Loading...
HomeMy Public PortalAbout2017-06-22 Hillcrest Park Fountain Restoration, Great Lawn, and Sidewalk Improvements - Environmental Construction CITY OF FULLERTON / Office of the City Clerk June 26, 2017 Environmental Construction, Inc. Attn: Farid Soroudi 21550 Oxnard St., Ste. 1050 Woodland Hills, CA 91367 Dear Mr. Soroudi: Enclosed are the following documents in accordance with your bid for the Hillcrest Park- Fountain Restoration, Great Lawn, and Sidewalk Improvements project approved by the Fullerton City Council on May 16, 2017: 1) Agreement, fully executed 2) Performance Bond 3) Labor and Materials Bond 4) Insurance Documentation Sincerely, Mea Klein Assistant City Clerk Enclosures cc: Raisa Hackman, Engineering SCANNED THE EDUCATION COMMUNITY 303 West Commonwealth Avenue,Fullerton,California 92832-1775 (714) 738-6350 • Fax(714) 525-8071 • Web Site:www.ci.fullerton.ca.us .7i/ . 1 CITY OF FULLERTON AGREEMENT THIS AGREEMENT, made and entered into at Fullerton, California, by and between the City of Fullerton, a municipal corporation, hereinafter designated as the Contracting Agency, and ENVIRONMENTAL CONSTRUCTION, INC. 21550 OXNARD ST., SUITE 1050 WOODLAND HILLS, CA 91367 hereinafter designated as the Contractor, WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other as follows: ARTICLE I That this Contract consists of this Agreement and the Invitation to Bid, the Instructions to Bidders, the Bid Security Forms for Check or Bond, the Accepted Bid, the Performance Bond, the Labor and Material Bond, the Non-Collusion Affidavit, the Specifications, the Drawings, all addenda as prepared prior to date of bid opening setting forth any modifications or interpretations of any of said documents and any and all supplemental agreements heretofore or herewith executed amending or extending the work contemplated and which may be required to complete the work in a substantial and acceptable manner, all of which are referred to as the Contract Documents. All of the provisions of all of said Contract Documents are hereby incorporated in and made a part of this Agreement as if fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by the Contracting Agency as set forth in said Contract Documents, the Contractor agrees with the Contracting Agency to do the work and furnish the materials in accordance with the said Contract Documents, which work is generally referred to as HILLCREST PARK-FOUNTAIN RESTORATION, GREAT LAWN, AND SIDEWALK IMPROVEMENTS, and to furnish at his own cost and expense all tools, equipment, services, labor, and materials necessary therefor, and to do everything required herein and by said Contract Documents. ARTICLE III For, and only in the event of, the furnishing of all the said services and materials, the obtaining of all permits and licenses of a temporary nature; the furnishing and removing of all debris and temporary work structures and temporary work installations, tools and equipment, and the doing of all of the work contemplated and embraced in the said Contract Documents, also in full payment for all loss and damage arising out of the nature or performance of the aforesaid work during its progress or prior to its acceptance, from the action of the elements, and from any unforeseen difficulties which may arise or be encountered in the prosecution of AGREEMENT-2 ., f the work, and for and from all other risks of any description connected with the said work, also in full payment for all expenses incurred by or in consequence of the suspension or discontinuation of the said work, except such as in the said Contract Documents are expressly stipulated to be borne by the Contracting Agency and for well and faithfully completing the work and the whole thereof within the stipulated time and in the manner shown and described in the said Contract Documents and in accordance with the requirements of the Director of Public Works of said City under them; the Contracting Agency will pay, and the Contractor shall receive, in full, compensation therefor, the prices set forth in the Accepted Bid. ARTICLE IV The Contracting Agency hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the material and to do the work according to the terms and conditions contained and referred to in the said Contract Documents for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the said Contract Documents, and that the obligations and benefits of this Contract shall be binding upon and inure to the benefit of the parties hereto and their heirs, executors, administrators, successors and assigns. ARTICLE V No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a notice to proceed has been given in writing to the Contractor by the Contracting Agency, which notice shall be given by the Director of Public Works of the said City, and the Contractor shall commence work within five calendar days from the date specified in a written notice to proceed. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed this 42i#"day of Gf �,,e , 20/7 . CITY OF FULLERTON r Erni;ronrnen�. t ns ✓44f bre, )hj.• Mayor Contractor ATTEST: By Fr; 60✓OuI - re 5;�ti� 5elre✓G+e/ City Cler Title CONTRACTING AGENCY and Title L License No. "T l/�- /S42 4 APPROVED AS TO FORM: By: Cj Rich . Jones, City A orney AGREEMENT-2 -It :3 ri-.50=' CITY OF FULLERTON AGREEMENT/CONTRACT REQUIREMENT CHECK LIST AGREEMENT/CONTRACT WITH: Gc�Nrtn.e'NnA41,1 s ttie''' DESCRIPTION: - /J642-43/7K-r4 s�,�t t�-`�t- t - �'k- ; AGREEMENT/CONTRACT COUNCIL APPROVED: ',:.//61),7 AGREEMENT/CONTRACT TERM: 7,7//c)0) "7 TO )/4A2,‘› J S INSURANCE REQUIREMENTS (CERTIFICATES ATTACHED) / General Liability Limit. /1 "a Expires: 5/Wig. 7-Workers Compensation Limit:$/i w,D, 0 03 Expires: 3/ //') i/ Automobile Limit:S/f coo, "you Expires: 14Y2J/k All Risk Property Limit: Expires: Other: Limit: Expires: Other: Limit: Expires: Other: Limit: Expires: Other: Limit: Expires: Contract Administrator named as contact for notices '/All evidence received and approved by Risk Management BONDS REQUIRED (ATTACHED) 1/ Amount: 94'2 9 44 Faithful Performance j f V' Labor and Materials Amount: -3`962 79 Monumentation Amount: Payment Amount: Tenant Construction Amount: Other: Amount: No bonds required Contract Administrator named as contact for notices APPROVALS (6 / `/I - •. r ent Date gm. k_4/1/ 11-1W/U (7/I //iT Risk Ma ager Date Contract Requirement Check List Form Administrative Policy No. 112: Contractual Insurance Requirements Original-Street Maint. Supt. Police Dept. City inspector City Engineer Contractor Fire Dept. City of Fullerton EMERGENCY INFORMATION The names, addresses and telephone numbers of the Contractor and sub-contractors or his representatives, shall be filed with the Engineer and the Fullerton Police Department prior to beginning work. Job: Hillcrest Park-Fountain Restoration, Great Lawn, and Sidewalk Improvements Project No. 54500 Contractor: Environmental Construction,Inc. Address: 21550 Oxnard St, Ste 1050,Woodland Hills,CA 91367 Day Phone: 818-449-8920 Home Phone: Job Superintendent: Darrell Wright Address: 4594 Bridle Ln, Hemet, CA 92544 Day Phone: 818-262-2193 Home Phone: 949-929-1261 Foreman: Jose Avina Address: 1294 W.37th Drive Los Angeles,CA 90007 Day Phone: 818-652-0784 Home Phone: 373-641-8900 City of Fullerton For Office Use Only Fullerton Police Department-(714)738-6700 Estimated Start Date Street Maintenance Supt. -(714)738-6897 Estimated End Date Engineering Division-(714)738-6845 Original-Street Maint. Supt. Police Dept. City Inspector City Engineer Contractor Fire Dept. City of Fullerton EMERGENCY INFORMATION The names, addresses and telephone numbers of the Contractor and sub-contractors or his representatives, shall be filed with the Engineer and the Fullerton Police Department prior to beginning work. Job: Hillcrest Park-Fountain Restoration, Great Lawn,and Sidewalk Improvements Project No. 54500 Contractor: Environmental Construction,Inc. Address: 21550 Oxnard St, Ste 1050,Woodland Hills,CA 91367 Day Phone: 818-449-8920 Home Phone: Job Superintendent: Darrell Wright Address: 4594 Bridle Ln,Hemet,CA 92544 Day Phone: 818-262-2193 Home Phone: 949-929-1261 Foreman: Jose Avina Address: 1294 W.37th Drive Los Angeles,CA 90007 Day Phone: 818-652-0784 Home Phone: 323-641-8900 City of Fullerton For Office Use Only Fullerton Police Department-(714)738-6700 Estimated Start Date Street Maintenance Supt. -(714)738-6897 Estimated End Date Engineering Division-(714)738-6845 Original-Street Maint. Supt. Police Dept. City Inspector City Engineer Contractor Fire Dept. City of Fullerton EMERGENCY INFORMATION The names, addresses and telephone numbers of the Contractor and sub-contractors or his representatives, shall be filed with the Engineer and the Fullerton Police Department prior to beginning work. Job: Hillcrest Park-Fountain Restoration, Great Lawn,and Sidewalk Improvements Project No. 54500 Contractor: Environmental Construction, Inc. Address: 21550 Oxnard St, Ste 1050,Woodland Hills, CA 91367 Day Phone: 818-449-8920 Home Phone: Job Superintendent: Darrell Wright Address: 4594 Bridle Ln, Hemet, CA 92544 Day Phone: 818-262-2193 Home Phone: 949-929-1261 Foreman: Jose Avina Address: 1294 W.37th Drive Los Angeles, CA 90007 Day Phone: 818-652-0784 Home Phone: 323-641-8900 City of Fullerton For Office Use Only Fullerton Police Department-(714)738-6700 Estimated Start Date Street Maintenance Supt. -(714)738-6897 Estimated End Date Engineering Division-(714)738-6845 Bond No. 8245-15-74 PREMIUM IS FOR THE CONTRACT TERM AND IS SUBJECT Premium: $34,694.00 TO ADJUSTMENT BASED ON FINAL CONTRACT CE CI T Y OF FULLERTON Executed in three originals PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS; THAT, WHEREAS, the City of Fullerton, a municipal corporation, duly organized and existing under and by virtue of the State of California, by minute order of its City Council on May 16, 2017, has accepted the bid of and awarded a contract to, ENVIRONMENTAL CONSTRUCTION, INC. 21550 OXNARD ST., SUITE 1050 WOODLAND HILLS, CA 91367 hereinafter designated as the "Principal", who has executed certain documents constituting a written contract to do the work and furnish the materials in accordance with said bid and as described in and required in the said contract documents, which work is generally referred to as HILLCREST PARK—FOUNTAIN RESTORATION, GREAT LAWN, AND SIDEWALK IMPROVEMENTS, and WHEREAS, the said Principal is required under the terms of said contact to furnish a bond for the faithful performance of said contract; NOW, THEREFORE, we, Environmental Construction, Inc. as Principal, and Vigilant Insurance Company as Surety, hereby hold and firmly bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, to the City of Fullerton, a municipal corporation, hereinafter called the "Contracting Agency", in the penal sum of(100% of bid), three million, nine hundred sixty-two thousand, nine hundred forty-four dollars 00/100 ($3,962,944.00) lawful money of the United States of America. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the said Principal, his or its heirs, executors, administrators, successors or assigns, shall well and truly keep and perform all the undertakings, terms, covenants, conditions and agreements contained in all of the documents constituting the said contract and any alteration thereof, made as therein provided, all within the time and manner therein designated and in all respects according to their true intent and meaning, then this obligation shall become null and void, otherwise, it shall be and remain in full force and effect. FURTHER the said surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or modification of the said contract documents or of the work to be performed thereunder, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or modification of the said contract documents or of work to be performed thereunder. IN WITNESS WHEREOF, three (3) identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety herein named, on the 23rd day of May , 20 17 Environmental Construction, Inc. Principal By 5,00 rKeeS det1 Vigilant Insurance Company Sur iret B a Vanessa Cop-land,Attorney-in-Fact ALL BOND SIGNATURES MUST BE NOTARIZED. THE USE OF ANY OTHER STANDARD BOND FORM MUST BE APPROVED BY THE CITY AND THE SECURITY STIPULATIONS PROTECTING THE CITY ARE NOT TO BE REDUCED IN ANY WAY. THE BOND SHALL BE DULY EXECUTED BY A RESPONSIBLE CORPORATE SURETY AUTHORIZED TO ISSUE SUCH BONDS IN THE STATE OF CALIFORNIA. APPROVED AS TO FORM: By: c Richard . Jones, City Attorn y PERFORMANCE BOND-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 • �,. , f , • v- • ,.. • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of I' At ) . On 5—.4-3- 2D/ 7 before me,Mi,ls/9,L/96/ i 2v ey/a4h Date Here Insert Name and Trtiof the Officer • personally appeared MA1L) ScA 1u2/ Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. •“" ALAN SAFAEI WITNESS my hand and official seal. Ala__ Notary Public-California Z Los Angeles County \ iity Commission#2187609 Iv4 M y Comm.Expires Mar 23,2021 Signature ‘���-. aZior rgn. e of Notaty Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): 0 Corporate Officer — Title(s): ❑ Partner — ❑Limited 0 General 0 Partner— ❑Limited ❑General ❑ Individual ❑Attorney in Fact ❑Individual 0 Attorney in Fact ❑Trustee 0 Guardian or Conservator 0 Trustee ❑Guardian or Conservator ❑Other: 0 Other: Signer Is Representing: Signer Is Representing: `,• ;.�:. -vn.. `"�V.'N f+. • `...••• `c..V - . . •\-2,• �. ' �. • ©2015 National Notary Association •www.NationalNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On 6/12-6 11 before me, B. Copeland ,Notary Public, personally appeared Vanessa Copeland Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s-) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the B.COPELAND laws of the State of California that the foregoing z Notary Public-California A)i ,�° z paragraph is true and correct. Z= Orange County .41," Commission#2187550 My Comm.Expires Apr 19.2021 I WITNESS my hand and official seal. Signature:f' CC , mature of Notary Public Place Notary Seal Above OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Capacity(ies) Claimed by Signer(s) Signer's Name: Vanessa Copeland Signer's Name: ❑ Individual 0 Individual O Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner: ❑Limited ❑ General ❑ Partner: ❑Limited 0 General ® Attorney in Fact 0 Attorney in Fact O Trustee 0 Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator 0 Other: ❑ Other: Signer Is Representing: Signer Is Representing: Rev. 1-15 Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Shawn T. Blume, Kevin Cathcart, Vanessa Copeland, Eric Lowey and Mark Richardson of Costa Mesa,California each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 21"day of April,2017. eiKISOLEX' 765—tV-- f5L Ekty;n A1.Chlorcas.AssistantSecretaly Stephen A1.11aney.Vice President tr•dt) "17.'0 (0 ) At I we". STATE OF NEW JERSEY County of Hunterdon 55' On this 21u'day of April,2017 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M. Chloros,being by me duly sworn,did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that she is acquainted with Stephen M. Haney,and knows him to be Vice President of said Companies;and that the signature of Stephen M.Haney,subscribed to said Power of Attorney is in the genuine handwriting of Stephen M.Haney,and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal 'RAF KATHERINE J.ADELAAR OTAIV\ NOTARY PUBLIC OF NEW JERSEY No.2318886 ,, / L / PUBLIC commission Eitptreu July 16.7019 V Notary Public \�4t1i1ER`'/ CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016: "RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company entered into in the ordinary course of business(each a"Written Commitment"): (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company.under the seal of the Company or otherwise,to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified in such written appointment,which specification maybe by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the Company the authority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,maybe affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the Company,and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies")do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in Guam,Puerto Rico, and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station,NJ,this May 23, 2017 cis "-Z.-% 5\1.Cilue‘ ( /4). Dawn NI.Ch toms,Assistant Secretai' IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT: Telephone(908)903-3493 Fax(908)903-3656 e-mail:surety@chubb.com Form 15-10-0225B-U GEN CONSENT(rev.12-16) Bond No. 8245-15-74 Premium listed on performance bond Executed in three originals CITY OF FULLERTON LABOR AND MATERIALS BOND KNOW ALL MEN BY THESE PRESENTS; THAT, WHEREAS, City of Fullerton, a municipal corporation, duly organized and existing under and by virtue of the State of California, by minute order of its City Council on May 16, 2017, has accepted the bid of and awarded a contract thereon to, ENVIRONMENTAL CONSTRUCTION, INC. 21550 OXNARD ST., SUITE 1050 WOODLAND HILLS, CA 91367 hereinafter designated as the "Principal" who has executed certain documents constituting a written contract whereby said Principal will do the work and furnish the materials in accordance with said bid and contract, which work is generally referred to as: HILLCREST PARK-FOUNTAIN RESTORATION, GREAT LAWN, AND SIDEWALK IMPROVEMENTS, and WHEREAS, by California Civil Code, Section 3247 and said contract, the Principal is required, before entering upon the performance of said contract, to furnish a labor and materials bond, approved by the City Attorney of the City of Fullerton, which bond must meet requirements of Section 3248 of said Civil Code; NOW, THEREFORE, we Environmental Construction, Inc. as Principal and Vigilant Insurance Company as Surety hereby hold and firmly bind ourselves, our heirs, executors, administrators and successors, jointly and severally, to the City of Fullerton, a municipal corporation, in the penal sum of(100% of the bid), three million, nine hundred sixty-two thousand, nine hundred forty-four dollars 001100 ($3,962,944.00) lawful money of the United States of America. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the said Principal or any of his or its subcontractors or heirs, executors, administrators, successors or assigns of any, all or either of them, shall fail to pay any of the persons named in Civil Code Section 3181, with respect to any work or labor performed by any such claimant or any amount due under the Unemployment Insurance Code, that said Surety will pay for the same, but not exceeding a total amount equal to the sum hereinabove specified and reasonable attorney fees in any action on this bond. This bond shall inure to the benefit of any and all persons entitled to file claims under Section 3183 of the Civil Code of the State of California. LABOR&MATERIALS BOND-1 FURTHER, the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or modification of the said contract documents or of the work to be performed thereunder, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or modification of the said contract or of work to be performed thereunder. IN WITNESS WHEREOF, three (3) identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety herein named, on the 23rd day of May , 2017 Environmental Construction, Inc. Vigilant Insurance Company Principal Surety 6 / ' B Y Tot r;d c' , G/1 i Pro3Ven i- Vanessa Copeland,Attorney-in-Fact Title Title ALL BOND SIGNATURES MUST BE NOTARIZED. THE USE OF ANY OTHER STANDARD BOND FORM MUST BE APPROVED BY THE CITY AND THE SECURITY STIPULATIONS PROTECTING THE CITY ARE NOT TO BE REDUCED IN ANY WAY. THE BOND SHALL BE DULY EXECUTED BY A RESPONSIBLE CORPORATE SURETY AUTHORIZED TO ISSUE SUCH BONDS IN THE STATE OF CALIFORNIA. APPROVED AS TO FORM: By: Richar - Jones, City Atto0 LABOR&MATERIALS BOND-2 • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 • ^,-- .v`v- ...,;�-. i- A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of 40- t Cik On S- 23. 2U/7 before me,/124A/SIA...) e (4/d707,8 y/4 Date Here Insert Name and Title of the Officer personally appeared 1c9A?' ) SIP/e0(11 Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �. ALAN SAME' WITNESS my hand and official seal. ,,4114404;1. , \c. Notary Public—California ,;� ,) Los Angeles County `J:0' Commission#2187609 r^"' My Comm.Expires Mar 23.2021 Signatureea-&--/ -4 • Signa of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): 0 Corporate Officer — Title(s): 0 Partner — 0 Limited ❑General 0 Partner — 0 Limited 0 General ❑Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: aC.`=E,._�:v. �,. `Ntr'�4:'. ''...�,.�.• Y�"4'..., ._ • '•,-2•••\-••\,%•',-- - • •\--,•\='•••=', �5+',a,. • • •••,'• ©2015 National Notary Association •www.NationalNotary.org• 1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) �?fi On 5 1 before me, B. Copeland ,Notary Public, personally appeared Vanessa Copeland Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the 411, .. +,, B.COPELAND laws of the State of California that the foregoing Notary Public-California Z paragraph is true and correct. 5 aOrange County D `Mitt, Commission#2187550 My comm.EXPiresAp 1g.202 WITNESS my hand and official seal. Signature:/) (_ t : Ge-- .__ ,, P ignature of Notary Public Place Notary Seal Above -----------------------_----_------------------- OPTIONAL --------------------------------------- --_------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Capacity(ies) Claimed by Signer(s) Signer's Name: Vanessa Copeland Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner: ❑Limited ❑ General ❑ Partner: ❑Limited ❑ General ® Attorney in Fact ❑ Attorney in Fact ❑ Trustee 0 Trustee O Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Rev. 1-15 • CHUB Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Shawn T. Blume, Kevin Cathcart, Vanessa Copeland, Eric Lowey and Mark Richardson of Costa Mesa,California each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 21t day of April,2017. Dawn 11. Assistant Secretary Stephen V.Raney,Vice Pressident • *MVD + wAI«! SIM WQ' STATE OF NEW JERSEY County of Hunterdon E' On this 21.t°day of April.2017 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M. Chloros,being by me duly sworn,did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that she is acquainted with Stephen M. Haney,and knows him to be Vice President of said Companies;and that the signature of Stephen M.Haney,subscribed to said Power of Attorney is in the genuine handwriting of Stephen M.Haney,and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal 'ROF KATHERINE J.ADEIAAR OTAgy t NOTARY PUBLIC OF NEW JERSEY '•— x Na.2316885 pt16L1D Commission Expires July 16,2018 - Nmary Public y`5VERg� r/ CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016: "RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company entered into in the ordinary course of business(each a"Written Commitment"): (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise,to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized.for and on behalf of the Company,to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified in such written appointment,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the Company the authority to execute,for and on behalf of the Company, under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to bean exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the Company,and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies")do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in Guam,Puerto Rico, and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station,NJ,this May 23, 2017 (#4 '40) F (1i)• Dawn 1t Chloros.Assistant Secretary? IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT: Telephone(908)903-3493 Fax(908)903-3656 e-mail:surety@chubb.com Form 15-10-0225B-U GEN CONSENT(rev.12-16) ® 'ACOROCERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 5/22/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Newport Beach-Alliant Insurance Services, Inc. NAME: 1301 Dove St Ste 200 SAH"/C"Na Fxt).949-756-0271 FAX No): 949-756-2713 Newport Beach CA 92660 A DRESS• INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Westchester Fire Insurance Compan v 4,2") 10030 — INSURED INSURER B:AmGUARD Insurance Company A X ( ) 42390 (,V Environmental Construction, Inc. INSURER C:Cypress Insurance Company c7 ) 10855 21550 Oxnard Street,Suite 1050 Woodland Hills CA 91367 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 107890304 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY), LIMITS A x COMMERCIAL GENERAL LIABILITY G2759430A 003 5/6/2017 5/6/2018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR APPR•VED BY DAMAGE TO RENTED PREMISES(Ea occurrence) $100,000 R.ir A/ AG E �f MED EXP(Any one person) $ / / I!!��-II PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X 1 JECf LOC / / PRODUCTS-COMP/OP AGG $2,000,000 OTHER: DAT Deductible $10,000 B AUTOMOBILE LIABILITY ENAU849811 1/22/2017 1/22/2018 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ANY AUTO BODILY INJURY(Per person) $ ALL OWNED X SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS x NON-OWNED PROPERTY DAMAGE AUTOS $ (Per accident) _ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ C WORKERS COMPENSATION ENWC805932 3/1/2017 3/1/2018PER OTH- AND EMPLOYERS'LIABILITY Y/N X STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: Project#54500, Hillcrest Park-Fountain Restoration&Great Lawn&Sidewalk Improvements. City of Fullerton, its elected and appointed officials,officers,employees and volunteers are named as Additional Insured on Primary and Non-Contributory basis per attached endorsements.Waiver of Subrogation applies per attached endorsements. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fullerton,its elected and appointed officials, THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN officers,employees and volunteers ACCORDANCE WITH THE POLICY PROVISIONS. Engineering Department 303 West Commonwealth Ave. Fullerton CA 92832 AUTHORIZED REPRESENTATIVE 14-7,14)i 1, A. ©1988--2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: G2759430A 003 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations City of Fullerton,its elected and appointed officials,officers,employees and volunteers.Engineering Department 303 West Commonwealth Ave.Fullerton CA 92832 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A Section II — Who Is An Insured is amended to 1. All work, including materials, parts or include as an additional insured the person(s) or equipment furnished in connection with such organization(s) shown in the Schedule, but only work, on the project (other than service, with respect to liability for "bodily injury", "property maintenance or repairs) to be performed by or damage" or "personal and advertising injury" on behalf of the additional insured(s) at the caused, in whole or in part, by: location of the covered operations has been 1. Your acts or omissions; or completed;or 2. The acts or omissions of those acting on your 2. That portion of "your work" out of which the behalf; injury or damage arises has been put to its in the performance of your ongoing operations for intended use by any person or organization other than another contractor or subcontractor the additional insured(s) at the location(s) designated above. engaged in performing operations for a principal as a part of the same project. However: C. With respect to the insurance afforded to these 1. The insurance afforded to such additional additional insureds, the following is added to insured only applies to the extent permitted by Section III—Limits Of Insurance: law; and If coverage g provided to the additional insured is 2. If coverage provided to the additional insured is required by a contract or agreement, the most we required by a contract or agreement, the will pay on behalf of the additional insured is the insurance afforded to such additional insured amount of insurance: will not be broader than that which you are 1. Required by the contract or agreement; or required by the contract or agreement to provide for such additional insured. 2. Available under the applicable Limits of B. With respect to the insurance afforded to these Insurance shown in the Declarations; additional insureds, the following additional whichever is less. exclusions apply: This endorsement shall not increase the This insurance does not apply to "bodily injury" or applicable Limits of Insurance shown in the "property damage"occurring after: Declarations. CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: G2759430A 003 COMMERCIAL GENERAL LIABILITY CG 20 13 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS RELATING TO PREMISES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: City of Fullerton,its elected and appointed officials,officers,employees and volunteers. Engineering Department 303 West Commonwealth Ave. Fullerton CA 92832 Information required to complete this Schedule,if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 1. The insurance afforded to such additional include as an additional insured any state or insured only applies to the extent permitted by governmental agency or subdivision or political law; and subdivision shown in the Schedule, subject to the 2. If coverage provided to the additional insured is following additional provision: required by a contract or agreement, the This insurance applies only with respect to the insurance afforded to such additional insured following hazards for which the state or will not be broader than that which you are governmental agency or subdivision or political required by the contract or agreement to subdivision has issued a permit or authorization in provide for such additional insured. connection with premises you own, rent or control B. With respect to the insurance afforded to these and to which this insurance applies: additional insureds, the following is added to 1. The existence, maintenance, repair, Section III—Limits Of Insurance: construction, erection or removal of advertising If coverage provided to the additional insured is signs, awnings, canopies, cellar entrances, required by a contract or agreement, the most we coal holes, driveways, manholes, marquees, will pay on behalf of the additional insured is the hoist away openings, sidewalk vaults, street amount of insurance: banners or decorations and similar exposures; or 1. Required by the contract or agreement; or 2. The construction, erection or removal of 2. Available under the applicable Limits of elevators; or Insurance shown in the Declarations; 3. The ownership, maintenance or use of any whichever is less. elevators covered by this insurance. This endorsement shall not increase the However: applicable Limits of Insurance shown in the Declarations. CG 20 13 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: G2759430A 003 COMMERCIAL GENERAL LIABILITY CG20340413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT -- AUTOMATIC STATUS WHEN REQUIRED IN LEASE AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to A person's or organization's status as an include as an additional insured any person(s) or additional insured under this endorsement ends organization(s) from whom you lease equipment when their contract or agreement with you for such when you and such person(s) or organization(s) leased equipment ends. have agreed in writing in a contract or agreement B. Vlith respect to the insurance afforded to these that such person(s)or organization(s)be added asadditional insureds, this insurance does not apply an additional insured on your policy. Such to any "occurrence" which takes place after the person(s)or organization(s)is an insured only with respect to liability for "bodily injury", "property equipment lease expires, damage" or "personal and advertising injury" C. With respect to the insurance afforded to these caused, in whole or in part, by your maintenance, additional insureds, the following is added to operation or use of equipment leased to you by Section III—Limits Of Insurance: such person(s)or organization(s). The most we will pay on behalf of the additional However, the insurance afforded to such insured is the amount of insurance: additional insured: 1. Required by the contract or agreement you 1. Only applies to the extent permitted by law; have entered into with the additional insured; and or 2. Will not be broader than that which you are 2. Available under the applicable Limits of required by the contract or agreement to Insurance shown in the Declarations; provide for such additional insured. whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 34 04 13 CO Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER:G2759430A 003 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations City of Fullerton,its elected and appointed officials,officers,employees and volunteers. Engineering Department 303 West Commonwealth Ave.Fullerton CA 92832 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II —Who Is An Insured is amended to will not be broader than that which you are include as an additional insured the person(s)or required by the contract or agreement to provide organization(s) shown in the Schedule, but only for such additional insured. with respect to liability for "bodily injury" or B. With respect to the insurance afforded to these "property damage"caused, in whole or in part, by additional insureds, the following is added to "your work" at the location designated and Section III—Limits Of Insurance: described in the Schedule of this endorsement If coverage provided to the additional insured is performed for that additional insured and required by a contract or agreement, the most we included in the "products-completed operations will pay on behalf of the additional insured is the hazard". amount of insurance: However: 1. Required by the contract or agreement; or 1. The insurance afforded to such additional 2. Available under the applicable Limits of insured only applies to the extent permitted by law; and kisurance shown in the Declarations; 2. If coverage provided to the additional insured whichever is less. is required by a contract or agreement, the This endorsement shall not increase the applicable insurance afforded to such additional insured Limits of Insurance shown in the Declarations. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 • POLICY NUMBER:G2759430A 003 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): All projects Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section I—Coverage A, and for expenses shall reduce the Designated Construction all medical expenses caused by accidents under Project General Aggregate Limit for that designated Section I —Coverage C, which can be attributed only construction project. Such payments shall not to ongoing operations at a single designated reduce the General Aggregate Limit shown in the construction project shown in the Schedule above: Declarations nor shall they reduce any other 1. A separate Designated Construction Project Designated Construction Project General General Aggregate Limit applies to each Aggregate Limit for any other designated designated construction project, and that limit is construction project shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To You 2. The Designated Construction Project General and Medical Expense continue to apply. However, Aggregate Limit is the most we will pay for the instead of being subject to the General Aggregate sum of all damages under Coverage A, except Limit shown in the Declarations, such limits will be damages because of "bodily injury" or "property subject to the applicable Designated Construction damage" included in the "products-completed Project General Aggregate Limit. operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 2 POLICY NUMBER:G2759430A 003 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: City of Fullerton,its elected and appointed officials,officers,employees and volunteers.Engineering Department 303 West Commonwealth Ave.Fullerton CA 92832 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 O Insurance Services Office, Inc., 2008 Page 1 of 1 CI COMMERCIAL GENERAL LIABILITY POLICY NUMBER: G2759430A 003 CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This insurance is primary to and will not seek additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance;and CG 20 01 04 13 ©Insurance Services Office, Inc.,2012 Page 1 of 1 POLICY NUMBER: G2759430A 003 COMMERCIAL GENERAL LIABILITY CG 02 24 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days'Notice 90 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. CG 02 2410 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 Cl • WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 04 10B (Ed. 9-14) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA BLANKET BASIS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) The additional premium for this endorsement shall be 2% of the total manual premium otherwise due on such remuneration. The minimum premium for this endorsement is $350. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE BLANKET WAIVER Person/Organization Blanket Waiver—Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Job Description Waiver Premium All CA Operations This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective:3/1/17 Policy No.ENWC805932 Endorsement No. Insured: Environmental Construction, Inc. Premium$ Insurance Company:Cypress Insurance Company Countersigned by WC990410B (Ed.9-14) A 2 L® CERTIFICATE OF LIABILITY INSURANCE °"�`MM'°°"""' 05/22/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME; Mary Lou Cabahug • Foroutan Insurance Services PHONE FAX (ac.No.Exu: (310)481-4280 (a/c,No): (310)4814281 11859 Wilshire Blvd. Suite 685 E-MAIL ADDRESS: marylou@foroutanins.com INSURER(S)AFFORDING COVERAGE NAIC# • Los Angeles CA 90025 INSURER A: AMGUARD INSURANCE COMPANY A i 42390 INSURED INSURERS: 71 _ ENVIRONMENTAL CONSTRUCTION,INC. INSURER C: 21550 Oxnard Street#1050 INSURER D: INSURER E: Woodland Hills CA 91367 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INR TYPE OF INSURANCE ADDL SUER POUCY EFF POLICY EXP ,INSD WVD POLICY NUMBER IMM/DD/YYYY) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL UABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY I I jEcT LOC PRODUCTS-COMP/OP AGG_ $ OTHER AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 ANY AUTO (Ea accident) BODILY INJURY(Per person) $ A OWNED ��SCHEDULED 01/22/2017 01/22/2018 BODILY INJURY(Per accident) $ AUTOS ONLY X'Autos ENAU849811 X/ HIRED V NON-OWNED PROPERTY DAMAGE $ /� AUTOS ONLY I� AUTOS ONLY (Per accident) _ $ UMBRELLA UAB — OCCUR AP ROVED 13Y _ ^'/� EACH OCCURRENCE $ EXCESS UAB CLAIMS-MADE R I F A N AG E' - AGGREGATE $ DED RETENTION$ WORKERS COMPENSATION I. r $ • AND EMPLOYERS'LIABILITY PER OTH• j/� I STATUTE ER — • • ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N 417/Er/ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A ___ T(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE$ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ PHYSICAL DAMAGE Comprehensive Coy. 500 A DEDUCTIBLE ENAU849811 01/22/2017 01/22/2018 Collision Cov. 1,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project Name: HILLCREST PARK-Fountain Restoration&Great Lawn&Sidewalk Improvement Project Number:54500 The CITY OF FULLERTON,ITS ELECTED AND APPOINTED OFFICIALS,OFFICERS,EMPLOYEES AND VOLUNTEERS are named as Additional Insured with respect to the operations of the Named Insured as per the attached Blanket Additional Insured Endorsement CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF FULLERTON ACCORDANCE WITH THE POLICY PROVISIONS. Engineering Department AUTHORIZED REPRESENTATIVE 303 West Commonwealth Avenue '/2b/ Fullerton CA 92832-1775 • ©1 8-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: '4C o® ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Foroutan Insurance Services ENVIRONMENTAL CONSTRUCTION,INC. POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance ***BLANKET WAIVER OF SUBROGATION included*** ***10-DAY NOTICE OF CANCELLATION FOR NON-PAYMENT OF PREMIUM*** • ACORD 101 (2008/01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD yrs 11 A Public Works Department- Engineering Division /FOCI May 18, 2017 Ref.: Hillcrest Park-Fountain Restoration, Great Lawn, and Sidewalk Improvements Project #54500 Environmental Construction, Inc. Attn: Farid Soroudi 21550 Oxnard St., Suite 1050 Woodland Hills, CA 91367 Dear Mr. Soroudi: The City of Fullerton, at its regular meeting held on May 16, 2017, awarded you the contract for the above-referenced project in the amount of$3,962,944. Enclosed, in triplicate, are copies of the Agreement, Performance Bond, and Labor and Materials Bond for this project. Upon execution of these documents, all copies are to be returned to this office within twenty-one (21) calendar days of contract award date in accordance with the Prosecution, Progress, and Contract Time portion of the Special Provisions. Please be sure that each copy has an original signature. In addition, please include: • Two (2) hard copies and one (1) electronic copy of the Water Pollution Control Plan (WPCP). • A minute excerpt of action by your Board of Directors or articles of incorporation, which authorizes certain officers to execute contracts. • All required insurance endorsements (see enclosed sample). • The enclosed, completed Emergency Information form. After the Mayor has approved and signed these contracts, a fully executed copy of each will be returned to you. During document review, this office and/or Risk Management may have questions or require supplemental information. Thoroughly completed documents and prompt response will minimize delays and expedite approvals. Any unnecessary delays on contractor's part in providing complete and approved documentation may result in the assessment of liquidated damages. 303 West Commonwealth Avenue,Fullerton,California 92832-1775 (714) 738-6845 • Fax(714) 738-3115 • Web Site:www.ci.fullerton.ca.us Upon completion and submittal of all required documents, a preconstruction meeting will be scheduled. At that meeting, you will be advised of a tentative start work date, and you will receive a notice to begin work within five (5) working days of this meeting. The date of the beginning of work and the anticipated date of completion will be indicated in this notice. Sincerely, Rya Hackman Senior Administrative Analyst Public Works Enclosures cc: City Clerk BID, IDENTIFICATION,AND LABOR CODE CERTIFICATION The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the Owner in the form included in the Contract Documents to perform the Work as specified or indicated in said Contract Documents entitled: HILLCREST PARK—FOUNTAIN RESTORATION & GREAT LAWN/ SIDEWALK IMPROVEMENTS Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids, dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents including the following Addenda (receipt of which is hereby acknowledged): Number 1 Date 4-5-17 Number 5 Date 4-14-17 Number 2 Date 4-7-17 Number Date Number 3 Date 4-12-17 Number Date Number 4 Date 4-13-17 Number Date In conformance with current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirm the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions before commencing the performance of the work of this contract. To all the foregoing, and including all Bid Schedules, List of Subcontractors, Non-collusion Affidavit, Bidder Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to provide the required bonds and insurance certificates as a condition of entering into agreement with the Owner, and to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the fore- mentioned Bidding Schedules. In submitting this proposal the bidder certifies being properly licensed and registered to do the work in accordance with Labor Code 1725.5 and Senate Bill 854. Dated: 4-12-17 Bidder: Environmental Construction,Inc. By: l%" c • Title: President- Farid Soroudi TO BE SUBMITTED WITH BID BD-1 BID ACKNOWLEDGEMENTS 1. The undersigned will execute the Agreement and furnish the required statutory bonds and certificates of insurance within 21 calendar days after notice to him of acceptance of his Bid by the City and shall complete said work within one hundred thirty(130)working days*from the date specified in a written notice to proceed. 2. The undersigned agrees that the quantities given in the unit price of Bid Schedule and in other Contract Documents are approximate, being given only as a basis for the comparison of bids, and the City of Fullerton does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work, as may be deemed necessary or expedient by the City of Fullerton. 3. The undersigned agrees that the price for each item of work includes all applicable taxes. 4. The undersigned agrees that the liquidated damages shall be$3,000 per day. By: Title: resident- arid Soroudi * Working days exclude Saturdays, Sundays,and Legal Holidays TO BE SUBMITTED WITH BID BD-2 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et.seq., of the Public Contract Code, the Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. No sub-contractor may be listed on bid proposal unless registered with Department of Industrial Relations (DIR) pursuant to Labor Code Section 1725.5 and Senate Bill 854. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Percent Subcontractor's Name,Address, Contractor's of Total License Number, Contractor's DIR Work to be Performed Contract Registration Number and email address 1. Lj�r'j, Jg ‘0,-) „j•J ✓;(12),, /o0 7></y, /ece::gbo 3r email, cA—ei A./4- C. •e�--- 2. /C-7 i G4 /47 //41^/.CC . .1 ,.1a, 4 9u9759, f ee��J 3 ?7 email /cer.. c &aCox • Al 3. i;•Jra' , • e. • . Oil”,iii w • 4 ,o. email: , .. ��� _ ' • C- 4. . d /yy /'46;4‘C/94tAS09/7;l .a,/ ,;✓1/.1 9'7.1z3 /ear,oc c 3 Y email: t. . o '4O i LIS is(. 5. SuyVe i/ �Qjam,✓�,� .�,t'1�� �ihepf,`/Q/! 7f) /adore /7/2 - emaiVrAi'i'LL.te.4-,()A../f-,l• L'/ti.-, 6. l' //iLL,'i'/e 7 .9A1 Aere L(F.. fr,m n/, /elvfa 3O40? emaili-d G/h 74./71)0,2c<<, 7. email: *This page may be duplicated, if needed TO BE SUBMITTED WITH BID BD-3 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: Environmental Construction, Inc. - 21550 Oxnard St.,Suite 1050,Woodland Hills, CA 91367 2. CONTRACTOR'S Telephone Number: (81 8) 449-8920 Facsimile Number: (318) 703-9073 Email Address: 3. CONTRACTOR'S License: Primary Classification A State License Number(s) 498624 Supplemental License Classifications B, C10, C27,HAZ,ASB 4. Surety Company and Agent who will provide this required Bonds on the Contract: Name of Surety Vigilant Insurance Company Address 15 Mountain View Road,Warren,NJ 07059 Surety Company Agent Shawn Blume Telephone Numbers: Agent(951) 217-8637 Surety(714 546-5100 5. Type of Firm (Individual, Partnership or Corporation): Corporation 6. Corporation organized under the laws of the State of: California 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: Farid Soroudi - President, Chief Financial Officer,Secretary 21550 Oxnard St.,Suite 1050,Woodland Hills, CA 91367 TO BE SUBMITTED WITH BID BD-4 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et.seq., of the Public Contract Code, the Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. No sub-contractor may be listed on bid proposal unless registered with Department of Industrial Relations (DIR) pursuant to Labor Code Section 1725.5 and Senate Bill 854. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Percent Subcontractor's Name,Address, Contractor's of Total License Number, Contractor's DIR Work to be Performed Contract Registration Number and email address 1. email: 2. email: 3. email: 4. email: 5. email: 6. email: 7. email: *This page may be duplicated, if needed TO BE SUBMITTED WITH BID BD-3 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a Contractor in this specific type of construction work: 13 9. List at least three related projects completed to date: a. Owner/Address City of Anaheim/200 Anaheim Blvd. Anaheim,CA 92805 Contact Person/Phone No. Jo Ann Wu/ 714-765-5157 Class of Work/Contract Amount Site Development/Street Improvement - $14,943,018 Project/Date Completed Anaheim Convention Center Plaza/2012 b. Owner/Address Placentia-Yorba Linda Unified School District/ 1301 E.Orangethorpe Ave.,Placentia,CA 92870 Contact Person/Phone No. Dave Walser/ 714-293-1684 Class of Work/Contract Amount School Work Athletic Field/$5,940,674 Project/Date Completed 'Joint Used Are at Yorba Linda High School/2016 c. Owner/Address Yorba Linda Water District/ 1717 E. Miraloma Ave.,Placentia,CA 92870 Contact Person/Phone No. Steve Conklin/ 714-701-3100 Class of Work/Contract Amount Mechanical Pump Station /$1,607,050 Project/Date Completed Yorba Linda Blvd. Pump Station/2014 10. List the name and title of the person who will supervise full-time the proposed work for your firm: Shawn Horton - Project Manager 11. Full-time supervisor an employee X /contract services 12.A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. 13. CONTRACTOR'S DIR Public Works Registration No. 1000009515 TO BE SUBMITTED WITH BID BD-5 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a Contractor in this specific type of construction work: 13 9. List at least three related projects completed to date: a. Owner/Address Rancho Simi Recreation&Park District/ 1692 Sycamore Dr.,Simi Valley,CA 93065 Contact Person/Phone No. Tom Evans/805-584-4422 Class of Work/Contract Amount Park Construction/ $1,496,453 Project/Date Completed Chumash Park/2017 b. Owner/Address Contact Person/Phone No. Class of Work/Contract Amount Project/Date Completed c. Owner/Address Contact Person/Phone No. Class of Work/Contract Amount Project/Date Completed 10. List the name and title of the person who will supervise full-time the proposed work for your firm: Shawn Horton - Project Manager 11. Full-time supervisor an employee X /contract services 12.A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. 13. CONTRACTOR'S DIR Public Works Registration No. 1000009515 TO BE SUBMITTED WITH BID BD-5 HISTORIC TREATMENT SPECIALIST QUALIFICATION (Reference to Specification-Section 01 3591) 1. Number of project experience as a Historic Treatment Specialist in this type of construction work: 1 (Minimum One Required) 2. List related projects completed to date: a. Owner/Address L,ai (--Q\J .e-ii-cDti Contact Person/Phone No. \I ` ' j ('Api nl ck Description of Work&Contract Amount \ MWO S 2t&-d w v% Project/Date Completed AtiWk,j C %, \'i v-S b. Owner/Address Contact Person/Phone No. Description of Work&Contract Amount Project/Date Completed c. Owner/Address Contact Person/Phone No. Description of Work& Contract Amount Project/Date Completed 3. List the name of the person who will supervise full-time in historic treatment work: `Sj4lL-rt C4P rt?�/�ff TO BE SUBMITTED WITH BID 8D-5(a) NON-COLLUSION AFFIDAVIT This form to be filled in and signed by each bidder on a project of public works. STATE OF CALIFORNIA) SS COUNTY OF ORANGE ) Be it known that Farid Soroudi (Name) being first duly sworn, deposes and testifies that he is the President (Title) of Environmental Construction, Inc. (Co. Name), the party making the foregoing bid: 1. That the bid tendered is not presented in the interest or on behalf of any undisclosed person, persons, or other legal entity. 2. That the bid is genuine and not collusive or a sham. 3. That said bidder has not directly or indirectly induced or solicited any other bidder to submit a false or sham bid, nor colluded or agreed with any other bidder or person to submit a sham bid, nor colluded to prevent any other bidder or persons from bidding. 4. That said bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with anyone to illegally limit or establish the bid price of said or any other bidder, nor to similarly seek to limit or establish any overhead, profit or cost element of such bid price. 5. That said bidder has not sought to secure any advantage against the public entity awarding the contract or anyone interested in the proposed contract. 6. That said bidder has not directly or indirectly submitted its bid price, revealed any contents or breakdown thereof or divulged information or data relative thereto, paid and will not pay any fee in connection therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other individual except those with documented financial interest with the bidder in his general business. 7. That all the above statements are true to the best of my knowledge. By:- Title: President- grid Soroudi Subscribed and sworn to (or affirmed) before me on this /1 day of f1 A>lL , 20/7 b /9i r 7 S G.RO L4 J • • ' ALAN SAFAEI t known to me orproved to me •r:� Notary Angeles California personally `zz ` Los Angeles Counfy on the basis of satisfactory evidence to be Commission#2187609 the person(s) who .ppeared before me. My Comm.Expires Mar 23,2021 7gnature o No . Public TO BE SUBMITTED WITH BID BD-6 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin, because of habit, local custom or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specified time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts and that he will retain such certifications in his files. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Bidder: Environmental Constr ction, Inc. Official Address (include Zip Code) By: 21550 Oxnard St., Suite 1050 Title: President - Farid Soroudi Woodland Hills, CA 91367 TO BE SUBMITTED WITH BID BO-7 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION THE BIDDERS EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL. The ( X bidder, proposed subcontractor), hereby certifies that (he X has, has not), participated in a previous contract or subcontract subject to the Equal Opportunity clause, as required by Executive Orders 10925, 11114 or 11246 and that (he X has, has not), filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirement. NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity clause. Contracts and subcontracts, which are exempt from the Equal Opportunity clause, are set forth in 41 CFR 60-1.5. Currently, Standard Form 100(EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless each contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. TO BE SUBMITTED WITH BID BD-8 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION—PRIMARY COVERED TRANSACTIONS 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 5-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statement, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 5-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. TO BE SUBMITTED WITH BID BD-9(a) DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal, State or local agency; • Has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal, State or local agency within the past 5 years; • Does not have a proposed debarment pending; and • Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct with the past 5 years. If there are any exceptions to this certification, insert the exceptions in the following space. N/A Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification, TO BE SUBMITTED WITH BID BD-9(b) • UTILITY AGREEMENT The undersigned hereby promises and agrees that in the performance of the work specified in this contract, known as HILLCREST PARK— FOUNTAIN RESTORATION & GREAT LAWN/ SIDEWALK IMPROVEMENTS, (I) (we) (it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary, primary or transmission facilities. The term "qualified person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California (CAL-OSHA) requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Contractor: Environmental Construction, Inc. By: Title: rresident rid Soroudi TO BE SUBMITTED WITH BID BD-10 • • BID BOND KNOW ALL MEN BY THESE PRESENTS; That Environmental Construction, Inc. as . Principal, and Vigilant Insurance Company as Surety, are held and firmly bound unto the City of Fullerton hereinafter called the Owner in the sum of Ten percent of bid amount dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS,said Principal has submitted a bid to the Owner toperform the Work p required under the bidding schedule of the Owner's Contract Documents entitled: HILLCREST PARK— FOUNTAIN RESTORATION & GREAT LAWN I SIDEWALK IMPROVEMENTS NOW THEREFORE, if said Principal is awarded a contract by the Owner, and, within the time and in the manner required in the "Notice Inviting Bids" and the"Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the Owner and the Owner prevails, said Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 7th day of April , 2017 Environmental •nstruction if EAL) 11..........e60%�" (SEAL) ; (SEAL) (Principal) Vigilant Insurance Company (SEAL) (Surety) (Signature)Shawn Blume, Attorney-in-Fact By:N/A (Signature) (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) THE STANDARD PRINTED BID BOND FORM OF ANY BONDING COMPANY ACCEPTABLE TO THE CITY MAY BE USED IN LIEU OF THE FOREGOING APPROVED SAMPLE BOND FORM, PROVIDED THE SECURITY STIPULATIONS PROTECTING THE CITY OF FULLERTON ARE NOT IN ANY WAY REDUCED BY USE OF THE SURETY COMPANY'S STANDARD PRINTED FORM. The bond shall be duly executed by a responsible corporate surety authorized to issue such bonds In the State of California. TO BE SUBMITTED WITH BID (tF usED) BD-11(a) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On 4 \t' I i before me, Barbara Copeland ,Notary Public, personally appeared Shawn Blume Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(-s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing BARBA-RA COPELAND paragraph is true and correct. Jomm ission #2016348 Notary Punt.;h' -California E WITNESS my hand and official seal. Orange County ,� My Carom. Expires Apr 19,2017 . - ..,,,,,,,.m„ .. . Signature:� �-�-a'-� ;2€,(C Signature of N Public Place Notary Seal Above Though the information below is not required by law, it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Capacity(ies) Claimed by Signer(s) Signer's Name: Shawn Blume Signer's Name: El Individual ❑ Individual ❑ Corporate Officer-Title(s): ❑ Corporate Officer-Title(s): ❑ Partner: ['Limited ❑ General ❑ Partner: ['Limited ❑ General ® Attorney in Fact ❑ Attorney in Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Rev. 1-15 �, Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road `,4 Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 OimiuM Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Shawn Blume,Kevin Cathcart,Eric Lowey,Stephanie Hoang and Mark Richardson of Costa Mesa,California-- --- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPAW,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 29 day of April,2015. jiLS -YNCejkCb01 (re.'n D wn M. hloros,Assistant Secretary B.Norris,Jr.,Vice Pres'--nt (q. v.) (*) -40)- i-64• STATE OF NEW JERSEY ss. County of Somerset On this 29th day of April, 2015 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Seal KATHERINE J.ADELAAR eras • OURy ,) NOTARY PUBLIC OF NEW JERSEY G� No.2316685 PUMA Commission Expires July 16,20191‘} Notary Public CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' I,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies") do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in,Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this April 7, 2017 ii ) S.Vir , h "41., Dawn M.Chloros,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surety©chubb.com Form 15-10-02250-U GEN CONSENT(rev.12-14) BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case a check accompanies bid. Accompanying this proposal is a Certified Check or Cashier's Check (strike out one) payable to the order of the City of Fullerton for dollars ($ ), this amount being not less then ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said City of Fullerton provided this proposal shall be accepted by the said City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. By: Title: TO BE SUBMITTED WITH BID BD-11(b) WORKERS' COMPENSATION CERTIFICATION Pursuant to Sections 1860 and 1861 of the Labor Code, the Contractor shall submit the following certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Contractor: Envirtonmental Construction,Inc. By: Title: President - Farid Soroudi TO BE SUBMITTED WITH BID BD-12 REVISED BID SCHEDULE 4/4/2017 HILLCREST PARK - FOUNTAIN RESTORATION & GREAT LAWN/SIDEWALK IMPROVEMENTS UNIT NO. ITEM UNIT QUANTITY PRICE AMOUNT Al. Water Pollution Control LS 1 tip ._ q ,,q A2. Demolition LS 1 �f`ia/s3n ((sa, s3o. - A3. Eathwork/Grading LS 1 02'7 _ 37,,g/Y: A4. Paving & Edging LS 1 '2.2/1N- 7a,1/6/. - A5. Stone Restoration LS 1 qjd"7� . qs 6 7a A6. Site Utilities LS 1 yg 6(/a?_ 1441411#0 ��/Sit 4ot_.- A7. Lighting & Electrical LS 1 470,yoe -- 'pd, fed. — A8. Fountain LS 1 e/(gy4- Ca,M. A9. Walls& Fences LS 1 fid;��� - 3✓k, 765. A10. Pedestrian Bridge LS 1 7.20 42.- -7,1 y, 46 d.— All. Hardscape Improvements LS 1 900(0.- 30, to 2-. Al2. Site Furnishings LS 1 103,413.- 163,t '3. - A13. Planting LS 1 /77oAB - 179,©Fp A14. Irrigation LS 1 94 - - 94, SB 6 *BASE BID SUBTOTAL$ 3/9'41, ADDITIVE ALTERNATES B1. Natural Color Concrete Plinths LS 1 S%, ys—d. — B2. Fountain Stairs to Loop Access Road LS 1 /S'6,d-t4 -- ALTERNATE BID SUBTOTAL$ aS /l0. **GRAND TOTAL (A+B) $ /7? G Prime Contractor Company HILLCREST PARK Environmental Construction, Inc. FOUNTAIN RESTORATION & Name GREAT LAWN/SIDEWALK Farid Soroudi-P esident IMPROVEMENTS Signature /' Address Project No. 54500 1550 Oxnard St., uite 1050 City Zip Code Woodland Hills,CA 91367 Phone Number 818-449-8920 1)The Bidder shall total his bid. Unit prices shall prevail in case amount disagrees with extension. 2)The Bidder shall provide Schedule of Values prior to pre-construction meeting for lump sum bid items. 3)*Additive Alterntes bid amount shall NOT be included in the base bid. 4)**CONTRACTOR SHALL PROVIDE SUBTOTALS AND GRAND TOTAL: THE CITY HAS AN OPTION TO AWARD CONTRA( ON THE BASE BID SUBTOTAL ONLY OR GRANT TOTAL AND MAY SELECT ADDITIVE ALTERNATE AT A LATER DATE. TO BE SUBMITTED WITH BID BD-13 4/4/2017 2:49 PM REVISED BID SCHEDULE 4/4/2017 HILLCREST PARK - FOUNTAIN RESTORATION & GREAT LAWN/SIDEWALK IMPROVEMENTS UNIT NO. ITEM UNIT QUANTITY PRICE AMOUNT Al. Water Pollution Control LS 1 A2. Demolition LS 1 A3. Eathwork/Grading LS 1 A4. Paving &Edging LS 1 A5. Stone Restoration LS 1 A6. Site Utilities LS 1 A7. Lighting&Electrical LS 1 A8. Fountain LS 1 A9. Walls& Fences LS 1 A10. Pedestrian Bridge LS 1 A11. Hardscape Improvements LS 1 Al2. Site Furnishings LS 1 A13. Planting LS 1 A14. Irrigation LS 1 *BASE BID SUBTOTAL$ ADDITIVE ALTERNATES B1. Natural Color Concrete Plinths LS 1 B2. Fountain Stairs to Loop Access Road LS 1 ALTERNATE BID SUBTOTAL$ **GRAND TOTAL (A+B) $ Prime Contractor Company HILLCREST PARK- FOUNTAIN RESTORATION & Name GREAT LAWN/SIDEWALK Signature IMPROVEMENTS Address Project No. 54500 City Zip Code Phone Number 1)The Bidder shall total his bid. Unit prices shall prevail in case amount disagrees with extension. 2)The Bidder shall provide Schedule of Values prior to pre-construction meeting for lump sum bid items. 3)*Additive Alterntes bid amount shall NOT be included in the base bid. 4)**CONTRACTOR SHALL PROVIDE SUBTOTALS AND GRAND TOTAL: THE CITY HAS AN OPTION TO AWARD CONTRA( ON THE BASE BID SUBTOTAL ONLY OR GRANT TOTAL AND MAY SELECT ADDITIVE ALTERNATE AT A LATER DATE. TO BE SUBMITTED WITH BID BD-13 4/4/2017 2:49 PM o,y. ` x�1� PUBLIC WORKS DEPARTMENT 4 303 West Commonwealth Avenue, Fullerton, California 92832-1775 V sin' s 2 "1`';a'1 Telephone • (714)738-6845 C'9t/FOR�`P Fax • (714)738-3115 Website • www.ci.fullerton.ca.us April 5, 2017 HILLCREST PARK — FOUNTAIN RESTORATION & GREAT LAWN /SIDEWALK IMPRROVEMENTS ADDENDUM NO. 1 TO: ALL SPECIFICATION HOLDERS ADDENDUM NO. 1, AS DESCRIBED BELOW, IS FOR USE OF CONTRACTORS AND SUBCONTRACTORS SUBMITTING BIDS ON THIS PROJECT. ALL BIDDERS SHALL INDICATE ON THE BID PROPOSAL FORM THAT THEY HAVE RECEIVED THIS ADDENDUM NO. 1. REVISIONS TO THE SPECIFICATION: 1. Invitation to Bid A. Modify the contractor license requirement to "A" or "B". All subcontractors are required to have appropriate licenses to perform work per California Contractors License Board. B. The bid opening time and the location has been revised from 10 a.m., Tuesday, April 11, 2017 at the City Council Chambers to 10:30 a.m., Tuesday, April 11, 2017 at the City Hall Law Library Conference Room (3rd floor). 2. Bid Document, BD-6, Historic Treatment Specialist Qualification; a minimum of one (1) project experienced firm (prime or sub)/a person engaged in historic treatments similar in nature of the work is required. The size of the similar project does not have to match. 3. Reference the attached Revised Bid Schedule dated April 4, 2017 and to be submitted with bid. Attention to the four (4) special notes described below the bid schedule spreadsheet. For your information only, staff is currently working on Addendum No. 2 to address other RFIs. END OF ADDENDUM NO. 1 Os--II)FUL/A. a �� PUBLIC WORKS DEPARTMENT O303 West Commonwealth Avenue, Fullerton, California 92832-1775 s" ` Telephone • (714)738-6845 cgLIFOCk° Fax • (714)738-3115 Website • www.ci.fullerton.ca.us April 7, 2017 HILLCREST PARK — FOUNTAIN RESTORATION & GREAT LAWN /SIDEWALK IMPRROVEMENTS ADDENDUM NO. 2 TO: ALL SPECIFICATION HOLDERS ADDENDUM NO. 2, AS DESCRIBED BELOW, IS FOR USE OF CONTRACTORS AND SUBCONTRACTORS SUBMITTING BIDS ON THIS PROJECT. ALL BIDDERS SHALL INDICATE ON THE BID PROPOSAL FORM THAT THEY HAVE RECEIVED THIS ADDENDUM NO. 2. REVISIONS TO THE SPECIFICATION: 1. Invitation to Bid — The bid opening date and the location have been revised to 2 p.m., Monday, April 17, 2017 at the City Council Chambers. 2. Section 7-10.5 Traffic Control, SP-12 & 13 — Overnight lane closures are NOT permitted. 3. Section 311000-3 Site Clearing, Execution — 12" native topsoil shall be stockpiled and utilized for final grade materials (i.e. utility trenches, pump vault, etc.). 4. Section 312200-4 & SP-3 — The Special Provisions, SP-3 Surveying, prevail over the Section 312200-4 in reference to the project survey provider. The City shall provide surveying with the conditions identified in the SP-3. 5. Section 321313-4, 2.7, Concrete Paving, Vehicular Areas —The integral color admixture for the Color 'A' shall be Davis Mesa Buff 5447 and Davis Pebble 641 for the Color 'B' (Great Lawn/Sidewalk Plan, L2.0, Symbol P-101 & P-102). 6. Section 329100-16, C, Soil Preparation — The Agronomic Soil Fertility Testing is the responsibility of the Contractor. 7. Section 044313 Stone Veneer—Assume all matching NEW stones shall be provided by the Contractor for the stairs Deductive Alternate item #2 and the bridge pillars (Great Lawn/Sidewalk Plan Sheet L2.11). The City has enough salvaged stones that can be used for all patch work identified elsewhere. REVISIONS TO THE PLANS: 1. Fountain Plan Sheet, L0.02 —Assume 17,995 sf of Erosion Control Stabilizing Emulsion Spray is required as noted. 2. Fountain Plan Sheet, L1.01 —The Schedule Note P-201; contractor shall assume 100 sf stone repair required NOT 2,610 sf. 3. Fountain Plans Sheet, LS1.03 — Refer to the Section at Fountain Center, Note 1, "The detail is applicable only in the event that total replacement of the fountain's concrete center plinth is recommended, based on evaluation by the City Representative. See Plan Note 4 on Sheet LS-1.01." To install fountain equipment/plumbing, the existing center concrete basin and other materials below shall be removed and reconstructed per the detail 1. However, the existing concrete walls are to remain per Note 1. In addition, anticipate tunneling under the footings for the new nozzle plumbing scope (Ref Sheet, F3.2). 4. Fountain Plan Sheet, F4.2 -An "or equal" precast concrete vault will be acceptable. 5. Great Lawn Plan/Sidewalk Plan Sheet LS-1.01 & LS-1.03 - The total length of pile shown in our drawings are derived from the soils report (Ref Attachment Exhibit A, 9 pages). The Exhibit A is not an additional soils report; the same complete copy is available through www.crplanwell.com. At least 40 feet below surface grade is necessary to get to the competent colluvium. Based on the pile capacity table (Exhibit A, Pg. 15), 75 feet deep total is necessary to meet the load demand, which gives the minimum of 35 feet embedment into the colluvium. The pile on the park side, east abutment, of the bridge requires minimum of 48 feet total length as they are not supporting a cantilevered condition, will have less axial load. The note in Detail 3/LS-1.03 should read "alluvial" not "colluvium". The Cone Penetration Test, CPT, data up to 50 feet is noted in the Geotechnical Report. Dewatering measures are not anticipated unless otherwise noted on the Soil's report. 6. Great Lawn/Sidewalk Plan Sheet, LS-1.01 — The Structural Design Criteria for Pedestrian Bridge is the responsibility of the City NOT Contractor. Contractor shall be responsible for unloading, stock piling bridge components, installation, construction of abutments and all finishes. 7. Great Lawn/Sidewalk Plan Sheet, L1.02 — The existing C&G is to remain and it is the limit. Temporary closure is only permitted per specification section 7-10.5. 8. Great Lawn/Sidewalk Plan Sheet, E-100 — Lighting Fixture 'F' shall be constructed with a 4"wide natural color concrete collar around the housing. The top of the concrete shall be flush to finish grade and the top of the light lens. 9. Great Lawn/Sidewalk Plans - The grading and shoring activities needed to build the bridge abutments, piers and cantilever sidewalk should take place within the City's right of way and the encroachments into the County's 65' easement should be limited to spoils cleanup only. All construction activity including but to limited to construction staging, material storage areas, equipment storage, concrete washout areas and fueling areas should take place within the City's right away (e/o creek channel). The construction will take place during the dry season and the encroachments to the easement will be limited; a drainage bypass plan in not required. The City is currently obtaining an encroachment permit and shall be provided to the Contractor prior to commencing work. END OF ADDENDUM NO. 2 OFUL4 PUBLIC WORKS DEPARTMENT 303 West Commonwealth Avenue, Fullerton, California 92832-1775 Telephone • (714)738-6845 Fax • (714)738-3115 Website • www.ci.fullerton.ca.us April 12, 2017 HILLCREST PARK - FOUNTAIN RESTORATION & GREAT LAWN /SIDEWALK IMPRROVEMENTS ADDENDUM NO. 3 TO: ALL SPECIFICATION HOLDERS ADDENDUM NO. 3, AS DESCRIBED BELOW, IS FOR USE OF CONTRACTORS AND SUBCONTRACTORS SUBMITTING BIDS ON THIS PROJECT. ALL BIDDERS SHALL INDICATE ON THE BID PROPOSAL FORM THAT THEY HAVE RECEIVED THIS ADDENDUM NO. 3. REVISIONS TO THE PLANS: 1. Fountain Plan Sheet, L0.01 — Demolition Schedule Fountain, D-105; the existing vault is approximately 7'-8" x 8' x 6'. Remove existing gate valves, pump motors, top 3' of walls and the lid. The entire vault removable is not necessary. 2. Great Lawn/Sidewalk Plan Sheet, LSI.01 — Near n/e corner of Harbor Blvd and Valley View Dr intersection, the pile shall be 24" diameter NOT 18" and 45' minimum deep. 3. Great Lawn/Sidewalk Plan Sheet, LS1.03 — Detail 6, the correct count for the vertical rebar is (13) #9 as noted NOT 10 as drawn. END OF ADDENDUM NO. 3 F , 1 t PUBLIC WORKS DEPARTMENT V0 '; Z 303 West Commonwealth Avenue, Fullerton, California 92832-1775 Telephone • (714)738-6845 0 g1./FoR" Fax • (714)738-3115 Website • www.ci.fullerton.ca.us April 13, 2017 HILLCREST PARK - FOUNTAIN RESTORATION & GREAT LAWN /SIDEWALK IMPRROVEMENTS ADDENDUM NO. 4 TO: ALL SPECIFICATION HOLDERS ADDENDUM NO. 4, AS DESCRIBED BELOW, IS FOR USE OF CONTRACTORS AND SUBCONTRACTORS SUBMITTING BIDS ON THIS PROJECT. ALL BIDDERS SHALL INDICATE ON THE BID PROPOSAL FORM THAT THEY HAVE RECEIVED THIS ADDENDUM NO. 4. REVISIONS TO THE PLANS: 1. Great Lawn Plan/Sidewalk Plan Sheet, L2.01 — Identified two bid alternate items shall be Additive Alternates NOT Deductive and use the revised bid schedule 4/4/2017 per Addendum No. 1. Addendum No. 2, Revisions to the specification item 7 shall be Additive Alternate item #2 not Deductive. END OF ADDENDUM NO. 4 In00 t jQ ° Ed , ... JZ° .1 s r 13 g gg� s CZ a fl 11 .i . C ., i w 1 ,is F; v°e ie Al! c {{ pi -i°1 5 NI V a 4; ;xg a$ LL o .....1- z sa C I1 a <' `° c `N,'.. o 11 5 m N- Edi -F o o 1.,7' IB ~ xlln = s H: PP,�i I I $ Et 1 :3r z L_ . . I Y } _ s• e e N w p'' ° a 0 : s s m Z e /moommo tea.. a Q f a' Ci X 1111M4 t rL 11 1 ri�4i.. g of a� a I / OD' m` / Y a yy�pp ft ®9% bF s ',$$ a ° d I s ,�s,1 ` d o °r mn mm" NNDTV m._I 1tdNODOB¢ yy I 34 al 1.1 iii RI !i@ Re _I a a • y- al e o •y e U .1 E m • v ( '' 1 O § B mIg' iip 1..:;, 8 t ( 1 ., , H , T::::::1 1 o., N v e d 1 ' I 21. m L I 8gE' N' Jp-. S m11 'iC'Y H 1:::=:=1 ...IE 1 m '. yg bl g a` c . ' '. •_1( 1 a 1 g 4 -s€ a - 4: g 1 . I m . ° - — - I1 ka 4 �kn "', wa W� QQL 1— N W 0 LL 2 0 W � , ``— w>g Y • j cg00 coo ZZ <0000 O LL co a m° g 403 i' r g n m `I R d LU6Y i r° LL O (.0;g C m IA E baa 5 et coo a Q. w W ow u.:C) . /.1. gsL lila �� m c a a ;t ;' ',.t \I o Will i .4x +w.. Y 1 J t t'11 000 L..„ t ,5 N4 i d.., 5, ,, 1t .. `�11 � ` c — _— �w N 0 O I Ct O Tr, •• 4.,1‘,..,. co n • n' W E E t'+ h M Q Q 1 -- --, 03 I . m N t- 0- , 0 ca 1a U r r V NQ It Q s ' ig w , LL Q V \ ',i. , L Q I ■ I 3dAl [ate momn :1 Ng 1 ■ .r. m UOIAVH38 I I I I I Q IIOS 0 ' 2 ,.L X w X N __ o V) - 1 `• a c' m. w m w • C Z 1a. 0 v m « t y > m c m a m a G — > m E o .- N E E 'a. mV U ■ NI ■ m N xco rf co m o 0 E O w m IS E 'O Q C Oa T Gg — qym M la '` °co ". a I a .12 44) V 1 a ; a a c , _ e MJb m is f To m a 0 ,---, �o -- — r. a ai V a. m Q ' AI ■ $ 0 o a d EFo '0(' «oZ a - L m � a co otic C.) J t z - '1 I LL - O m 0co — v m c LL — ` Wif- N t r _ des I V 1 v .LL Q I 9 « « o � w - . . . $ fp o - - azzm 0 2oou m LL 0 F— - - — -----o. a m c E A — A 1 2 o la m ( a , 1 . N az 7_ m /.,____,,,„/f--- „ — !!: ,fl Hld30 e- N `” ■ ■ H 3dAl [ _ N CO 1JOIAVH38 Eli mi 1 � � i NM ■ �. Q Z IIOS f_ . NM I e 1 C7 X . ., to LL Wel - - -- M N — a C a ✓ a a C▪ O) m am e t z - 2, = 0 a > a9 CO m m a O > m E o a- N o E ■ ■ ■ y a C 1_ I M 11!L}iiiN YY co a o■ W O 6 m E e V w a Q C a 0ta O v a GOMS ▪ a a � yi 1 a a a VN a$ a Z. I- W 0,- a o0 a ON � — � .p C c N ` V h e a A C • a o. —._ ,.IF ,I _ _ r. A _ 0 , ► � . , CD EFS 0 ZCVI I— - Til to Em a ri Q. cn OVG ^ C.) Z Or LL aT a a cc s — m = «RC1 u m a u a a• a 2 F I . u a o J I- . I v 0 to 0 0 ■ ■ ■ r a. $1a .. E =3 — — Vz�m 0 a0=W If. m a W FN — — o a °0 ----- _ 0a a c Ou a 1 '; NV N Q m 0 T0 E. z O _ 1 V a E) C 0 0 0 en N N M M a a N a Hld30 'N M I0 ■ EXHIBIT A 9.5.6 If depth increases are utilized for the exterior wall footings, this office should be provided a copy of the final construction plans so that the excavation recommendations presented herein could be properly reviewed and revised if necessary. 9.5.7 Foundation excavations should be observed and approved in writing by the Geotechnical Engineer (a representative of Geocon West, Inc.), prior to the placement of reinforcing steel and concrete to verify that the excavations and exposed soil conditions are consistent with those anticipated. If unanticipated soil conditions are encountered, foundation modifications may be required. 9.5.8 This office should be provided a copy of the final construction plans so that the excavation recommendations presented herein could be properly reviewed and revised if necessary. 9.6 Conventional Foundation Design—Stairs and Retaining Walls ("Area 1") 9.6.1 Proposed improvements such as stairs and retaining walls within "Area 1" may be supported on a conventional shallow foundations deriving support in newly placement engineered fill. 9.6.2 Continuous footings may be designed for an allowable bearing capacity of 2,000 pounds per square foot (psf), and should be a minimum of 12 inches in width and 18 inches in depth below the lowest adjacent grade, and 12 inches into the recommended bearing material. 9.6.3 Isolated spread foundations may be designed for an allowable bearing capacity of 2,500 psf, and should be a minimum of 12 inches in width, 18 inches in depth below the lowest adjacent grade,and 12 inches into the recommended bearing material. 9.6.4 The soil bearing pressure above may be increased by 170 psf and 500 psf for each additional foot of foundation width and depth, respectively, up to a maximum allowable soil bearing pressure of 3,000 psf. 9.6.5 The allowable bearing pressure may be increased by one-third for transient loads due to wind or seismic forces. 9.7 Deepened Foundation Design —Pedestrian Bridge("Area 1") 9.7.1 The proposed pedestrian bridge within"Area 1"may be supported on a on drilled cast-in place friction plies deriving support in the competent alluvial soils found below a depth of 40 feet below ground surface. 9.7.2 For preliminary design purposes 24, 30, and 36 inch diameter drilled cast-in-place friction piles been evaluated. The allowable axial capacities for Extreme Event Service Limit State and Service Limit State are provided for pile embedment into the competent colluvium soils found below a depth of 40 feet are provided in the charts below. Geocon Project No.A9344-06-01 -13- December 10,2015 EXHIBIT A 9.7.3 The axial capacities for Extreme Event Service Limit State are based on skin friction and include consideration of the effects of downdrag caused by the liquefiable soils. See friction pile capacities below. Extreme Event Service Limit State Friction Pile Capacity Maximum Recommended Downward Capacity(kips) 0 25 50 75 100 45 CP u_ a 50 lc I V I d F. 55 3 1 o Ti ca C I 1 I d 11 iE 13 .0 65 W i o t 70 0 i , 75 --- i _v ..______ 1 .�- _—_ -24 in.dia.pde -30 in.dia.pie X36 in.dia.pie Geocon Project No.A9344-06-01 -14- December 10,2015 EXHIBIT A 9.7.4 The axial capacities for Service Limit State are based on skin friction and do not include consideration of the effects of downdrag caused by the liquefiable colluvium soils. See friction pile capacities below. Service Limit State Friction Pile Capacity Maximum Recommended Downward Capacity(kips) 0 25 50 75 100 u. a 50 _ + 0 I m a 55 __ _ _- --, 60 { 1 .o 65 O � t 70 a i c 75 -24 in.dia.pie -30 in.dia.pie X36 in.dia.pie 9.7.5 All drilled pile excavations should be continuously observed by personnel of this firm to verify adequate penetration into the recommended bearing materials. The capacity presented is based on the strength of the soils. The compressive and tensile strength of the pile sections should be checked to verify the structural capacity of the piles. 9.7.6 Single pile uplift capacity can be taken as 60 percent of the allowable downward capacity. 9.7.7 The allowable downward capacity and allowable uplift capacity may be increased by one-third when considering transient wind or seismic loads. 9.7.8 If pile spacing is at least three times the maximum dimension of the pile, no reduction in axial capacity or lateral load capacity is considered necessary for group effects. If pile spacing is closer than three pile diameters, an evaluation for group effects including appropriate reductions should be performed by Geocon based on pile dimension and spacing. Geocon Project No.A9344-06-01 -15- December 10,2015 EXHIBIT A 9.8 Deepened Foundation Design— Elevated Wood Frame Stairs ("Area 2") 9.8.1 Proposed elevated wood frame stairs within "Area 2" may be supported on drilled cast-in-place friction piles or end-bearing caissons. 9.8.2 Drilled cast-in-place, end-bearing concrete caissons should be a minimum of 18 inches in diameter and the excavation bottom must be cleaned out of all loose soils and must be approved in writing by the Geotechnical Engineer (a representative of Geocon) prior to placing steel or concrete. End-bearing caissons may be designed for an allowable bearing capacity of 2,500 psf and should be embedded a minimum of 5 feet in the colluvium. The soil bearing pressure above may be increased by 500 psf for each additional foot of depth, up to a maximum allowable soil bearing pressure of 3,000 psf. Where the excavation bottom is not cleaned out or proper cleaning of loose soils is not desirable a friction pile foundation system must be utilized. 9.8.3 Cast-in-place concrete friction piles should be a minimum of 18 inches in diameter and should be embedded a minimum of 5 feet into the competent colluvium. Cast-in-place friction piles may be designed based on a skin friction capacity of 400 psf, and do not require the complete removal of all loose earth materials from the bottom of the excavation, since the end-bearing capacity is not being considered for design. However, a cleanout of the excavation bottom will be required to remove some of the loose soils and must be approved in writing by the Geotechnical Engineer (a representative of Geocon West, Inc.) prior to placing steel or concrete. A one-third increase in the capacity may be used for wind or seismic loads. 9.8.4 Caissons/piles may be assumed fixed at an embedment depth of 7 feet below the ground surface(or 5 feet into competent colluvium). 9.8.5 All drilled caisson excavations should be continuously observed by personnel of this firm to verify adequate penetration into the recommended bearing materials. The capacity presented is based on the strength of the soils. The compressive and tensile strength of the caisson sections should be checked to verify the structural capacity of the caissons. 9.9 Deepened Foundation Installation 9.9.1 Casing will likely be required since caving is expected in the granular soils during deep drilled excavations. The contractor should have casing available and should be prepared to use it. If casing is used, extreme care should be employed so that the caisson/pile is not pulled apart as the casing is withdrawn. At no time should the distance between the surface of the concrete and the bottom of the casing be less than five feet. Continuous observation of the drilling and pouring of the deepened foundations by the Geotechnical Engineer (a representative of Geocon West, Inc.), is required. Geocon Project No.A9344-06-01 -16- December 10,2015 EXHIBIT A 9.9.2 Seepage was not encountered in the borings and is not anticipated during construction; however, if significant seepage is encountered after heavy rains, caissons placed below the water level require the use of a tremie to place the concrete into the bottom of the hole. A tremie shall consist of a water-tight tube, with a hopper at the top. The tube shall be equipped with a device that will close the discharge end and prevent water from entering the tube while it is being charged with concrete. The tremie shall be supported so as to permit free movement of the discharge end over the entire top surface of the work and to permit rapid lowering when necessary to retard or stop the flow of concrete. The discharge end shall be closed at the start of the work to prevent water entering the tube and shall be entirely sealed at all times, except when the concrete is being placed. The tremie tube shall be kept full of concrete. The flow shall be continuous until the work is completed and the resulting concrete seal shall be monolithic and homogeneous. The tip of the tremie tube shall always be kept about five feet below the surface of the concrete and definite steps and safeguards should be taken to insure that the tip of the tremie tube is never raised above the surface of the concrete. 9.9.3 A special concrete mix should be used for concrete to be placed below water. The design shall provide for concrete with a strength of 1,000 psi over the initial job specification. An admixture that reduces the problem of segregation of paste/aggregates and dilution of paste shall be included. The slump shall be commensurate to any research report for the admixture, provided that it shall also be the minimum for a reasonable consistency for placing when water is present. Extreme care should be employed so that the caisson is not pulled apart as the casing is withdrawn. At no time should the distance between the surface of the concrete and the bottom of the casing be less than 5 feet. Continuous observation of the drilling and pouring of the caissons by a representative of this firm is required. 9.9.4 Closely spaced caissons/piles should be drilled and filled alternately, with the concrete permitted to set at least eight hours before drilling an adjacent hole. Drilled excavations should be filled with concrete as soon after drilling and inspection as possible; the holes should not be left open overnight. 9.10 Lateral Design 9.10.1 Resistance to lateral loading may be provided by friction acting at the base of foundations, slabs and by passive earth pressure. An allowable coefficient of friction of 0.33 may be used with the dead load forces in the properly compacted engineered fill or undisturbed colluvium. 9.10.2 Passive earth pressure for the sides of foundations and slabs poured against properly compacted engineered fill and undisturbed colluvium may be computed as an equivalent fluid having a density of 210 pcf with a maximum earth pressure of 2,100 pcf. When combining passive and friction for lateral resistance, the passive component should be reduced by one-third. Geocon Project No.A9344-06-01 -17- December 10,2015 0*_"444, ,A. r,Ir',4, a PUBLIC WORKS DEPARTMENT 4303 West Commonwealth Avenue, Fullerton, California 92832-1775 V 4. 2 Telephone • (714)738-6845 CIL /FOR h Fax • (714)738-3115 Website • www.ci.fullerton.ca.us April 14, 2017 HILLCREST PARK - FOUNTAIN RESTORATION & GREAT LAWN /SIDEWALK IMPRROVEMENTS ADDENDUM NO. 5 TO: ALL SPECIFICATION HOLDERS ADDENDUM NO. 5, AS DESCRIBED BELOW, IS FOR USE OF CONTRACTORS AND SUBCONTRACTORS SUBMITTING BIDS ON THIS PROJECT. ALL BIDDERS SHALL INDICATE ON THE BID PROPOSAL FORM THAT THEY HAVE RECEIVED THIS ADDENDUM NO. 5. REVISION TO THE SPECIFICATION: 1. The 'Greenbook' specification (Section 2-3.2) requirement of the prime contractor to self-perform at least 50% of the contract price shall be reduced to 20% minimum. END OF ADDENDUM NO. 5 Oct 14 04 11 : 18a Law Office of D. O. Meer (818) 888-2904 p . 3 10/14/2004 10:38 18003860330 ATTORNEYS CORP SERV PAGE 03/03 6E N D O R S E D.s-R,FILED ki the ottIce of:he? of State of fh'; OCT 1 3 ?004 . KEVIN ARTICLES OF INCORPORATION Seerelary of State OF ENVIRONMENTAL CONSTRUCTION, INC. ONE:.The name of this corporation is Environmental Construction , Inc.. TWO: The purpose of the corporation is to engage in any lawful act or activity for which a corporation may be organized under the General Corporation.Law of California.other than the banking business,the trust company business,or the practice of a profession permitted to be incorporated by the California Corporations Code. THREE:The name and address in this state of the corporation's initial agent for service of process are: Farid Soroudi 3644 Davids Rd. Agoura Hills, CA 91301 FOUR: This corporation is authorized to issue only one class of shares,which shall be designated"common" shares. The total number of such shares authorized to be issued is one hundred thousand.(100,000), FIVE:The liability of the directors of the corporation for monetary damages shall be eliminated to the fullest extent permissible Under California law, SIP.: The corporation is authorized.to indemnify the directors and officers of the corporation to the fullest extent permissible under California law. Dated: October 6,2004 arid So •. I declare that I am the person who executed the above Articles of Incorporation,and that this instrument is my act and deed. Farid So di • • INITIAL.CONSENTS Olt THE DIRECTOR • •0 ENVIRONIvIEIOAL CONSTRUCTION, INC. L. Consent to Action - • Pursuant to Section 307(b)of the California Corporations.Code,the undersigne being the Sole Director-of ENVONMFNTAL CONSTRUCTION, INC., a California . d' --corporation, consents by this.writing to take the following actions, to adopt the following resolutions, and to transact the following business of the corporation: 2. Officers • • RBSOLVED, that the following named persons are.elected to the offices set forth opposite their name to serve until their resignation or until he or she is removed by the Bow • . - • Directors or untilsuccessors axe elected by the Board of Directors: of Name ' Office - Farid Soroudi President Farid-Soroudi Chief Finanical Officer: Farid Soroudi . , -Secretary - - 3. ` went and Amortization of Inca oration E eases . . r RESOLVED, that the-President and the Chief Financial Officer of thin corporation • . be and they hereby are authorized and directed to pay all expenses of incorporation and • organization ofthis corporation,includingall attorney' fees incurred in connection therewith; . . 4. ,Seal - BESOLVBD,that the seal, an iinpression of which is impressed below,is adopted- .11S the seal of the corporation. - • S. Issuance of ShRres - • WiriEREAS.,Farid.Soroudi:had offered to.acquire Ten.Thousand(10,000 'shares . - each of the capital common stock of the corporation in exchange for a total bfOne Hundred - Thousand Dbllars($100,000)cash; • RESOLVED,that the offer.ot~Farid Soroudi is hereby accepted,and thepiper officers of the corporationlie andhereby are authorized:.and•direeted to execute,issue, lndp'. deliver inn.the name and on.behalf of be corporations and wider its•corporate.se a.certi-hc Ten.Thousand(10;OOQ) 'shares of the capital common stockbf the corporation to the ordeate•For Farid Soroudi; r of Oct 14 04 11 : 18a Law Office of D. O. Meer (818) 888-2904 p• 3 10/14/2004 10:38 18003880330 ATTORNEYS CORP SERV PAGE 03/e3 t. r p GENDORSED a FILED 1n the office of thrA E^r..t ry of Stole OCT 1 3 2004 KEVIN ARTICLES OF INCORPORATION Secretary cit State OF ENVIRONMENTAL CONSTRUCTION. INC. ONE:.The name of this corporation is Environmental Construction , Inc. TWO: The purpose of the corporation is to engage in any lawful act or activity for which a corporation may be organized under the General Corporation Law of California other than the banking business,the trust company business,or the practice of a profession permitted to be incorporated by the California Corporations Code. THREE: The name and address in this state of the corporation's initial agent for service of process are: Farid Soroudi 3644 Davids Rd. Agoura Hills, CA 91301 FOUR: This corporation is authorized to issue only one class of shares,which shall be designated"common" shares. The total number of such shares authorized to be issued is one hundred thousand.(100,000), FIVE:The liability of the directors of the corporation for monetary damages shall be eliminated to the fullest extent permissible'under California law. SIX: The corporation is authorized to indemnify the directors and officers of the corporation to the fullest extent permissible under California law. Dated: October 6,2004 arid Sora I declare that I am the person who executed the above Articles of Incorporation, and that this instrument is my act and deed. Farid So di • • INITIAL.CONSENTS OF THE •DTR ECTOR • 1 OF . . . ENVIRONMENTAL CONSTRUCTION, INC. • 1. Consent to Action - • Pursuant to Section 307(b)of the California Corporations.bode,the undersigned, being the Sole Director.of ENVIRONMENTAL CONSTRUCTION, INC., a California �' ''corporation, consents•bythis-writing to take the following actions, to adopt the.followin resolutions, and to transact the following business of the corpo ration: g , 2• Officers • RESOLVED, that the following named persons are.eleoted to the offices set forth _ opposite their name to serve until their resignation or until he or she is removed by the Bow • Directors or until their successors are elected by the Board of Directors: Name Office Farid Sorou i President • Farid-Soroudi — Chief hiefFina„.iOf. . _. • Secretary`" .. ,. 3. ' a. neat and Amortization oflneo oration B eases • • RESOLVED, that the.president.• and the Chief Financial Officer of this corporation . . ' • be and they hereby are authorized and directed to pay all etpenses of incorporation and • organization Of this corporation,includingall attorneys'fees incurred in connection therewith; 4. ,Seal RESOLVED,that the seal,au impression of which is impressed below,is adopted.• as the seal of the corporation, s S. uanee hsres . V BRLAS;F.arid.Soroudi has offered to_acquire Ten Thousand(10,000 shar . - each of the capital common sfock'of the corporation in exchange for a total of One Hun) es Thousand Dollars($100,000) cash; dyed • • RESOLVED, that the offer.of iarid Soroudi is hereby acc • epted,and the proper • officers of the corporation he and hereby are authorized•and•direeted"to execute,issue,'and. '. deliver in the name and on behalf of the corporation and under its eorporate.seal, a cet • Tea-Thousand 00;000)) shares of the capital common stock of the corporation to the order r b for Farid Soroudi; rdeof Oct 14 04 11 .. 18a Law Office of D. O. Meier (818) 888-2904 p. 3 0 1 /14/2004 10:3B 18003BB0330 ATTDRNEYS CORP SERV PAGE 03/03 • . . 6ENDORSED - d n in the ce s ,,FILED Ory of Stele CT 1 3 2004 KEVIN ii:z LEY ARTICLES OF INCORPORATION Seereterr of State OF ENVIRONMENTAL CONSTRUCTION, INC. ONE:.The name of this corporation is Environmental Construction , Inc. TWO:The purpose of the corporation is to engage in any lawful act or activity for which a corporation may be organized under the General Corporation.Law of California other. than the banking business,the trust company business,or the practice of a profession permitted to be incorporated by the California Corporations Code. THREE:The name and address in this state of the corporation's initial agent for service of process are: Farid Soroudi 3844 Davids Rd. Agoura Hills, CA 91301 FOUR: This corporation is authorized to issue only one class of shares,which shall be designated"common" shares. The total number of such shares authorized to be issued is one hundred thousand.(100,000), EWE:The liability of the directors of the corporation for monetary damages shall be eliminated to the fullest extent permissible Under California law. SIX: The corporation is authorized to indemnify the directors and officers of the corporation to the fullest extent permissible under California law. Dated: October 6,2004 arid Sora I declare that I am the person who executed the above Articles of Incorporation, and that this instrument is my act and deed. �`'1'` 4 "_fir • Farid So di . 1 • • INITIAL CONSENTS OFTHE DIRECTOR 0 . ENVIRONMEWAI,CONSTRUCTION, INC. • I._ Consent to Ac • tion - 1'ursuaut to Section 307(b)of the California Corporations.Code,the undersigned, being the Sole Director-of ENVIRONMENTAL CONSTRUCTION, INC., a California • --corporation, consents•bytbis•writing to take the following resolutions,and to transact the following business of thearpo ration °pt the.following • 2. Oficers • RESOLVED, that the following named persons are.elected to the offices _opposite their name to serve until their resignation or until he or she is removedbythe Board.t orth • - Directors or until.their successors are elected by the Board of Directors: °f Name ' Office Fuld Soroa& President Farid-Soroudi Fuld Soroudi ChiefFina. ... Office. .. _ ' : .Secretary , 3• ` R tfinentand Amortization ofInca r0 oration Bic n Pt1SBS • RESOLVED, that the.President•and.the Chief Financial Officer of thin corporation • " - be and they hereby are authorized and directed to pay all e�cpennes of incorporation and organization ofthis corporation,includingall attorney' fees incurred in:conneetion therewith; . 4. ,Seal • . RESOLVBD that the se ression of which is impressed below i.> adopted, �iin P as the seal of the corporation �an. - P S. )ssuance of i..._ es SAS;Fi offered to_acquired 00 each of the capital common cloaridck'of theSoroudcorphasoration in exchange Ten fora totalThousanof ( 0)shared ITbllars($100,000) cash; One10 Hundred shes Thousand • • RESOLVED,that the offer.of Farid Soroudi is hereby acc • epted,and the r.p er officers of the corporation be andhereby are atithorized•and•directed to execute,issue,and . deliver•in the name and on behalf of.the corporation and under its•co orates Ten.Thousand(10;000) shares QEthe capital common stock Of the corporation toa certrder*o for Farid Soroudi; n the order of CITY OF FULLERTON of the STATE OF CALIFORNIA INVITATION TO BID for HILLCREST PARK— FOUNTAIN RESTORATION & GREAT LAWN/SIDEWALK IMPROVEMENTS Plans and Specifications are available at Consolidated Reprographics. Please be advised that there is an additional charge for delivery. Upon payment of the purchase price, they become the property of the purchaser and may not be returned for refund. You may access the plans through the following website under Public Planroom: www.crolanwell.com For help accessing and ordering, please contact a Planwell Administrator at 714.424.8525. Sealed Proposals for HILLCREST PARK — FOUNTAIN RESTORATION & GREAT LAWN/ SIDEWALK IMPROVEMENTS, in accordance with the Plans and Specifications, will be received at the office of the City Clerk, Fullerton City Hall, 303 West Commonwealth Avenue, Room 104, Fullerton, CA 92832 until 10 a.m., Tuesday, April 11, 2017, and shortly thereafter on this same day, they will be publicly opened and read in the City Council Chambers. No Bid will be accepted unless it is made on a Bid Schedule form furnished by the Public Works Department, Engineering Division contained within the Specifications. Bids are required for the entire work as described below: New fountain mechanical equipment, fountain wall stone restoration, center structure stone restoration and replacement, paving restoration, fountain area drainage, electrical, sewer, water lines and it's connection, pedestrian bridge abutments, walkways, lighting, sidewalk improvements, planting and irrigation. The project consists of two separate design plan sets; the Fountain Restoration and the Great Lawn & Sidewalk Improvements. Contractor shall bid the iob as one project. The time of completion of contract shall be 130 working days as defined in the Standard Specifications for Public Works, 2015 Edition. Liquidated Damages, as defined in the referenced specifications, Section 6-9, shall be $3,000 per day. The Engineer's estimate for this project is $4,500,000. A non-mandatory job walk is scheduled for Thursday, March 30, 2017 at 11:00 a.m. The meeting location will be at Hillcrest Park Fountain, 1200 N. Harbor Blvd, Fullerton. Each bid must be accompanied by a certified or cashier's check, or bidder's bond, made payable to the City of Fullerton, for an amount equal to at least 10% of the amount bid, such guarantee to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. In addition, a Performance Bond in the amount of 100% of the bid, and a Labor and Materials Bond in the amount of 100% of the bid shall be required of the successful bidder prior to entering into a contract. The City will permit substitution of approved securities for monies retained on this project in accordance with Section 9-3.2 of the Standard Specifications for Public Works Construction ("Green Book"), 2015 The Contractor shall also provide Commercial General Liability Insurance, Comprehensive Automobile Liability Insurance, Workers' Compensation, and if necessary, Umbrella/Excess Liability to the minimum limits as defined in the Supplemental Information to Bidders with Certificates of Insurance for each form of coverage. No contract will be awarded to any contractor who has not been licensed in accordance with the provisions of Chapter 9 of Division III of the State Business and Professions Code, Section 7,000, et seq. The Contractor shall possess the appropriate legal and necessary licenses required to complete the work as shown in this contract at the time the bid is submitted. For this contract, the contractor shall possess Classification "A" license at the time the bid is submitted. No contractor or subcontractor may be listed on a bid proposal for public works project unless registered with the Department of Industrial Relations (DIR) pursuant to Labor Code 1725.5 and Senate Bill 854. A contractor is prohibited from working on this contract with any subcontractor who is ineligible to perform work pursuant to Section 1777.1 or 1777.7 of the Labor Code. Apprentices: Attention is directed to sections 1777.5, 1777.6 and 1777.7 of the California Labor Code concerning the employment of apprentices by the contractor or any such subcontractor under him. Section 4.02.010 of the Fullerton Municipal Code requires that all contractors and sub- contractors shall obtain a City Business Registration Certificate. The contract will not be executed until the contractor and sub-contractor(s) obtain such certificate from the Business Registration Office at City Hall, 303 West Commonwealth Avenue, Room 104, Fullerton, CA 92832. All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be done. If the City Council makes an award, it will be to the lowest responsible bidder. For Unit Price bids, in the event there is a discrepancy between the extension and the unit cost, the unit cost will prevail. By Resolution No. 6173, the City Council adopted the general prevailing rate of per diem wages as determined and published by the State Director of the Department of Industrial Relations, pursuant to Sections 1770, 1773, and 1773.1 of the California Labor Code. Copies of these rates, the Federal Wage Rates, and the latest revisions thereto are on file in the office of the City Engineer and are available for review upon request. The contractor shall also comply with Sections 1771, 1774, 1775, 1776, 1777.5, 1813, and 1815 as required by the California Labor Code. In the awarding of the contract, the City shall give equal opportunity to all bidders, regardless of sex, race, creed, color, national, or ethnic origin. The City Council reserves the right to reject any and all bids, to waive any informality in the bidding, and to accept any bid or portion thereof, by order of the City Council of the City of Fullerton. Any questions regarding this bid package may be referred to Kevin Kwak, Public Works Department Engineering Division at 714.738.6865 or kevinkw(c�ci.fullerton.ca.us. Donald K. Hoppe Public Works Director