in.trtin in
tf in.talltin of
o/ee
r-!1
ot 'U
er M
onito
ring
Sys
te .
'Dtt IIYMr 30.2811
Cer
tific
atio
n~
VE
ESe J1 Pe .. --
Na
JA.~
S J.
RIC
USI-' d- t.
Ce~
562
- 7-
9405
Cec- L. ~
Exti DD 05/30/2003
, . S
e l-
SI
to E
E1I
d L
-
Patrck W. Schoen
Fiel
d Se
rve
MlJ
er
(;~
W. .
~'"
"
.....It.....................................-
12/10/2004 16: 40 6613920621 PAGE 01. 02
La..rade, COMPUTER TESTING
Computer Test Report.
International Code Council
Computer Exam Report
DATE: 11/12/2004
EXA TITLE:California Underground Storage Tank System Operator (CUO)
NAME: RI cn, JAMS
EXAINATION RESULT: PASS
LOCATOR: RIKOOOi7
eon~ratulatioDs i You have passed theCalifornia Underground Storage Tank system operator (CUO)Your ice ce~tificate and wallet card will be mailed to youwithin six weeks after the end of the month in which you passedthe exam.
Your name as it appears above on this notice will be printed on yourcertificate and wallet card. Ie is very important that you notifyLaserGrade and ice of any changes in your name and/or adaress.
ice requires a change 9f addrese in writing., Please fax your changeof address to ice at (562) 692-2845 or mail it to:
ice Certification Services5360 Workman Mill Road
DO NO-rLIø'ml~R~TS incerel y ,
LaserGrade
LaserGrade computer TestingPOBox 87245Vancouver, WA 986a7~7245800-2¡i-2754.or 360-896-9111ww.lasergrade.com
. Applicant Locator: RI:K00017Teating provided by: LA93302Inland Flight Trainin~ Center LLC170iB Sk~ay Drive suite 110Bakersfield, CA 9330866i-399~3778
.
..
.'........................................-
12/10/2004 16: 40 6613920621 PAGE 02/02.. . .l.sërade'. COMPUTER TESTING
Computer Test ReportInternational' Code Council
Computer Exam Report
DATE: i1/i2/2004
EXA TITLE:California Underground Storage Tank System Operator (CUO)
NAM: KOOP, AAON JESSE. LOCATOR: KOKOOOilEXAINATION RESPLT: PASS
eonsratulations i You have passed theCali£ornia Underground Storage Tank System Operator (CUO)Your Ice certificate a~d wallet ~ard will be mailed to youwithin six weeks, after the end of the month in which you passedthe exa.m.
~our name as it appears above on this notice will be printed on yourcertificate and wallet card. It is very important that you notifyLaserGrade and ice of any changes in your name and/or address.
ice requires a change o.f address in writing. Plea.se fax your changeof address to ice at (562) 692-2845 or mail it to:
ice Certification Services5360 Workman Mill Road
DO Nof~aSE fH'~1t~RTsincerely, .,
LaserGrade
, '
.
,LaserGrade Computer TestingPOBox 87245Vancouver, WA 98687-7245800-211-2754 or 360-896-91i1ww.laaergrade.com
Applicant Locator: KOKOOoiiTèsting provided by: LA93302Inland Flight Trainin~ Center LLC1701B Sk~ay Drive SU1te 110Bakersfield, CA 93308661-399-3778
..........................................I:~
James J. Rich
Career Objective
To secure a position where my past expenence and expertise can be best utilzed.
Certifcations
Received certification though the State of Californa in 1982 as Joureyman Pipefitter.Previously was certified by Shell Oil as a pipe welder.
Education
Completed 98 unts at Bakersfield College - Major concentrating in Mechancal Engieenngcourses. ,1976 Graduated from North High, School, Bakersfield, CA
Professional Experience
1990 to Present Tnangle Environmenta Corporation Glendale, CA
TECHNICIA - Scope of responsibilties as a State Licensed Tan Tester involved testing andcertifYing a variety of service stations equipment such as underground storage ta, pressurzedproduct lines, and a varety of leak detection equipment. Performed meter calibrations and vaporblockage tests. All ta testing perfommed utilizig a computenzed method for collecting data.
Assisted in the traing of new employees. Traveled extensively thoughout U. S.
1987 to 1990 Associated Environmenta Systems Bakersfield, CA
NORTHERN CALIFORN OPERATIONS MAAGER - Scope of responsibilties involvedhinng and trainng of personnel, quaity control, customer relations, testig and certifYing avarety of service station equipment such as underground storae ta, pressurzed productlines, and a varety of leak detection equipment. Performed meter calibrations and vaporblockage tests. All ta testig perfommed utilzig a computenzed method for collectig data.
Traveled extensively thoughout U. S.
1984 to 1987 Oilfield Constrction Company Bakersfield, CA
FOREMA - Pnmarly responsible for the supervision of a 20-man crew while constrcting anoil water separator for Shell Oil Company. Scope of work included the constrction of thsproject from its inception to completion.
1980 to 1983 AR Oilfield Constrction Bakersfield, CA
LEADMA - Scope of responsibilties while buildig a water treatment plant, included welding,
pipefitting, line testing, and the installation of pneumatic instrents. Directly responsible foremployee traing and supervision. Also acted as troubleshooter for the duration of the project.
tt.t........................................-
Summary
Background encompasses extensive experience in: Troubleshooting, repai and preventativemaintenance of motors, strong mechancal abilties, plumbing/pipefftting, pipe welding, steel,staess, MIG and TIG. Computerized underground ta and line testing, leak detectionequipment, troubleshooting and repai of monitorig systems. Meter calibration, service stationmaitenance technology, supervision and traig of employees. Workig knowledge ofcomputers.
Certfications Attained
1993 Pollulert Intalation '1993 Universal Sensors & Devices, Inc.1993 Tidel Engineerig1993 Owens Corng Fiberglass DWT - Type1993 Acuute Cert # 961.L TN1993 Ronan Monitor Cert # 7603-06031990 Underground Storage Tan Testers License
State of CalifornaState of OregonState of Washigton
1990 Triangle Environmenta System 4000 Master Inctor1990 Red Jacket Electronics1989 40-Hour Hazardous Material & Conffned Space1988 AES System II Regional Intrctor1982 Pipefftter /Plumber
Incon Cert. # 02112541 #1 - 02112542 #2- 02122543 #3Leak AlertVacu SmarAlert Cert # 2003003Veeder-RootEBW Cert# 04144South Coas Licenses # 1119, Cert. # 98095Periodic Compliance South Coas Rule 461 Cert # 98095San Joaquin Valley APCD Cert # 9405Contractors State License Board # 809850
Classifications - C61/040
~ACM CERTIFICATE OF LIABILITY INSURANCE I
DATE (MMlDDIY)
11/15/2004IIODUCER (661)834-6222 FAX (661)281-4992 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
~ 1 ter Mortensen Insurance, Inc. ONl Y AND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
_ icense #90267 Al TER THE COVERAGE AFFORDED BY THE POLICIES BELOW.701 Stockdale Hwy.
-
takersfield, CA 93309INSURERS AFFORDING COVERAGE NAiC #
,URED Rich Env; ronmen ta 1 INSURER A Hudson Special ty Insurance COl1a y
5643 Brooks Ct. INSURER B: Allstate Insurance Co.. Bakersfield, CA 93308 INSURER c:
. INSURER D:
- INSURER E:
IbVERA(;F~.THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR~AY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
OliCIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
-- ~9.~~ TYPE OF INSURANCE POUCY NUMBERPP.LICY EFFECTIVE POLICY EXPIRATION LIMITS-
GENERAL UABIUT FEC5101716 05/05/2004 05/05/2005 EACH OCCURRENCE i 1 000 , 000. -X COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTED S 50,000
:i CLAIMS MADE 00 OCCUR
MED EXP (Anyone perso) S 5 000
XPERSONAL & ADV INJURY S 1,000 000- 2,000,000GENERAL AGGREGATE S
. - 2 . 000 000GEN'L AGGREGATE LIMIT APPLIES PER:PRODUCTS. COMP/OP AGG S
II 'n:RO' n- POLICY JECT LOC., AUTOMOBILE UAIUT 048651600BAP 04/01/2004 04/01/2005 COMBINED SINGLE LIMIT. f- (Ea accdent)
S1 , 000 , 000ANY AUTOf-. ALL OWNED AUTOS BODILY INJURY
¿
S
SCHEDULED AUTOS(Per pe)
It l- HIRED AUTOS BODIL Y INJURY S. X NON-OWNED AUTOS(Per accdent)-- PROPERTY DAMAGE S(Per accdenl)
. GARAGE UAIUT AUTO ONL Y . EA ACCIDENT S
~' ANY AUTO OTHER THANEA ACC S
AUTO ONL Y: AGG S
. EXCESS/UMBRELLA LIABILITYEACH OCCURRENCE $
:: OCCUR o CLAIMS MADEAGGREGATE $. $
:~ DEDUCTIBLE
S
RETENTION $$
WORKERS COMPENSATION ANDI Y"C STAT,I,:. I IOJ,t.
. EMPLOYERS' UABIUT E.l EACH ACCIDENT S
ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? E,L, DISEASE - EA EMPLOYEE $
. If pes. describe under E.L DISEASE, POLICY LIMIT5 ECtAL PROVISIDNS below
$
. OTHER,
. ~-
l~CRlPTION?F OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONSliability per theunty 0 Los Angeles ;s included as additional insured ;n respects to the general
.,itten contract. Attached FEI-OI04-319E.
: ._-,- .. -
i-"\ nJ:D I"A..I"i:, , ATION
- SHOULD ~Y OF THE ABOVE DESCRIBED POLICIES BE C~CELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAL
1- County of Los Angeles~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
AUn: Dept. of Public Works BUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR L.UT
P.O. Box 1460 OF ~Y KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES,
I~ Al hambra, CA 91802-1460 AUTHORIED REPRESENTATIVE
¡tJ ;i U-. Jack ' Roth/CHII, .
jCORD 25 (2001/08) C9ACORD CORPORATION 198a
-
.
..
.
........................................-
#)'- HUDSON~ INSURANCEnn
AUTOMATIC ADDITIONAL INSURED -
'OWNERS, LESSEES OR CONTRACTORS
EndorsementNumber: 8
;
This endorsement, effective 05/05/04, attaches to and forms a part of Policy Number FEC51 01116,
This endorsement changes the Policy. Please read it carefully,
'.
:" .~.
This endorsement modifies insurance provided under the following:" .
COMMERCIAL GENERAL LIABILITY COVERAGE PARTCONTRACTORS POLLUTION LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
Any person(s) or organization(s) whom the Named Insured agrees, in a written contract,to name as an additional insured. However, this status exists only for the projectspecified in that contract.
The person or organization shown in this Schedule is included as an insured, but only withrespect to that person's or organization's vicarious liability arising out of your ongoing operationsperformed for that insured.
FEI-0104.319.E
t..tt.t.t.........................
IMPORTANT
If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statementon this certificate does not confer 'rights to the certificate holder in lieu of such endorsement(s),
If SUBROGATION IS WAIVED, subject to the terms and conditions of the polley, certain policies mayrequire an endorsement. A statement on this certificate does not confer rights to the certificateholder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract betweenthe Issuing insurer(s), authorized representative or producer, and the certificate holder, nor does itaffrmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon,
l ,
CORD 25 (2001/08)
.
.
.tttt.ttItItIt.............................~
CERTHOLDER COPY
STATE P.O. BOX 420807. SAN FRANCISCO, CA 94142-0807COMPENSATIONINSURANCEFUN D CERTIFICATE OF WORKERS' COMPENSATI,ON INSURANCE
ISSUE DATE: 11-15-2004 GROUP:POLICY NUMBER: 1659420-2004CERTIFICATE ID: 7CERTIFICATE EXPIRES: 02-06-2005
02 - 06 - 2 0 04/02 - 06 - 20 05
COUNY OF LOS ANGELESATTN: DEPARTMENT OF PUBLICP . 0 . BOX 14 6 0ALHARA CA 91802-1460
WORKS
This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the CaliforniaInsurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer.
We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by thepolicy listed herein. Notwithstanding any requirement, term or condition of any contract or other document withrespect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policydescribed herein is subject to all the terms, exclusions, and conditions, of such policy,
~ J~ c, ()AUTHORIZED REPRESENT A TIVE PRESIDENT
STANARD POLICY EXCLUSIONS: INDIVIDUAL EMPLOYERS, HUSBAN AN WIFE EMPLOYERS,EMPLOYEES COVERED UNER CPL INSURACE AN EMPLOYEES EXCLUDED UNER CALIFORNIAWORKERS COMPENSATION LAW.
i
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: S1,OOO,OOO PER OCCURRENCE.
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 11-15-2004 ISATTACHED TO AN FORMS A PART OF THIS POLICY.
EMPLOYER
RICH, JAMES J AN RICH, JEANIE A5643 BROOKS CTBAKERSFIELD CA 93308
SCIF 10262E Acp.lhs cer1f'cate only d you see 8 fainl watermrk thai re.ds .OFFICIAL STATE FUND DOUMENT"
(B,NTPRlIIED: 11-1S-20PAGE 1 Of 1
Selected Bid Infonnation
ENCLOSURE B
Bid Detail Information
Bid Number: PW-ASD 239
Bid Title: As-Needed Underground and Aboveground Storage Tank Maintenance & Repair
Bid Type: Service
Department: Public Works
Commodity: MAINT & REPAIR - UTILITY/UNDERGROUND PROJECTS
Open Date: 11/16/2004
Closing Date: 12/15/20045:30 PM
Bid Amount: $ 200,000Bid Download: Not Available
Bid Description: NOTICE IS HEREBY GIVEN that the County of Los Angeles Department of Public Works is interested incontracting for "As-Needed Underground and Aboveground Storage Tank Maintenance and Repair,"Qualified Proposers are requested to provide a proposal for underground and aboveground storage tankrepairs, parts, and services in the form described in the enclosed specifications, This service requires thecontractor to perform for approximately 68 Public Works' locations, The annual cost of this service isestimated to be $200,000.
A Proposers' Conference will be held on Tuesday, November 30,2004, at 9 a.m., in Conference Room Cat 900 South Fremont Avenue, Alhambra, California 91803, This facilty complies with the Americans withDisabilties Act (ADA). ATTENDANCE IS MANDATORY, Public Works wil reject proposals from thosewho do not attend this Conference.
Proposers are encouraged to be prepared to ask questions concerning this Request for Proposals' (RFP)requirements, specifications, terms, and conditions, Upon conclusion of the Proposers' Conference,Public Works will provide further clarifications, modifcations, and/or answers concerning this solicitationonly through written addenda to all who attended the conference and only if time permits.
The deadline to submit proposals is Wednesday, December 15, 2004, at 5:30 p.rn, Proposals must besubmitted to Public Works Cashier at the above address. To ensure proper identification of your proposal,submit it in a sealed package with your company's name and address and the name of this project clearlyshown on the outside of the package,Please direct any questions to Ms, Leticia Gordo at (626) 458-4057, Monday through Thursday, 7 a,m, to5p.m,
If not enclosed with this notice, the RFP with specications, terms, conditions, requirements, instructonsfor preparing and submitng proposals, and forms may be obtained at no charge from the Public WorksCashier at the above address, Monday through Thursday, 7 a,m. to 5:30 p,m. To have it mailed, contactMs, Gordo at (626) 458-4057, or at Igordo~ladpw.org.
Upon request, we can provide contract information in alternate formats and/or make otheraccommoations for people with disabilities. To request accommodations ONLY or for more ADAinformation, please contact our ADA Coordinator at (626) 4584081 or TDD at (626) 282-7829, Mondaythrough Thursday, 7 a,m, to 5:30 p.m.
Contact Name: Leticia GordoContact Phone#: (626) 458-4057
Contact Email: loordotWladpw,oro
Last Changed On: 11/16/2004 3:45:24 PM
Back to Last Window
htt://camisvr.co.la.ca.us/lacobids/BidLookUp/BidDesc.asp 11/17/2004
" , ENCLOSURE C.1
,
,,
,
,
,
,
,
,,
,
,,,,,,,,,,,,,,~
,,,.,,.,,....,
All proposers responding to the Request for Proposals must complete and return this form for propercon . . of the
FIRM NAE: Redwine-Manley Testing Services, Inc.
My County (WebVen) Vendor Number: 76423
i. LOCAl ~MAll BlJSINFRS I;NTI;RPRI~I; PRFFFRI;NCF PROGRAM'
oai
A Locl SBE certfied by the County of Los Angeles Ofce of Affrmatie Action Compliance as of the date ofthis proposallid's submission.
'd LIi.' FIRMlnRr.ANI7 UION INFORMATION' The infation reueste below Is fo stast purp only. On fial anal and cositi of
awar, cotrlvdor wiH be se witout regard to raceethnk:, color, reigi, sex, natonal orgin, age, sexual ortation or disali.
Totl Number of Employees pneluding owner): 7
Ranlc Compoiton of Finn., Pleas dimbute the abve to numbe of ,indiviuals into th following cate:
BlackAfcan American
HispanlcltinoAsian or Pacic Islander
American Indian
Filpino
White
1
1
1
1 2 1
II. PFRCi:NT "Con: OF OWNr:R~"'IP IN FIRM' Plas Indicate by percta (%) how n~MMip of th ~nn is disbute.-~----~~-~.- -c ':~-" ,~:-~ ~"~~¡i'I:':':'I~:~;:,I,';'~" ~ :~_ii:::':iÌl::;_"'I':;'~-_': ':::':\';~';:;,/~,~::,~"--,:f ""I :d':,,-'-~l':'~I':;;::":--: ):;,¡~,' " ;",,:' ,'i; ~"
Men %- 72 % % % % 28 %
Women % % % % % %
IV. CFRTIFICATION AS MINORIT WOMi;N, nISAnVANTAGI=O, ANn nlSARii=n \li;RAN RIISINi;s.q I=NTi:RPRISI=S' If yor fi Iscurrtly cert as a minor, women, disadvataed or disbled vetera own, busine enterp by a public agcy, complete thefolowing $Inti ==tti: == .r. nf yn If pfMf nf r.rtr.li (Use bac of form, if nec.) , '
V. ns;r.i ARAT-ION' I DECLA UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALFORNIA THAT THE ABOVEINFORMTION IS TRUE AND CORCT.
1~~~~11-' President 1-,2-14-04 .1LOC SBE-FIRMGAIZATION FORM.DO OAAC Rev.09l2oo2 PW Rev. 1112002
..
ENCLOSURE C.2
All proposers responding to the Request for Proposals must complete and return this form for propercon 'FIRM NAME: ,7 (/Ce,_
,.- -t-
My County (WebVen) Vendor Number:
i. LOCAl SMAI I AIISIN~SS FNT~RPRIS~ PRFI=FR~NC~ PRnGRAM'
A Locl SSE certfied by th County of Los Angeles Ofce of Affnnative Acton Compliance as of th date ofthis proposallid's submission. . .
I .II. ~IRlllnRGANI7ATION IN~ORMATION' The infoon reuested below is for statistica purp only. On final analys and cosira of
awar, CXtr/vdo will be seec wiout re to raethnici, co, réigio, sex, natial orin, ag, sexuaa ortati or disabilit.
Busines Stctre: i: So i: Parrsi
Totl Numbe of Employee (including owners): 3
Ranlc COmpoiton of Finn. Ple distr th abve tota numbe of Inuals into the fowing cà:. - .,.
i
I,
, i
, - ' i
I
I
I, :
l .. I i
i i i?I
BlackAfn American :lHispanictino I 7Asian or Pacic Islander
..
American Indian ;
Filpino IWhite / / "2 I /,3' ~'
IIi. PI;RCFNT AGF OF OWNFRSWIP IN ~IRU' Pleas indicate by perctage (%) how nwnAnnip of th finn is disbibut.'
:' -; ,,:X~- ';:::~',', ',:"¡:;~i;;¡':\~ J ~:i~: ,~~-\;::,-- .i;" ,,;' ~,~:~~~1ì,: ~~----,Men % % % % % ", %
Womn % % % % % $"1 %
IV. CFRTIs:Ir..TlnN AS MINORIT. WnU~N, nISAnVANTAGFQ. ANn nl~ARI Fn VFI=RAN RIISINi:s.q I;NTI=RPRISF.S' If yor finn IscurrUy ceed as a minorty, women, disadta or dis vetera owed. busin enternse by a publc agncy, coplte th
folowing Anti i:ll i: ,r.y nf ynn ir prnnf nf r.rfr.ti (Use ba of fo, if necry.)
.
V. ns:ci ARATION: i DECLA UNDE PENATY OF PER~RY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE ABOVE
INFORMTION IS TRUE AND CORCT.i~ ß ~#!
LOC SBE-FRMGAIZTION FOR.DO OAAC11'/1 eSI ~ t....
Rev.09l2oo2 PW Rev. 11/221"7;1-/0-0'11
,,'ENCLOSURE C.3
, ,All proposers responding to the Request for Proposals must complete and return this form for propercon nf thA .
FIRM NAME: West star Environmental, Inc
My County (WebVen) Vendor Number:
I. i OCAI SMALL RIISINf!SS f!NTI;RPR,SI; PRI;FFRf!NCf! PRnGRAM'
A Local SBE cert by th County of Los Angeles Ofce of Aflmmative Action Compliance as of th date of
this proposallids submission.
r
U. FIRMlnRCUNI74TION INFORMATION' Th infoaton reueste below is for statisti purp only. On final analysis and cosiderati ofaw, cotr /vendor will be seleed without rear to raethnic, coor, religio, sex, national orgin, ag,sexual ortati or öislit,
i: Parrsi t i: Franchis
Total Numbe of Employee (including owners): 21
Racenlc Compositon of Firm. Ple distute th abve tota numbe of inöivuals into the folowing cateores:"
Ii
I,i
I'
,- i
I
' ,
I
i ,_, J ,_' i
I" ' , ,
!i i
Ii 1-,
BlackAfrcan American
Hispanicltino , 2 6
Asian or Pacic Islander ,
Amerin Indian
Filipino
White 2 1 ? 7
ill. PFRCI;NTAAF OF OWNI;R!:;IIP IN FIRM' Pl indte by perc (%) how nWMhlp of the firm is disbibute. '~~~-.-.~- ~ ~f:- '''~:~i:~~~'t~:l¡;~i~':__'t-:);,'::~:~;~¡,: ;,r '~:-,~ ~'~;¡--';:'I;;~,;j;'.:'_:,r" J~", ~¡;,~_,:¡~:i,;'~t:,r1_- ';r,;,í,-:'; ,-..~ ;~_;:" :-~ ':,,r,,",!
Men
Womn
%
%
%
%
%
%
%
%
% 1 00%
%
%
IV. CFRTIFIr.ATION A~ MINORIT. WOMFN, nlSAnVANTAAFn, ANn nlSARI Fn \lFRAN RIISINFstc: FNTFRPRISI;S' If your finn iscurrn8y ceed as a minorty, women, disadvanta or dis vetera owned_ busines enterprise by a public agncy, coplete th
I. .n~r.i ARAi'ION' I DECLA UNDER PENA TV OF PERURY UNDER THE LAWS OF THE STATE OF CALFORNIA THAT THE ABOVEINFORMTION iS TRUE AND CORRCT. ,
r~Ø~ 1.-' PresidentL~SBE.fRMGAIZTiONFODO OAAC Rev.09oo2 PW Rev. 1.11200
ID'",. 1'2/14/04
I