contract summary sheet - los...

39
CONTRACT SUMMARY SHEET TO: THE OFFICE OF THE CITY CLERK, COUNCIL/PUBLIC SERVICES DIVISION DATE: JUNE 16, 2015 ROOM 395, CITY HALL FROM (DEPARTMENT): BOARD OF PUBLIC WORKS CONTACT PERSON: KUMI SUZUKI PHONE: 213-978-0262 CONTRACT NO.: C-125780 ADOPTED BY COUNCIL: APPROVED BY BPW: DATE 5/20/2015 DATE COUNCIL FILE NO.: El NEW CONTRACT El AMENDMENT NO. I= ADDENDUM NO. n SUPPLEMENTAL NO. CHANGE ORDER NO. CONTRACTOR NAME: J.F. SHEA CONSTRUCTION, INC. TERM OF CONTRACT: 548 CALENDAR DAYS THROUGH: TOTAL AMOUNT: $5,943,685.00 PURPOSE OF CONTRACT: FOR THE TERMINAL ISLAND WATER RECLAMATION PLANT (TIWRP) TERTIARY FILTER REHABILITATION (CIP 5229) NOTE: CONTRACTS ARE PUBLIC RECORDS - SCANNED AND UPLOADED TO THE INTERNET

Upload: others

Post on 13-Jul-2020

36 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

CONTRACT SUMMARY SHEET

TO: THE OFFICE OF THE CITY CLERK,COUNCIL/PUBLIC SERVICES DIVISION DATE: JUNE 16, 2015ROOM 395, CITY HALL

FROM (DEPARTMENT): BOARD OF PUBLIC WORKS

CONTACT PERSON: KUMI SUZUKI PHONE: 213-978-0262

CONTRACT NO.: C-125780

ADOPTED BY COUNCIL:

APPROVED BY BPW:DATE

5/20/2015

DATE

COUNCIL FILE NO.:

El NEW CONTRACTEl AMENDMENT NO. I= ADDENDUM NO.n SUPPLEMENTAL NO.

CHANGE ORDER NO.

CONTRACTOR NAME: J.F. SHEA CONSTRUCTION, INC.

TERM OF CONTRACT: 548 CALENDAR DAYS THROUGH:

TOTAL AMOUNT: $5,943,685.00

PURPOSE OF CONTRACT:FOR THE TERMINAL ISLAND WATER RECLAMATION PLANT (TIWRP) TERTIARY FILTERREHABILITATION (CIP 5229)

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

Page 2: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

ORIGINAL CONTRACTDOCUMENT

CERTIFICATE OF LIABILITY INSURANCEAPPROVED AND ON FILE.

Terminal Island Water Reclamation Plant (TIWRP) — Tertiary FilterRehabilitation (CIP 5229)

j -jv l got-6,4 6-76ORIGINAL

BID PROPOSALPART I OF IV

W.O. SZT1I342Approved

\- ,20 LSMICH L N. FEU R, ulty Attorney

By

TYPE OF CONTRACT

PROPOSAL ATTACHMENTS

SPECIFICATIONS

PROJECT LOCATION

**COMPLETION TIME

LIQUIDATED DAMAGES

BID DATE

In and for the.City of Los Angeles

California

CASH

0 0 1.)4iitzto)5,91-3, 6 g g

Plan Drawings: Index No. D-34512 (57 sheets)

General. Conditions, General Requirements, Technical Specifications,Standard Specifications for Public Works Construction (Greenbook) 2009Edition* as amended by the City's Brown Book, January 6, 2011 Edition*.

2007 Thomas Guide: Pg. 824 E-4

548 Calendar Days

$2,000.00 per Calendar Day

Bids must be received no later than 10:00 a.m. on February 4,2015 at Los Angeles City Hall, 200North Spring Street, Room 355; Los Angeles, California 90012. Call the Board Office at (213)978-0262 if you have difficulties gaining access to City Hall.

Firm Name:J.F. Shea Construction, Inc.

Address:667 Brea Canyon Road, Suite 30Walnut, CA 91788-0489

Telephone Number: ( 909 ) 595-4397 Fax Number: ( 909 ) 444-4268

Contractor's License Number: 769989 Classification: A, HAZ, C10 Expiration Date:10/31/15

Business Tax. Registration Certificate (BTRC) No.: 0000506531-0001-6

* Part 1 of the Greenbook and Brown Book are not a part of the Specifications..**Refer to General Requirements, Section 01112 "Description of Work" for additional information.

1-1Rev. 4109113

Page 3: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

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

Terminal Island Water Reclamation Plant (TIWRP)- TertiaryFilter Rehabilitation (CIP 5229)W.O. No. SZT11342ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL

MOBILIZATION per Articles MOBILIZATION and1 PAYMENT FOR MOBILIZATION of the General

Requirements (GR 01721)

2

3

4

5

6

7

8

ALLOWANCE FOR DIFFERING SITE CONDITION perthe Article DIFFERING SITE CONDITION of the GeneralRequirements (GR 01253, 01212)

ALLOWANCE FOR PERMITS per the Article PAYMENTFOR PERMITS of the General Requirements (GR01212)

ALLOWANCE FOR ENGINEER'S AND INSPECTOR'SFIELD OFFICE per the Article MOBILIZATION of theGeneral Requirements (GR 01721, 01212)

ALLOWANCE FOR STARTUP ASSISTANCE per theArticle STARTUP ASSISTANCE of the GeneralRequirements (GR 01750, 01212)

CIVIL and STRUCTURAL WORK

ELECTRICAL & INSTRUMENTATION WORK

MECHANICAL WORK

LS

LS

LS

LS

LS

LS

LS

LS

•.1

100,000.00

$ 10,000.00

bl)

27,000.00

13,000.00

TOTAL BID AMOUNT: $ S 9 4 5 2Unit abbreviations: LS=Iump sumNOTES

A. MOBILIZATION: If the successful bidder shows an amount in excess of $150,000 for Mobilization (Bid Item No.1), the bidder will be paid $150,000 per Specification Section 01293 of the General Requirements. The differencebetween the Contractor's bid amount for Bid Item No. 1 and $150,000 will be paid after the Statement of Completionhas been issued.

B. FIXED COST ITEM(S): Bid Item No(s.) 2 through 5 are considered Fixed Cost Items at the time of bid. The pre-printed dollar amounts in figures listed in the SCHEDULE OF WORK AND PRICES shall not be changed or deleted.

C. SPECIALTY ITEMS: Bid Item No. 7 is designated as "specialty item".

D. ENHANCED ELECTRICAL SAFETY POLICY is applicable on this project for on-site electrical work. See BidProposal, Part IV "General Instructions and Information for Bidders", subsection 16b.

1-2

Page 4: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

(g)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary. Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

CITY OF LOS ANGELES

PLEDGE OF COMPLIANCE WITH CONTRACTOR RESPONSIBILITY ORDINANCE

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

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

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

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

(c) To notify the awarding authority within 30 calendar days of all findings by a governmental agency or courtof competent jurisdiction that the contractor has violated any federal, state, or local law in the performanceof the contract, including but not limited to laws regarding health and safety, labor and employment, wageand hours, and licensing laws which affect employees.

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

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

(f) To ensure that subcontractors working on the City agreement (including contractors or subcontractors of apublic lessee, licensee, sublessee, sublicensee that perform or assist in performing services on the leasedor licensed premises) submit a Pledge of Compliance.To ensure that subcontractors working on the City agreement (including contractors or subcontractors of apublic lessee, licensee, sublessee, or sublicensee that perform or assist in performing services on theleased or licensed premises) shall comply with paragraphs (b) and (c).

Failure to complete and submit this form to the Awarding Authoritypayments by the City Controller, or contract termination.

J.F. Shea Construction, Inc., 667 Brea Canyon Road, Suite 30, Walnut, CACompany Name, Address and Phone Number

Signal e of Officer or Au =rized Representative

Roy A. Valadez, Assis'. nt Secretary

may result in withholding of

91788-0489, (909) 595-4397

February 4, 2015Date.

Print Name and Title of Officer or Authorized RepresentativeDepartment of Public Works (CIP 5229), W.O. No. SZT11342

Awarding City Department Contract Number

SRIS/CRO-3, Pledge of Compliance (Rev. 5/25/04) 1-3 k'

Page 5: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Retlarnation Plant (TI1NRP) - Tertiary Filter Rehabilitation (GIP 5229)W.O. SZT11342

Ili

:4111'CI -;,_ '.1.=1: :

ill

:ILL_...4--......-

City Ethics Commission200 N Spring StrontCity Hall — 24th Floor Bidder CertificationLos Angeles, CA 90012Mail Stop 129 CEC Form 50(213) 978-1960

„ .. ,

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

El Original filing 0 Amended filing (original signed on 'last amendment signed on )

Bid/Contract/8MM Number:CIP 5229, W.O. SZT11342

—!Awarding Authority (Department):| Department of Public WorksL...,_

Name of Bidder: j

J.F. Shea Construction, Inc.[Phone:

(909) 595-4397- „

Address:667 Brea Canyon Road, Suite 30, Walnut, CA 91788-0489,

Email:[email protected] . . ,

i CERTIFICATION

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

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

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

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

Angeles Administrative Code § 10.37.1(0:a. I provide services on the City property through employees, sublessees, sublicen.sees, contractors, or

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

b. I am not eligible for exemption from the City's living wage ordinance, as eligibility is described in LosAngeles Administrative Code § 10.37.1(1)(1)),

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

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

I certify under penalty of perjury under the laws of the City of Los Angeles and the state of California that theinformation in this form is true and complete.

February 4, 2015Date: Signature: N.,.c.,..,

Name: Roy A. Valadez

Title: Assistant Secretary ._. _Revised February 2014 Las Angeles Municipal c.1nde 48.09(H1

1-3 I.1 of 1

Page 6: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIVVRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

Los Angeles Administrative Code § 10.40.1

(h) '"City Financial Assistance Recipient" means any person who receives from the Citydiscrete financial assistance in the amount of One Hundred Thousand Dollars($100,000.00) or more for economic development or job growth expressly articulatedand identified by the City, as contrasted with generalized financial assistance such asthrough tax legislation.

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

Los Angeles Administrative Code 10.37.1

(I) "Public lease or license".

(a) Except as provided in (1)(b), 'Public lease or license" means a lease or license of City property onwhich services are rendered by employees of the public lessee or licensee or sublessee orsublicensee, or of a contractor or subcontractor, but only where any of the following applies:

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

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

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

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

(1) The lessee or licensee has annual gross revenues of less than the annualgross revenue threshold, three hundred fifty thousand dollars ($350,000), from businessconducted on City property;

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

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

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

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

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

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

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

1-3 m

Page 7: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (T1WRP) - Tertiary Filter Rehabilitation (CIP 5229)WO. No. SZT11342

SIGNATURE SHEET AND AFFIDAVIT

4/We, Steven W. Cox and Roy A. Valadez depose and say that I am/We are Executive Vice President andInsert Name(s)

Assistant Secretary of J.F. Shea Construction, Inc.,(Insert "Sole Owner", "Partner", "President", etc.) (Insert firm name and address, of bidder)

667 Brea Canyon Road, Suite 30, Walnut, CA 91788-0489

Contractor's License No. 769989 License Classification A, HAZ, C10 Expiration Date 10/31/2015who submit this proposal to the Board of Public Works and hereby declare:

(1) That I/We have read this proposal and have abided by and agree to the conditions herein and have carefully examined the projectplans and read the specifications and4/We hereby propose to furnish all materials and do all the work required to complete thework in accordance with the plans and specifications, for the unit prices or lump sums named in the Schedule of Work and Prices.Furthermore,4/WE have read and understand Ordinance No. 1.73677 of the "Determination of Contractor Responsibility Policy" ofthe City of Los Angeles and4/WE understand my/our obligations under this policy as a bidder and as a contractor should thiscontract be awarded to-my/our firm.

(2) That this proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not herein named, andthat-I/We have not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm orcorporation to refrain from bidding, and that4/We have not in any manner sought by collusion to secure for-myself/ourselves anadvantage over any other bidder.

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

(4) That-I1We as principal(s), acknovvledge myself/ourselves as being bound by the accompanying Bid Bond when completed by theSurety,

(5) That I have read and understand the provisions of the Pollution Control — Sewage Spill. Prevention and Response Requirementsand the Board of Public Work's Policy of "Zero Sanitary Sewer Overflows" requirements as contained in this Proposal. Ifawarded this contract,-11 We agree to furnish all of the materials, supplies, tools, equipment, labor and other services necessary forthe containment and clean up of any sewage or other pollutants spills or leaks occurring during the performance of this contract.4/WE further agree to act immediately, without instructions from City staff, to contain and clean up any spill in any way involvedwithary/ our activities on this project without concern for who or what caused the spill.

ADDENDA - This proposal is submitted with respect to the changes to the contract included in Addenda numbers:

(Fill in Addenda received) 1

-I/We certify or declare under penalty of perjury that the foregoing is true and correct, and that if only one signature isprovided, it is provided in accordance with Note 8 in the General Instructions and Information for Bidders of thisproposal.

l• Steven W. Cox, Executive V.P. February 4, 2015Name Signature Title Date.

2- Roy A. Valadez,Name

THE CITY 0 NGELESsting art. its

BOA ORE'

Assistant Secretary February 4, 2015Second Signal Title Date

ETED AND WITNESSED BY A NOTARY

1-4

Page 8: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189\N!!titteliiler4:. 4.1,ZVFAtelislt•ritles-WR4 -44,iiCe7-ACCsas,VTAIWTWAP.A.SCV,AtARdralefrivt!,Me.0.!..c.b.W4:•ZtelaCal..fRterie744e.VVAlstorRite:W-sWesq,:g.

A notary public or other officer completing this certificate verifies only the identity of the individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

State of CaliforniaCounty of Los Angeles

On February 4, 2015 before me, Lori K. Olivas, Notary PublicDate Here Insert Name and Title of the Officer

personally appeared Steven W. Cox and Roy A. Valadez

Name(s) of Signer(s)

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)subscribed to the within instrument and acknowledged to me that 14e/-she/they executed the same in_his/her/their authorized capacity(ies), and that by his/hcr/their signature(s) on the instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument.

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

LORI K. OLIVASCommission # 1973774Notary Public - California z

Los Angeles CountyComm. Expires Apr 272016

Place Notary Seal Above

WITNESS my hand and official seal.

Signature

OPTIONAL

u.Signature of Notary Public

Though this section is optional, completing this information can deter alteration of the document orfraudulent reattachment of this form to an unintended document.

Description of Attached DocumentTitle or Type of Document: Signature Sheet & Af fidavitDocument Date: February 4, 2015 Number of Pages: 1 Signer(s) Other Than Named Above: None

Capacity(ies) Claimed by Signer(s)Signer's Name: Steven W . cox k Corporate Officer — Title(s): Exec . V .P . ❑ Partner — 111 Limited 0 General0 Individual El Attorney in FactEl Trustee E Guardian or Conservator❑ Other: Signer Is Representing: J.F. Shea. Construction, Inc.

Signer's Name: Roy A. Valadez Corporate Officer — Title(s): Asst . Sec .

0 Partner — 0 Limited L] GeneralE Individual ❑ Attorney in Fact❑ Trustee ID Guardian or ConservatorEl Other: Signer Is Representing: J.F. Shea Construction, Inc.

-0"--e‘c.w.4\y,v,z4Nwsws,,,-,....,cmcstexwvorsiLARtA er4WASM4W.C4V4S,VA*KL,V4W,CO"SV.4"SdrAWAS4Y, • •

©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907

Page 9: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

Terminal Island Water Reclamation Plant (TIWRP) — TertiaryFilter Rehabilitation (CIP 5229)

Work Order No. SZT11342

BID BOND

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

We, the principal and undersigned Surety, acknowledge ourselves jointly and severally bound to theDepartment of Public Works of the City of Los Angeles, for an amount not less than ten percent (10%) of thetotal bid, to be paid to said Department if the proposal shall be accepted and the proposed contract awarded tothe principal, and the principal shall fail to execute the contract within the time specified by the generalinstructions in the proposal; and to furnish the required faithful performance and labor and material bonds,within the time specified. It is hereby agreed that bid errors shall not constitute a defense to forfeiture, exceptas provided by the State of California Public Contracting Code Sections 5101 through 5105, or as they may beamended.

WITNESS our hands this 21st day of January

J.F. SHEA CONSTRUCTION, INC.

By: Ste'veii:_151:i _

i

Print Name of Own or Presid Corporation/Company

Si ature

Executive Vice PresidentTitle

February 4, 2015

2. .0 \-,),

Date

Roy A. Valadez Secor>1gnature

Assistant SecretarySecond Signature Title

February 4, 2015Second Signature Date

, 20 15

Travelers Casualty and Surety Company of America

Print Surety's Name

655 N. Central Ave., Suite 1600, Glendale, CA 91203Mailing Address

me

Signature

Attorney-In-FactTitle

Title

Title

NOTE: SIGNATURE OF THE AUTHORIZED AGENT OF THE SURETY MUST BE WITNESSED BY A NOTARY. If a bid bond issubmitted on a form other than this form, the bid bond may not be acceptable. See Note 9 in the General Instructions and Informationfor Bidders of this proposal for more information.

07/03/061-5

Page 10: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Title or Type of Document:Number of Pages: 1 Signer(s) Other Than

Capacity(ies) Claimed by Signer(s)Signer's Name: Steven W. Cox Ni Corporate Officer — Title(s): Exec. V.P. El Partner — El Limited El GeneralEl Individual ❑ Attorney in FactEl Trustee 11] Guardian or ConservatorCI Other: Signer Is Representing: J.F. Shea Construction, Inc.

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189C44%?..4-44/VW-NC/Rter.V.;14/7-- ',Vik\t/..WRtAr-Wr- C/7A1V--.ZAY,,,e,.,14. ,,,S•triRk,-;•14,tigotAi'vt,:-WrsAARCARCARIARCriWrsg/SCANW,S41,•'1,,,,,Err-W,-Z.V.:14

A notary public or other officer completing this certificate verifies only the identity of the individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

State of CaliforniaCounty of Los Angeles

On February 4, 2015 before me, Lori K. Olivas, Notary Public

Date Here Insert Name and Title of the Officer

personally appeared Steven W. Cox and Roy A. ValadezName(s) of Signer(s)

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/aresubscribed to the within instrument and acknowledged to me that 149414e/they executed the same inhis/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument.

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

LORI K. OLIVASCommission # 1973774Notary Public - California

Los Angeles CountyComm. Expires Apr 272016

C

Place Notary Seal Above

WITNESS my hand and official seal.

Signature

OPTIONAL

Signature of Notary Public

Though this section is optional, completing this information can deter alteration of the document orfraudulent reattachment of this form to an unintended document.

Description of Attached DocumentBid Bond Document Date:

Named Above: NoneJanuary 21, 2015

Signer's Name: Roy A. Valadez N Corporate Officer — Title(s): Asst. Sec. ❑ Partner — ❑ Limited El General❑ Individual ❑ Attorney in FactEl Trustee E Guardian or Conservator❑ Other: Signer Is Representing: J.F. Shea Construction, Inc.

cw,c'er4w4-ev‘wce,vercerceeqw.,4wAq_vs,c-Kg.w.s_Aw,-4sge.,4-ergito-e...4wAse. e/cm4-4\gcsgime",-,se‘wev,"w4sArAwAs.1.4sego-ste,...x.ww,cerc

©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907

Page 11: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT

A Notary Public or other officer completing this certificate verifies only the identity of theindividual who signed the document to which this certificate is attached, and not the truthfulness,accuracy, or validity of that document.

State of California

County of Los Angeles

On j

before me, Tracy Aston, Notary Public, personally appearedEdward C. Spector who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me thathe/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/theirsignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of theState of California that the foregoing paragraph is true and correct.

WITNESS my hand and official seal.

Signature

TRACY ASTONCommission # 1933075Notary Public - California

Los Angeles CountyMy Comm. Expires May 15, 2015

Signature of Notary Public

Page 12: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER

California

TRAVELERS J

Attorney-In Fact No.

POWER OF ATTORNEY

Farmington Casualty CompanyFidelity and Guaranty Insurance CompanyFidelity and Guaranty Insurance Underwriters, Inc.St. Paul Fire and Marine Insurance CompanySt. Paul Guardian Insurance Company

227584

St. Paul Mercury Insurance CompanyTravelers Casualty and Surety CompanyTravelers Casualty and Surety Company of AmericaUnited States Fidelity and Guaranty Company

Certificate No. 0 0 5 913 2 3 5

KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian InsuranceCompany, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United StatesFidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is acorporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under thelaws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint

Tracy Aston, Kristine Mendez, KD Conrad, Simone Gerhard, Edward C. Spector, Paul Rodriguez, Lisa K. Crail, B. Aleman, Daravy Mady, JamesRoss, Misty Wright, and Nathan Varnold

of the City of Los Angeles, State of , their true and lawful Attomey(s)-in-Fact,each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings andother writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance ofcontracts and executing or guaranteeing bonds and undertakings required or permi;tted in an actions or-proceedings allowed by law.

IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 22nd

day of May 2014

Farmington Casualty CompanyFidelity and Guaranty fInsurance CompanyFidelity and Guaranty Insurance Underwriters, Inc.St. Paul Fire and Marine Insurance CompanySt. Paul Guardian Insurance Company

State of ConnecticutCity of Hartford ss.

St. Paul Mercury Insurance CompanyTravelers Casualty and Surety CompanyTravelers Casualty and Surety Company of AmericaUnited States Fidelity and Guaranty Company

/ .........

let 4.01,,CRAT4.:

iii ofSEAL: z.

By:Robert L. Raney, enior Vice President

22nd May 2014On this the day of before me personally appeared Robert L. Raney, who acknowledged himself tobe the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. PaulFire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, TravelersCasualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoinginstrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.

In Witness Whereof, I hereunto set my hand and official seal.My Commission expires the 30th day of June, 2016.

C . Marie C. Tetreault, Notary Public

58440-8-12 Printed in U.S.A.

WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER

Page 13: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

CAS 43003s3-616-Bond Numbers: 106296334 and 09181423

. Coufreirfor • 4 Otth

#Tantrfu Aim thv:w 1Jriotrt±35:THAT WE J.F. SHEA CONSTRUCTION, INC., a corporation

as PRINCIPAL,and Travelers Casualty and Surety Company of America and Fidelity and Deposit Company of Maryland , a corporation

organized under the laws of the State of Connecticut and Maryland, respectively and duly authorized totransact business tinder the laws of the State of California, as surety, • are held and firmly bound unto THECITY OF LOS ANGELES, A MUNICIPAL CORPORATION, as obligee, in the just and full sum ofFIVE. MILLION, NINE HUNDRED FORTY-THREE THOUSAND, SIX HUNDRED EIGHTY-FIVE

AND 00/100 Dollars ($ 5,943,685.00 ),for the payment whereof well and truly to be made said principal and surety bind themselves, their heirs, executors,administrators, successors, and assigns, jointly and severally firmly by these presents:.

THE CONDITION of the foregoing obligation is such, that whereas, the above bounden principal is aboutto enter into a contract, attached hereto, with said obligee to do and perform the following, to-wit:FOR THE TERMINAL ISLAND WATER RECLAMATION PLANT ( TIWRP) TERTIARY FILTER

REHABILITATION (CIP 5229) - W.O. #SZT11342

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

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

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

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

Signed and sealed this 12th day of MayCorporate SEal

A.D. 20 15

J.F. SHEA CONSTR aN, INC corporation-

By Executive Vice Pres'

BySteven -W.

VAssistant Secret. Row A. h e . Principal.Travelett Casualty.anor Surety n of America

Fideli and Deposit Company of•r-•

ry and

By Attorney-in-Fact.

Surety.Edward C. Spector

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

Corporate Seal must be impressed hereon in case of corporation.

Page 14: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189Ws7a/iMATNWR4ATWV\N!/VW,SWiriWqW,AVC-WR4V,Re.g.NtwV,,,tag/RV,AC ,-sge'VW,:otAiRWT,WT7Wiv,AAM:-sv.VTiWIA-ikle,evtAMK,WW.TNWgk4n,:gc\V,WY-iO ,-sA

A notary public or other officer completing this certificate verifies only the identity of the individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

State of CaliforniaCounty of Los Angeles

On May 13, 2015 before me, Lori K. Olivas, Notary Public

Date Here Insert Name and Title of the Officer

personally appeared Steven W. Cox and Roy A. Valadez

Name(s) of Signer(s)

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /aresubscribed to the within instrument and acknowledged to me that held-lc/they executed the same in

-his/her/their authorized capacity(ies), and that bylqisilier/their signature(s) on the instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument.

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

WITNESS my hand and official seal.LORI K. OLIVAS

Commission # 1973774 z<z z Notary Public - California Signaturez › Los Angeles County 3_ _ _ _ _ My Comm. Expires Apr 22,2024

Place Notary Seal AboveOPTIONAL

Signature of Notary Public

Though this section is optional, completing this information can deter alteration of the document orfraudulent reattachment of this form to an unintended document.

Description of Attached DocumentTitle or Type of Document: Contractor's BondNumber of Pages: 1 Signer(s) Other

Capacity(ies) Claimed by Signer(s)Signer's Name: Steven W. CoxA Corporate Officer — Title(s): Exec . V .P .O Partner — 0 Limited ❑ GeneralO Individual ❑ Attorney in FactEl Trustee ❑ Guardian or ConservatorEl Other: Signer Is Representing: J.F.Shea Construction, Inc.

Document Date: May 12 , 2015 Than Named Above: None

Signer's Name: Roy A. Valadez Corporate Officer — Title(s): Asst . Secretary

❑ Partner — ❑ Limited ❑ General❑ Individual El Attorney in Fact0 Trustee ❑ Guardian or ConservatorII Other: Signer Is Representing: J.F. Shea Construction, Inc.

6-• s• ceZ4"Str,.,&",6W4VS4\-. StOw4voletA._, *e•Tic,103-6••"‘S.Y6-0.v.-

©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907

Page 15: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT

A Notary Public or other officer completing this certificate verifies only the identity of theindividual who signed the document to which this certificate is attached, and not the truthfulness,accuracy, or validity of that document.

State of California

County of Los Angeles

On MAY 1 2 2015 before me, B. Aleman, Notary Public, personally appearedEdward C. Spector who proved to me on the basis of satisfactory evidence to be the person(s)whose name(a) is/are subscribed to the within instrument and acknowledged to me thathe/she/t executed the same in his/heetlsk& authorized capacity(i), and that by his/ /tomsignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument.

B. Ari/airl,

i.. . k$.,..,.w)::Z. COMM #1985713: z., 1 Notary Public - Califorrnaz ' ,.. -E..;1 Los Angeles County --1tto' m

a'y Comm. Jul 21,

I certify under PENALTY OF PERJURY under the laws of theState of California that the foregoing paragraph is true and correct.

WITNESS my hand and official seal.

Signature nature of Notary Public

Page 16: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER

TRAVELERS J

Attorney-In Fact No.

POWER OF ATTORNEY

Farmington Casualty CompanyFidelity and Guaranty Insurance CompanyFidelity and Guaranty Insurance Underwriters, Inc.St. Paul Fire and Marine Insurance CompanySt. Paul Guardian Insurance Company

St. Paul Mercury Insurance CompanyTravelers Casualty and Surety CompanyTravelers Casualty and Surety Company of AmericaUnited States Fidelity and Guaranty Company

227584 Certificate No. 0 0 610 2 816

KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian InsuranceCompany, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United StatesFidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is acorporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under thelaws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint

Tracy Aston, Kristine Mendez, KD Conrad, Simone Gerhard, Edward C. Spector, Paul Rodriguez, Lisa K. Crail, B. Aleman, Daravy Mady, JamesRoss, Misty Wright, and Nathan Varnold

of the City of Los Angeles , State of California their true and lawful Attorney(s)-in-Fact,each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings andother writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance ofcontracts and executing or guaranteeing bonds and undertakings required or permitted in any actions o vceedings allowed by law.

IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 17th

day of September 2014

Farmington Casualty CompanyFidelity and Guaranty Insurance CompanyFidelity and Guaranty Insurance Underwriters, Inc.St. Paul Fire and Marine Insurance CompanySt. Paul Guardian Insurance Company

State of ConnecticutCity of Hartford ss.

By:

St. Paul Mercury Insurance CompanyTravelers Casualty and Surety CompanyTravelers Casualty and Surety Company of AmericaUnited States Fidelity and Guaranty Company

71107'

Robert L. Raney, enior Vice President

17th September 2014On this the day of before me personally appeared Robert L. Raney, who acknowledged himself tobe the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. PaulFire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, TravelersCasualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoinginstrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.

In Witness Whereof, I hereunto set my hand and official seal.My Commission expires the 30th day of June, 2016.

\6tiAl C . dkALOA'ild+Marie C. Tetreault, Notary Public

58440-8-12 Printed in U.S.A.

WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER

Page 17: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

ZURICH AMERICAN INSURANCE COMPANYCOLONIAL AMERICAN CASUALTY AND SURETY COMPANY

FIDELITY AND DEPOSIT COMPANY OF MARYLANDPOWER OF ATTORNEY

KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of NewYork, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITYAND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), byTHOMAS 0. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of saidCompanies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do herebynominate, constitute, and appoint Edward C. SPECTOR, of Los Angeles, California, its true and lawful agent and Attorney-in-Fact, tomake, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and theexecution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to allintents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICANINSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICANCASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY ANDDEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.

The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, ofthe By-Laws of said Companies, and is now in force.

IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the saidZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, andFIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 11th day of June, A.D. 2012.

Assistant Secretary

ATTEST:

ZURICH AMERICAN INSURANCE COMPANYCOLONIAL. AMERICAN CASUALTY AND SURETY COMPANY

FIDELITY AND DEPOSIT COMPANY OF MARYLAND

irVice President

Eric D. Barnes Thomas 0. McClellan

State of MarylandCity of Baltimore

On this 11th day of June, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS 0.MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officersdescribed in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, thathe/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and thatthe said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the saidCorporations.

IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.

DMaria D. Adamski, Notary PublicMy Commission Expires: July 8, 2015

POA-F 016-0322F

Page 18: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

CA 123 41 0349 /19.41"1 Bond Numbers: 106296334 and 09181423agnunt pub-TattaSa- all Alen tiyze ijrzattz:

THAT WE J.F. SHEA CONSTRUCTION, INC . , a corporation

as principal and Travelers Casualty and Surety Company of America and Fidelity and Deposit Company of Maryland

as sureties are held and firmly bound unto the CITY OF LOS ANGELES, California, a municipal1

corporation, in the sum of FIVE MILLION, NINE HUNDRED FORTY-THREE THOUSAND, SIXHUNDRED EIGHTY-FIVE AND 00/100

($ 5,943, 685.00Dollarg

) lawful money of the United States, for which, payment well and truly to be made, we bind

ourselves, jointly and severally, firmly by these presents.

Signed, sealed and dated May 12th, 20 15

The conditions of the above obligation is such that, whereas said principal has been awarded and is about to enter into

a written contract with the City of Los Angeles for THE TERMINAL , ISLAND WATER RECLAMATION PLANT (TIWRP) TERTIARY FILTER REHABILITATION (CIP 5229) W.O. #SZT11342

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

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

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

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

WITNESS our hands this 12th day of May 20 15 Corporate Seal

By

J.F. SHEA C UCTIO► INC., a corporationPrincipal.

Executive ViceBy .\it_

Steven . CoxAssistanTra,ARREWst YncAget. 6AmericaFidelity and Deposit Company o wry and

Principal.

Principal.

C.2 c7)\---.:Edward C. Spector, Attorney:Fri-F?:1

Coiporation, Partnership or Individual Principal must have signatures acknowledgedin the appropriate blank on the reverse hereof.

If a Corporation — Corporate Seal must be impressed hereon,

Surety.

Surety

Page 19: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189

A notary public or other officer completing this certificate verifies only the identity of the individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

State of CaliforniaCounty of Los Angeles

On May 13, 2015 before me, Lori K. Olivas, Notary Public

Date Here Insert Name and Title of the Officerpersonally appeared Steven W. Cox and Roy A. Valadez

Name(s) of Signer(s)

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)4s/aresubscribed to the within instrument and acknowledged to me that heiche/they executed the same inlaisAter/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument.

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

WITNESS my hand and official seal.

LORI K. OLIVASCommission # 1973774 Signaturez< Notary Public - California zz >z Los Angeles County

3, _ _ _ _ My Comm. Expires Apr 21,2014

Place Notary Seal AboveOPTIONAL

Signature of Notary Public

Though this section is optional, completing this information can deter alteration of the document orfraudulent reattachment of this form to an unintended document.

Description of Attached DocumentTitle or Type of Document: Payment Bond Document Date: May 12, 2015 Number of Pages: 1 Signer(s) Other Than Named Above: None

Capacity(ies) Claimed by Signer(s)Signer's Name: Steven W. Cox A Corporate Officer — Title(s): Exec. V .P . El Partner — El Limited 0 GeneralCI Individual CI Attorney in Fact❑ Trustee 1=1 Guardian or ConservatorD Other: Signer Is Representing:

J.F. Shea Construction, Inc.

Signer's Name: Roy A. Valadez )IZ] Corporate Officer — Title(s): Asst. SecretaryE Partner — E Limited Li General111 Individual D Attorney in Fact[11 Trustee ❑ Guardian or ConservatorCI Other: Signer Is Representing: J.F. Shea Construction, Inc.

64,,,j,,4,:af,,,,K,IVAS.17.4S.y/ALIAS.IVA,V4SVARAW,,AOSS,AS•KAMe2,4,"Sto3c..y4Se.SC&4St(AK_AS,W.•:&74.1_,AWA,,TAVA•C•17,4,...y4Wf,,,,14:,•y„..elc&r...j.c.NC.SOW,y4W4.-

©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 1

Page 20: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT

A Notary Public or other officer completing this certificate verifies only the identity of theindividual who signed the document to which this certificate is attached, and not the truthfulness,accuracy, or validity of that document.

State of California

County of Los Angeles

On J- before me, B. Aleman, Notary Public, personally appearedEdward C. Spector who proved to me on the basis of satisfactory evidence to be the person(a)whose name(s) is/ace subscribed to the within instrument and acknowledged to me thathe/silo/they executed the same in his/hop/44,34 authorized capacity(i6a), and that by his/ /tsignature(a) on the instrument the person(s), or the entity upon behalf of which the person(a)acted, executed the instrument.

F_.e., B. MINN1/ -"): .) COMM #1985713 z.pie+)

7, Notary P hlic • Cal'fornia 73-.% -,)-, 24.3:: u. . K,,,,- - t Los Angeles County'' `ti_o'' My Comm. Expires July21,2016

I certify under PENALTY OF PERJURY under the laws of theState of California that the foregoing paragraph is true and correct.

WITNESS my hand and official seal.

Signaturenature of Notary Public

Page 21: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER

TRAVELERS J

Attorney-In Fact No.

POWER OF ATTORNEY

Farmington Casualty CompanyFidelity and Guaranty Insurance CompanyFidelity and Guaranty Insurance Underwriters, Inc.St. Paul Fire and Marine Insurance CompanySt. Paul Guardian Insurance Company

St. Paul Mercury Insurance CompanyTravelers Casualty and Surety CompanyTravelers Casualty and Surety Company of AmericaUnited States Fidelity and Guaranty Company

227584 Certificate No. 0 0 6.1 0 2 8 1 7

KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian InsuranceCompany, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United StatesFidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is acorporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under thelaws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint

Tracy Aston, Kristine Mendez, KD Conrad, Simone Gerhard, Edward C. Spector, Paul Rodriguez, Lisa K. Crail, B. Aleman, Daravy Mady, JamesRoss, Misty Wright, and Nathan Varnold

of the City of Los Angeles State of California , their true and lawful Attorney(s)-in-Fact,each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings andother writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance ofcontracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.

IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 17th

day of September 2014

Farmington Casualty CompanyFidelity and Guaranty Insurance CompanyFidelity and Guaranty Insurance Underwriters, Inc.St. Paul Fire and Marine Insurance CompanySt. Paul Guardian Insurance Company

State of Connecticut By:City of Hartford ss.

St. Paul Mercury Insurance CompanyTravelers Casualty and Surety CompanyTravelers Casualty and Surety Company of AmericaUnited States Fidelity and Guaranty Company

Robert L. Raney, enior Vice President

17th SeptemberOn this the day of 2014 , before me personally appeared Robert L. Raney, who acknowledged himself tobe the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. PaulFire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, TravelersCasualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoinginstrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.

In Witness Whereof, I hereunto set my hand and official seal.My Commission expires the 30th day of June, 2016.

C. Marie Marie C. Tetreault, Notary Public

58440-8-12 Printed in U.S.A.

WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER

Page 22: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

ZURICH AMERICAN INSURANCE COMPANYCOLONIAL AMERICAN CASUALTY AND SURETY COMPANY

FIDELITY AND DEPOSIT COMPANY OF MARYLANDPOWER OF ATTORNEY

KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of NewYork, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITYAND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), byTHOMAS 0. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of saidCompanies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do herebynominate, constitute, and appoint Edward C. SPECTOR, of Los Angeles, California, its true and lawful agent and Attorney-in-Fact, tomake, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and theexecution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to allintents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICANINSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICANCASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY ANDDEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.

The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, ofthe By-Laws of said Companies, and is now in force.

IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the saidZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, andFIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1 1 th day of June, A.D. 2012.

Assistant Secretary

ATTEST:

ZURICH AMERICAN INSURANCE COMPANYCOLONIAL AMERICAN CASUALTY AND SURETY COMPANY

FIDELITY AND DEPOSIT COMPANY OF MARYLAND

Vice PresidentEric D. Barnes Thomas 0. McClellan

State of MarylandCity of Baltimore

On this 11th day of June, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS 0.MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officersdescribed in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, thathe/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and thatthe said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the saidCorporations.

IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.

',I .... . .'.1 o

c -•

t0At; et, to

er 4i"aveVNiit 'tooMaria D. Adamski, Notary PublicMy Commission Expires: July 8, 2015

POA-F 016-0322F

Page 23: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

CERTIFICATE OF CORPORATE SECRETARYOF

J.F. SHEA CONSTRUCTION, INC.

June 24, 2013

I, James G. Shontere, Secretary of J.F. Shea Construction, Inc., a corporation created and existing under thelaws of the State of California, do hereby certify and acknowledge the following action taken by the Boardof Directors of this Corporation without a meeting as permitted by the Bylaws of the Corporation andapplicable California law:

RESOLVED, that any one of the following named officers of this Corporation and suchother person or persons, who are designated by Peter 0. Shea, President; John F. Shea,Executive Vice President; Peter 0. Shea, Jr., Executive Vice President, or John C.Morrissey, Executive Vice President acting alone is hereby authorized and empoweredfor and on behalf of the Corporation to execute any pre-qualifications, bids, contracts, bidbonds, or any other agreements or documents necessary to carry out the businessoperation of the Corporation, including business operations for the Redding division ofthe Corporation.

Peter O. Shea, PresidentJohn C. Morrissey, Executive Vice PresidentJohn F. Shea, Executive Vice PresidentPeter 0. Shea, Jr., Executive Vice PresidentJames G. Shontere, Secretary

FURTHER RESOLVED, that any one of the following named officers and/oremployees of this Corporation are hereby authorized and empowered to execute any pm-qualifications, bids, contracts, bid bonds, or any other agreements or documents necessaryto carry out the business operation of the Corporation.

Ronald L. Lalcey, Vice PresidentRoss A. Kay, Vice PresidentAndrew Parnes, Vice PresidentAndrew T. Rotmdtree, Vice PresidentLaura Vuolo, Vice PresidentRobert R. O'dell, Vice President and TreasurerRoger Standley, Controller and Assistant SecretaryJames W. Shea, Authorized Agent

FURTHER' RESOLVED, that any one of the following named officers and/oremployees of this Corporation are hereby authorized and empowered to execute anypre-qualifications, bids, contracts, bid bonds, or any other agreements or documentsnecessary to carry out the business operation for the Water division of the Corporation.

Steven W. Cox, Executive Vice PresidentRaymond N. Watford, Assistant SecretaryRoy Valadez, Assistant SecretaryBruce Cooksey, Authorized AgentThomas Fleuhr Jr., Authorized AgentRichard Hatchell, Authorized AgentJack Herrington, Authorized AgentJeffrey Jellick, Authorized AgentWilliam A. Singleton, Authorized Agent

Page 24: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

FUR i Ht,R RESOLVED, that any one of the following named officers and/oremployees of this Corporation are hereby authorized and empowered to execute anypre-qualifications, bids, contracts, bid bonds, or any other agreements or documentsnecessary to carry out the business operation for the Tunneling division of theCorporation.

Jeff Salai, Executive Vice PresidentJames M. Marquardt, Senior Vice PresidentCarl Christensen, Vice PresidentDennis Poulton, Vice President and Assistant SecretaryDavid Olson, Vice President and Assistant SecretaryStuart Lipofsky, Authorized AgentDanny Martz, Authorized AgentShemek Oginski, Authorized AgentJim Rosteck, Authorized AgentBonnie Senkowski, Authorized Agent

FUR !HER RESOLVED, that Timothy H. Salai as a Vice President of theCorporation, is hereby authorized and empowered to execute any pre-qualifications,bids, contracts, bid bonds, or any other agreements or documents necessary to carry outthe business operation for the Pennsylvania division of the Corporation.

FURTHER RESOLVED, that any one of the following named officers and/oremployees of this Corporation are hereby authorized and empowered to execute anypre-qualifications, bids, contracts, bid bonds, or any other agreements or documentsnecessary to carry out the business operation for the Redding division of theCorporation.

E. (Ed) J. Kemaghan, Vice PresidentDavid Perreault, Controller.Juan Bernardino, Authorized AgentFred Dohle, Authorized AgentGeri Hoeft, Authorized AgentKirk Johnson, Authorized AgentRichard Thompson, Authorized Agent

FINALLY RESOLVED, that any prior signature resolutions of the Corporation arehereby superseded and replaced by this resolution as of the effective date of thisresolution.

IN WITNESS WHEREOF, I have hereunto set my hand and corporate seal this 20 day of June 2013.

Jarn. Shontere, Secretary

Page 25: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (CIP 5229)LIST OF SUBCONTRACTORS W.O. No. SZT11342

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

To be eligible for award of this project, the Board of Public Works requires the bidder to subcontract a minimum of its bid, as discussed inthe Mandatory Subcontracting Minimum (MSM) Requirement paragraph on the important Notice page of the Proposal, to any qualifiedavailable Subcontractor(s). Failure to list subcontractors and subcontracting amounts on pages 1-6 through 1.8 with the bid sufficientto meet or exceed the MSM may cause the bid to be rejected by the Board of Public Works as non-responsive.

In accordance with provisions pertaining to the listing of Subcontractors, the bidder shall list herein each first tier Subcontractor to whom itproposes to subcontract portions of the work in an amount in excess of 1/2 of 1% of the Contractor's total bid or $10,000.00, whichever isgreater, and the dollar value of each listed subcontract. However, the bidder must list any additional subcontractor and dollar value to thesubcontract, regardless of amount, if the bidder wishes to have the subcontract amount credited toward meeting the MSM level ofparticipation for this project. No MBE, WBE, SBE, EBE, or DVBE credit will be given unless the subcontractor and subcontractingamounts are listed on pages 1-6 through 1-8. Note the following when calculating the pledged levels of participation:

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

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

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

Bidders are encouraged to use MBE, WBE, SBE, EBE, and DVBE firms whenever there is a need to subcontract portions of the work.

Subcontractor Name, Business Address, Telephone Number,and Contact Person

State Contractor'sLicense Number andExp. Date

Certification Agencyand Certification # (1) Dollar Value of Subcontract

.1.- EE.: -G:. f-A19--% C--

License Number:

--1 el• t3C1 C>

LA CT MTASCMBDC

$ -./-s,11=7 (f:C--D

i

--4)e_.,,,-\--,..... Sr-e-- ...-„) .12-k-:-- tiCert # 3 43.e.....2_

L .U.-7:21). 2.--) j> --ok . 04:6i Expiration Date: MBE WBEEBE DVBE

Expiration Date:

Gender/Ethnicity:Description of work: eYs .,-.\-(2 z_. ..ka Bid Item Nos.: 1..," ..--7--...„ef-At.3...„..,,,c_..-..21.-.__

0-e---\-4-4-- --I-4A"; .X.c4A-Cl::. •—,,_License Number:

3 c9t i 4 kLA CT MTA

SCMBDC$

'51-1 1 ----MC:-)

ikeke.,...\Ac....:"....... C-r-4... Cert #

L-1 Li- -'7 ,--3--1,2-2_3 Expiration Date: MBE WBE SBEEBE DVBE

Expiration Date:

Gender/Ethnicity:Description of work: ......1/4.4 ‘...Ac.A-,,Cc::. v,„.,1 Bid Item Nos. S

k3 t. .-,-.F.474tssr> ..-1..4., 1:5\ cz_Aw..e%-tr.

License Number:"Vbt

LA CT MTASCMBDC

$

" .C‘ e_.)(,-

1r- e--- K.--Vc.4.r.12..... C-vrA._ ca,-( srliit) Cert #t

(-CA b 61. ) ca>2.Ci - - - C.-3r- .4:p Expiration Date: MB WBE SBE Expiration Date:EBE DVBE

Gender/Ethnicity:Description of work: R,...,.....A, 4t. e_4.1,...w. Bid Item Nos. to

(1) Specify Certifying agency: LA - City of Los Angeles, Bureau o Contract AdministrationCT - State of California, Departm,n of Transportation (Caltrans)MTA - Los Angeles County Metrop nan Transportation AuthoritySCMBDC - Southern California Minority Business Development Council, Inc.

(Rev. 07/19/11) 1-6

Page 26: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIVVRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

LIST OF SUBCONTRACTORS (continued)

Subcontractor Name, Business. Address, TelephoneNumber, and. Contact Person

State Contractor'sLicense Numberand Exp. Date

CertificationAgency andCertification # (1)

Dollar Value of Subcontract

License Number:. LA CT MTASCMBDC

Cert #

$

Expiration Date: MBE WBE SBE Expiration Date:

EBE DVBE. Gender/Ethnicity:

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

SCMBDC

Cert #

$

Expiration Date: MBE WBE SBE Expiration Date:

EBE DVBE Gender/Ethnicity:

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

SCMBDC

Celt #

$

Expiration Date: MBE WBE SBEEBE DVBE

Expiration Date:

Gender/Ethnicity:

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

SCMBDC

Cert #

$

Expiration Date: MBE WBE SBE Expiration Date::

EBE DVBE Gender/Ethnicity:

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

SCMBDC

art #

$

Expiration Date: MBE WBE SBE Expiration Date:

EBE DVBE Gender/Ethnicity:

Description of work: Bid Item Nos.(1) Specify Certifying agency: LA - City of Los Angeles, Bureau of Contract Administration

CT • Stare of California, Department of Transportation (Caltrans),MTA - Los Angeles County Metropolitan Transportation AuthoritySCMBDC - Southern California Minority Business Development Council, Inc.

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

(Rev. 07/19/11) 1-7

Page 27: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

LIST OF SUBCONTRACTORS (continued)

Subcontractor Name, Business Address, TelephoneNumber, and Contact Person

State Contractor'sLicense Numberand Exp. Date

CertificationAgency andCertification # (1)

Dollar Value of Subcontract

License Number: LA CT MTASCMBDC

Cert #

$

Expiration Date: MBE WBE SBE Expiration Date:

EBE DVBE Gender/Ethnicity:

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

SCMBDC

Cert #

$

Expiration Date: MBE WBE SBE Expiration Date:

EBE DVBE Gender/Ethnicity:

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

SCMBDC

Cert #

$

Expiration Date: MBE WBE SBE Expiration Date:

EBE DVBE Gender/Ethnicity:

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

SCMBDC

Cert #

$

Expiration Date: MBE WBE SBE Expiration Date:

EBE DVBE Gender/Ethnicity:

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

SCMBDC

Cert #

$

Expiration Date: MBE WBE SBE Expiration Date:

EBE DVBE Gender/Ethnicity:

Description of work: Bid Item Nos.(1) Specify Certifying agency: LA - City of Los Angeles, Bureau of Contract Administration

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

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

(Rev. 07/19/11) 1-7

Page 28: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (GIP 5229)W.O. No. SZT11342

LIST OF SUBCONTRACTORS. (continued)

VENDOR AND/OR SUPPLIER AND BROKER PARTICIPATION RECOGNITION

The bidder must list herein names of vendors and/Or suppliers and brokers and the dollar amounts for which the bidder has obligated itself(list manufacturers on page 1.6 or 1,-7)..

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

CertificationAgency andCertification(1)

Supplier/Broker Subcontract Information

}A, k.."--kl C"LA CT MTA

SCMBDC Total Dollar Amount of Subcontract

'IR. -si.. / ( ei-/t•MBE SBE

EBEEBE DVBE Dollar Amount Applicable TowardMBE/WBE/SBE/EBE/DVBE/MSMParticipation Levels (2) (3)Exp.:

Description of material/service rendered: -------)s--,A-Le_A % Gen./Eth.: --'4...,c ,...,.t,„4 144.47 C.-.

LA CT MTASCMBDC Total Dollar Amount of Subcontract

Cert #MBE WBE SBE

EBE DVBE

Exp.:

$

Dollar Amount Applicable ToWardMBE/WBEiSI3E/EBE/DVBE/MSMParticipation Levels (2) (3)

Description of material/service rendered: Gen./Eth.;

LA CT MTASCMBDC

Geri # 1,151D,104MBE WBE SBE

EBE. DVBE

......----7Description of material/service rendered: C.) ,PAe's

Exp.:

Total Dollar Amount of Subcontract

Dollar Arno Applicable TowardMBE/WBE BE/DVBE/MSMParticipation Levels (2) (3)

Gen./Eth.: $ -4 (Dte:=,(I)

(1)

(3)

Specify Certifying agency: LA - City of Los Angeles, Bureau of Contract AdministrationCT - State of California, Department of Transportation (Caltrans)MTA - Lot Angeles County Metropolitan Transportation AuthoritySCMBDC Southern California Minority Business Development Council,

MBEAX/BE/SBE/EBE/DVBE/IvISM participation credit for a vendor and/or supplier is LIMITED TO 60% of the amount paid, unless the vendor/supplier-manufactures or substantially alters the materials/supplies. Multiply the "Total Dollar Amount of Subcontract" by 0.6 to calculate the "DollarAmount ApplicableToward...Participation Levels" if applicable.

MBERVBFABWEBE/DVBE/MSM participation credit for brokers is LIMITED TO THE FEE OR COMMISSION charged for providing the desired service.Multiply the 'Total Dollar Amount of Subcontract" by the broker's commission percentage.

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

Roy A. Valadez Assistant SecretaryNAME &SIGNATURE OF PERS COMPLETING PAG 6 THROUGH 1,8 TITLE

(909) 595-4397TELEPHONE NO.

(Rev. 07/t9/11)1 -8

Page 29: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZTI1342

LIST OF SUBCONTRACTORS (continued)

VENDOR AND/OR. SUPPLIER AND BROKER PARTICIPATION RECOGNITION

The bidder must list herein names of vendors and/or suppliers and brokers and the dollar amounts for which the bidder has obligated itself(list manufacturers on page 1.6 or 1-7).

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

CertificationAgency andCertification #(1-)

Supplier/Broker Subcontract Information

LA CT MTASCMBDC Total Dollar Amount of Subcontract

Cert # $MBE WBE SBE

EBE DVBE Dollar AmountApplicable Toward'p

Participation Levels (2) (3)Exp.:

Description of material/service rendered: Gen./Eth.: $LA CT MTA

SCMBDC Total Dollar Amount of Subcontract

Cert # $MBE WBE SBE

EBE DVBE Dollar Amount Applicable TowardMBE/WBE/SBE/EBE/DVBE/MSMParticipation Levels (2) (3)Exp.:

Description of material/service. rendered: Gen./Eth.: $LA CT MTA

SCMBDC Total Dollar Amount of Subcontract

Cert # $MBE WBE. SBE

EBE DVBE Dollar Amount Applicable TowardMBE/WBE/SBE/EBE/DVBE/MSMParticipation Levels (2) (3)Exp.:

Description or material/service rendered: Gen./Eth.: $

(2)

(3)

Specify Certifying agency; LA - City of Los An0les, Bureau of Contract AdministrationCT - State of California, Department of Transportation (Caltrans)MTA - Lc's Angeles County Metropolitan Transportation Authority.SCMBDC Southern California Minority Business Peveiopment Council, Ir)e.

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

IVIBEIWBE/SBE/EBE/DVBE/MSM participation credit for brokers is LIMITED TO THE FEE OR COMMISSION charged for providing the desired service.Multiply the "Total Dollar Amount of Subcontract" by the broker's commission percentage.

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

Roy A. Valadez Assistant Secretaryq,NAME &SIGNATURE OF PERS COMPLETING PAG .i-6 THROUGH 1-8 TITLE

(909) 595-4397TELEPHONE NO.

(Rev. 07119/11)1-8

Page 30: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

LIST OF SUBCONTRACTORS (continued)

VENDOR AND/OR SUPPLIER AND BROKER PARTICIPATION RECOGNITION

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

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

CertificationAgency andCertification #(I)

Supplier/Broker Subcontract Information

--2-)e._.---AAA ‘..A.T e---e> \---

LA CT MTASCMBDC Total Dollar Amount of Subcontract

\ k, •12. \r-S •A.) C--'0---• Cent # $ \, 2-cS c=o c=:'MBE WBE SBE

EBE DVBE Dollar Amount Applicable TowardMBE/WI3E/SBE/EBE/DVBENISMParticipation Levels (2) (3)Exp.:

Description of material/service rendered: -2-\ 1.\--- 1 ‹— .2.t.s."--r_ Gen./Eth.: $

\—)*r___i--1:1" c.A-3,,,LA CT MTA

SCMBDC Total Dollar Amount of Subcontract

,...—.---‘—'2-.- --17 v•-t... C--"(-cr Cert # $C::CnC.

tMBE WBE SBE

EBE DVBE Dollar Amount Applicable TowardMBE/WBE/SBE/EBE/DVBE/MSMParticipation Levels (2) (3)Exp.:

Description of material/service rendered: Gen./Eth.: $

.,--\7' C.----4•,LA CT MTA

SCMBDC Total Dollar Amount of Subcontract

' ---- '-"--;,-, Cert # ----3 cF:>-1 -1:-.)CX'47i• t .. 9—.. \J s ' 4--"t--. $ ,

MBE WBE SBEEBE DVBE

.1Dollar Amount Applicable TowardMBE/WBE/SBE/EBE/DVBE/MSMParticipation Levels (2) (3)Exp.:

Description of material/service rendered: Gen./F.th.: $

(I)

(2)

(3)

Specify Certifying agency; LA - City of Los Angeles, Bureau of Contract AdministrationCT - State of California, Department of Transportation (Caltrans)MTA - Los Angeles County Metropolitan Transportation AuthoritySCMBDC - Southern California Minority Business Development Council, Inc.

MBE/WBE/SBE,/EBE/DVBE/MSM participation credit for a vendor and/or supplier is LIMITED TO 60% of the amount paid, unless the vendor/suppliermanufactures or substantially alters the materials/supplies. Multiply the "Total Dollar Amount of Subcontract" by 0.6 to calculate the 'Dollar AMount ApplicableToward...Participation Levels" if applicable.

MBE/WBE/SBE/EBE/DVBE/MSM participation credit for brokers is LIMITED TO THE FEE OR COMMISSION charged for providing the desired service.Multiply the "Total Dollar Amount of Subcontract" by the broker's commission percentage.

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

Roy A. Valadez Assistant Secretary

NAME &SIGNATURE OF PERS• OMPLETING PALE 1.6 THROUGH 1.8 TITLE

(909) 595-4397

TELEPHONE NO.

1 -8(Rev. 07/19/11)

Page 31: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (GIP 5229)W.O. No. SZT11342

CERTIFICATION OF COMPLIANCE WITH CHILD SUPPORT OBLIGATIONS

Construction, Inc.The undersigned hereby agrees that J.F. Sheawill:Name of Business

1. Fully comply with all applicable State and Federal employment reporting requirements for itsemployees.

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

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

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

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

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

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

07/03/06

SignatureJ.F. Shea Construction, Inc.

Roy A. Valadez, Assistant SecretaryTitle

Company Name

February 4, 2015Date

1 - 9

Page 32: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

Equal Benefits Ordinance

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

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

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

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

Page 33: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

BCA 168(06/11/07)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

DEPARTMENT OF PUBLIC WORKSBureau of Contract Administration

ELECTRICAL SAFETY POLICY IMPLEMENTATION PLAN

Terminal Island Water Reclamation Plant (TIWRP) -PRO JECT: Tertiary Filter Rehabiliation (CIP 5229)

INSPECTOR:

W.O. SZT11342

DATE: February 4, 2015

THE CONTRACTOR SHALL: PLAN AND IMPLEMENT THE ELECTRICAL SAFETYPOLICY IN ACCORDANCE WITH THE BOARD OF PUBLIC WORKS POLICY:

Electrical Work is to be performed by Journeyman Electricians, Transportation System Electrician,Transportation System Technician, or Apprentices currently being trained in a California Approved ElectricalApprenticeship Program under the supervision of a Journeyman Electrician.

APPRENTICES AND JOURNEY-LEVEL WORKERS:

All apprentices will be registered in a State of California Approved Apprenticeship Program

The use of Journey-Level workers will comply with all State of California labor laws.

THE WORKFORCE OF PROJECTS DESIGNATED AS REQUIRING "ENHANCED ELECTRICALSAFETY CRITERIA" SHALL COMPLY WITH THE FOLLOWING

70% of all "Journeyman Wireman" will be graduates of a State of California Approved ElectricalApprenticeship Program or hold a valid 0-10 California Contractor's License issued by theState of California.

20% of the jobsite electrical workers will be OSHA 10-hour General Industry Safety and HealthCertified

At least one jobsite electrical worker will be OSHA 30-hour General Industry Safety and HealthCertified

The required workforce ratios will be determined by verifying the workforce composition on adaily basis

Electrical Work is defined as placement, installation, erection, or connection of any electrical wires, fixtures,appliances, apparatus, raceways, conduits, solar photovoltaic cells, or any part thereof, which generates, tranmits,transforms, or utilizes electrical energy in any form or for any purpose regardless of voltage.

FAILURE TO FULY IMPLEMENT AND MONITOR THE ELECTRICAL SAFETY POLICY MAYRESULT IN AN ASSESSMENT OF PENALTIES AND/OR POSSIBLE SANCTIONS AGAINST THECONTRACTOR.

Distribution: ContractorJob FileProject Engineer

As the contractor's representative, I understand and agree to complywith the above Electrical Safety Policy.

February 4, 2015Signatu

Roy A. Valadez, Asst ant SecretaryDate

Page 34: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

DESE E f v E

Department of General ServicesProcurement Division707 Third Street, Second Floor, West Sacramento, CA 95605(916) 375-4400 (800) 559-5529

List Date: June 3, 2013

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

1. Ak Makina2. Amona3. Belaz4. Belneftkhim5. ChinaOil6. CNPC (China National Petroleum

Corporation)7. DK Tech Corporation8. Grimley Smith Associates9. Hyundai Heavy Industries10. Indian Oil Corporation11. Kingdream PLC12. Liquefied Natural Gas Limited13. Naftiran14.0il and Natural Gas Corp (ONGC)15.0il India Limited

16.Panyu Chu Kong Steel PipeCompany, Ltd.

17. Petroleos de Venezuela18.Schwing America Inc.19.Shandong FIN CNC Machine Co.,

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

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

Office of Policies, Procedures and Legislationcharles.deyoedqs.ca.qov

1-12a

Page 35: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

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

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

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

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

The bidder shall certify that at the time of submitting a bid for new contract or renewal of an existing contract, the bidder is notidentified on the DGS list of ineligible businesses or persons and that the bidder is not engaged in investment activities in Iranin violation of the Iran Contracting Act of 2010.

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

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

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

Vendor Name/Financial Institution (printed)J.F. Shea Construction, Inc.

BTRC (or n/a)0000506531-0001-6

By Arrthorized Signature, jC. Nr V

Print Name and Title of Pers igningRoy A. Valadez, Assis t SecretaryDate ExecutedFebruary 4, 2015

City Approval (Signature) (Print Name)

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

Vendor Name/Financial Institution (printed) BTRC (or n/a)

By (Authorized Signature)

Print Name and Title of Person Signing

Date Executed City Approval (Signature) (Print Name)

1-12b

Page 36: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Terminal Island Water Reclamation Plant (TIWRP) - Tertiary Filter Rehabilitation (CIP 5229)W.O. No. SZT11342

Iran Contracting Act of 2010 - Implementation and Processing Procedures

Overview:

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

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

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

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

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

Implementation & Processing:

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

• Upon receiving the bid or proposal, the awarding authority contract administrator must review thesubmitted affidavit for completion and signature and check the DGS list of businesses that areprohibited from contracting with public entities in California. The link for the DGS list is:http://www.documents.dqs.ca.qov/PD/poliproc/Iran%20Contractine020Act%20List.pdf

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

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

Any questions regarding the Iran Contracting Act of 2010 may be directed to the State ofCalifornia, Department of General Services, Office of Policies, Procedures, and Legislation(OPPL) at PP0(&.dgs.ca.gov. For more information, the webpage for the OPPL is located atwww.dgs.ca.gov/pd/Resources/PDLegislation.aspx.

1-12c

Page 37: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

BID PROPOSAL

PART II

Print and submit with your bid page 2-2,single sided only, and submit the onlineforms indicated on page 2-1 on BAVN.

Page 38: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

Nondiscrimination, Equal Employment Practices andAffirmative Action Program (Construction)

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

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

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

Additionally, Bidders/Proposers must complete and submit with their bid, the "AnticipatedEmployment Utilization Report" on page 2-2 of this Bid Proposal, to effectuate therequirements of Los Angeles Administrative Code Section 10.13. The form can also bedownloaded from the Bureau of Contract Administration web page at http://bca.lacity.orq.

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

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

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

ND/EEP/AA RFB/RFP/RFQ Language (Rev. 08/12)2-1

Page 39: CONTRACT SUMMARY SHEET - Los Angelesclkrep.lacity.org/onlinecontracts/2015/C-125780_C_06-16...2015/06/16  · MECHANICAL WORK LS LS LS LS LS LS LS LS •.1 100,000.00 $ 10,000.00 bl)

ANTICIPATED EMPLOYMENT UTILIZATION REPORT

®PRIME ESUB Contractor j.F. Shea Construction, Inc. Project Title TIWRP Tertiary Filter Rehabilitation (CIP 5229), W.O. SZT11342 OCC File #Contractor Address 667 Brea Canyon Road, Suite 30 City: Walnut State: CA E-mail: [email protected]

CONSTRUCTION PROJECTS FOR WHICH THE CONSIDERATION IS $5,000 OR MOREAs part of the Affirmativethose trades within the

(Note: J - Journeyman,

Action Plan your company must set forth anticipated minority, women, and all other staffing utilization by the contractor and all subcontractors on eacharea of jurisdiction of the Los Angeles Building and Construction Trades Council within the City of Los Angeles in each work class and at all levels in terms

A - Apprentice, T - Trainee, F - Female, M - Male) (L.A. County Only)

project constructedof STAFF HOURS.

by the City using

AFRICAN AMERICAN(BLACK) HISPANIC

ASIAN / PACIFICISLANDER

AMERICAN INDIAN/ALASKAN NATIVE

CAUCASIAN(NON-HISPANIC)

TOTALEMPLOYEES

ohMINORITY GENDER

CRAFT .1 A T J A T J A T J A T J A T J A T J A T NI FBrick MasonCarpentersConcrete FinishersConstructionLaborers 16 6 22 73 20 2Electricians 1 1 2 50 2Operator Engineers 2 2 4 50 4Painters 4 4 8 50 8Plasterers, StuccoMasonsPlumbers,PipefittersSheet MetalWorkersIron & SteelWorkersRoofersClericalSupervisory

TOTAL23 13 36 34 2

Employment statistics were obtained from:Available Records Visual Check Other (Specify) Estimate based on current employees and project scope.

Prepared by:62...4 \irRoy A. aladez

AAP-2 Form (6/11)

Title: Assistant Secretary

2-2

Date: February 4, 2015