Loading...
HomeMy WebLinkAboutItem No. 11 - Award of PWCA Griffith Company Main St. I-15 FreewayCity Council Agenda Report City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 www.lake-elsinore.org File Number: ID# 21-362 Agenda Date: 10/12/2021 Status: Approval FinalVersion: 1 File Type: Council Consent Calendar In Control: City Council / Successor Agency Agenda Number: 11) Award of the Public Works Construction Contract to Griffith Company, Inc. for the Main Street I-15 Freeway Interchange Improvements Contingent on the Approval of an Additional $2,463,000 at the October 13, 2021 RCTC Commission Meeting, City Staff recommends the Following: 1.Award and authorize the City Manager to execute the Public Works Construction Agreement for the I-15 Main Street Interchange Improvements Project to Griffith Company for $7,998,603.50 plus 10% contingency for a not to exceed amount of $799,860.35 and in such final form as approved by the City Attorney; and 2.Authorize City Engineer to record the Notice of Completion once it is determined the work is complete and the improvements are accepted by the City and CalTrans. Page 1 City of Lake Elsinore Printed on 10/7/2021 Page 1 of 2 REPORT TO CITY COUNCIL To: Honorable Mayor and Members of the City Council From: Jason Simpson, City Manager Prepared By: Remon Habib, City Engineer Date: October 12, 2021 Subject: Award of the Public Works Construction Contract to Griffith Company, Inc. for the Main Street I-15 Freeway Interchange Recommendation Contingent upon the approval of an additional $2,463,000 by the RCTC at its October 13, 2021 Commission Meeting, City Staff recommends the following: 1. Award and authorize the City Manager to execute the Public Works Construction Agreement for the I-15 Main Street Interchange Improvements Project to Griffith Company for $7,998,603.50 plus 10% contingency not to exceed $799,860.35 substantially the form attached and in such final form as approved by the City Attorney; and, 2. Authorize City Engineer to record the Notice of Completion once it is determined the work is complete and the improvements are accepted by the City and CalTrans. Background In May of 2019, the City completed the final design of the Main Street Interchange Improvements Project. The project includes 3 Traffic signals, road widening under the freeway, on-ramp metering, and structural walls. The City has received the Caltrans encroachment permit and related Utilities and Right of Way Certifications. The Project has multiple funding sources through Measure A Regional Arterial (MARA) funds, State Highway Operation and Protection Program (SHOPP), and Measure Z. Combined funding makeup $10.12M and will be utilized for construction as well as Construction Management and additional design services needed during construction. Additional Measure A Regional Arterial (MARA) funding will be considered by the Riverside County Transportation Commission at its October 13, 2021 Commission meeting. The breakdown below provides Funding Source and Status. Award of the Public Works Construction Contract to Griffith Company, Inc. for the Main Street I-15 Freeway Interchange October 12, 2021 Page 2 Page 2 of 2 Funding Source Amount Approval Status Measure A Regional Arterial (MARA) $5,483,000 Approved - Executed on June 11, 2020 Additional MARA FUNDING $2,463,000 Pending Approval of RCTC at the October 13, 2021 Commission Meeting SHOPP $476,000 Approved - Executed on December 4, 2017 CITY OF LAKE ELSINORE - MEASURE Z $1,700,000 Approved as Part of the City’s CIP Plan Discussion In anticipation of the funding sources above, the City solicited bids. Contractor Bids were secured via the city’s electronic bidding portal on September 9, 2021, at 2:00 PM, results were made publicly visible. The City received three (3) bids from qualified contractors. All bidders submitted acceptable bids and were technically qualified to do the work. Staff recommends awarding the project to the apparent low bidder, Griffith Company. The bid results are summarized below: Contractor (Bidder) Total Bid Amount Griffith Company $7,998,603.50 Ortiz Enterprises Incorporated $8,107,765.10 Riverside Construction Company, Inc. $8,338,073.50 Fiscal Impact The fiscal impact of the project is $7,998,603.50 plus a 10% contingency for a not to exceed the amount of $799,860.35. The project is funded through Measure A Arterial Program, SHOPP, and The City’s Measure Z. Exhibits A – Agreement B – Bid Proposal 1 Agreement No. __________ AGREEMENT FOR PUBLIC WORKS CONSTRUCTION Griffith Company For the Main Street Interchange Improvement Project CIP PROJECT NO. Z10017 This Agreement for Public Works Construction (“Agreement”) is made and entered into as of October 12, 2021 by and between the City of Lake Elsinore, a municipal corporation (“City”) and Griffith Company, a Corporation (“Contractor”). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1. The Project and Project Documents. Contractor agrees to construct the following public improvements (“work”) identified as: Main Street Interchange Improvement Project (the “Project”) The City-approved plans for the construction of the Project, which are incorporated herein by reference and prepared by SC Engineering, are identified as: Construction on State Highway City Project No. Z10017 The Project Documents include this Agreement and all of the following: (1) the Notice Inviting Bids, Instructions to Bidders, Bid Documents including Bidder’s Proposal as submitted by the Contractor, Contract Documents, General Specifications, Special Provisions, and all attachments and appendices; (2) everything referenced in such documents, such as specifications, details, standard plans or drawings and appendices, including all applicable State and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or extending the work contemplated as may be required to insure completion in an acceptable manner. All of the provisions of the above-listed documents are made a part of this Agreement as though fully set forth herein. 2. Compensation. a. For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to construct the Project, including furnishing all materials and performing all work required for the Project, and to fulfill all other obligations as set forth in the Bidder’s Proposal, such contract price being Seven Million Nine Hundred Ninety- Eight Thousand Six Hundred Three dollars and Fifty Cents ($7,998,603.50). 2 b. City hereby promises and agrees to employ, and does hereby employ, Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Project Documents. c. Contractor agrees to receive and accept the prices set forth in the Bidder’s Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the Project Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 3. Completion of W ork. a. Contractor shall perform and complete all work within Three Hundred (300) working days from the date of commencement specified in the Notice to Proceed, and shall provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment, and all taxes, utility and transportation services required for construction of the Project. b. All work shall be performed and completed in a good workmanlike manner in strict accordance with the drawings, specifications and all provisions of this Agreement as hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal requirements governing the Project. c. Contractor shall not be excused with respect to the failure to so comply by any act or omission of the City, the City Engineer, a City inspector, or a representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the requirements of the Project Documents, and unless the Contractor protests at the time of such alleged prevention that the act or omission is preventing the Contractor from fully complying with the Project Documents. Such protest shall not be effective unless reduced to writing and filed with the City within three (3) working days of the date of occurrence of the act or omission preventing the Contractor from fully complying with the Project Documents. d. City and Contractor recognize that time is of the essence in the performance of this Agreement and further agree that if the work called for under the Agreement is not completed within the time hereinabove specified, damages will be sustained by the City and that, it is and will be impracticable or extremely difficult to ascertain and determine the actual amount of damages the City will sustain in the event of, and by reason of, such delay. It is, therefore, agreed that such damages shall be presumed to be in the amount of Fifteen Hundred dollars ($1500.00) per calendar day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, such amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Agreement within the time hereinabove specified and as adjusted by any changes to the work. 3 4. Changes to Work. City and Contractor agree that the City may make changes to the work, or suspend the work, and no matter how many changes, such changes or suspensions are within the contemplation of the Contractor and City and will not be a basis for a compensable delay claim against the City nor be the basis for a liquidated damage claim against the Contractor. Any change to the work shall be by way of a written instrument (“change order”) signed by the City and the Contractor, stating their agreement to the following: a. The scope of the change in the work; b. The amount of the adjustment to the contract price; and c. The extent of the adjustment to the Schedule of Performance. The City Engineer is authorized to sign any change order provided that sufficient contingency funds are available in the City’s approved budget for the Project. All change in the work authorized by the change order shall be performed under the applicable conditions of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustments for such changes. 5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price in the form that complies with the Project Documents and is satisfactory to the City Attorney. 6. Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed of by Contractor without the prior written consent of City. 7. Licenses. Contractor represents and warrants to City that it holds the contractor’s license or licenses set forth in the Project Documents, is registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business license. 8. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, the County and Board Supervisors, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to 4 property, or violation of law. It is understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 9. Insurance Requirements. a. Insurance. Contractor, at Contractor’s own cost and expense, shall procure and maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager, the following insurance policies. i. Workers’ Compensation Coverage. Contractor shall maintain Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker’s Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii. Commercial General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may be attached limiting the coverage. 5 iv. Builder’s Risk Coverage. Prior to the commencement of any construction of the Project, Design-Builder shall obtain (or cause to be obtained) and keep in force during the term of any construction, builder’s risk insurance insuring for all risks of physical loss of or damage (excluding the perils of earthquake and flood). v. Professional Liability Coverage Contractor shall maintain professional errors and omissions liability insurance appropriate for Contractor’s profession for protection against claims alleging negligent acts, errors or omissions which may arise from Contractor’s services under this Agreement, whether such services are provided by the Contractor or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general commercial liability and automobile liability insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII and shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. v. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City’s option, Contractor shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of 6 performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 10. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: Griffith Company Attn: Lucas J. Walker 12200 Bloomfield Ave Santa Fe Springs, CA 90670 11. Entire Agreement. This Agreement constitutes the complete and exclusive statement of agreement between the City and Contractor. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 12. Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 13. Assignment and Subcontracting. Contractor shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties for obligations of the Contractor under this Agreement will be permitted only with the express consent of the City. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 14. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 15. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 16. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 7 17. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys’ fees. 18. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 19. Authority to Enter Agreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The City Engineer shall act as the Project administrator on behalf of the City. 20. Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 21. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 22. Prevailing W ages. a. Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are available for review upon request. 8 b. Contractor's attention is directed to the provisions of Labor Code Sections 1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these Sections. The statutory provisions for penalties for failure to comply with the State's wage and the hours laws will be enforced. c. Labor Code Sections 1774 and 1775 require the Contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures and certain notices required of the Contractor pertaining to their location. The statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner without regard to when the Project was awarded to Contractor. d. Labor Code Section 1777.5 requires Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project, which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the Agreement. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade and if other contractors on the public works site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age. e. Eight hours labor constitutes a legal day's work, as set forth in Labor Code Section 1810. 23. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. [Signatures on next page] 9 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. “CITY” CITY OF LAKE ELSINORE, a municipal corporation “CONTRACTOR” Griffith Company a Corporation City Manager ATTEST: By: Lucas J. Walker Its: Vice President/Regional Manager City Clerk APPROVED AS TO FORM: City Attorney Director of Administrative Services EXHIBIT A CONTRACTOR’S PROPOSAL [ATTACHED] EXHIBIT B LIST OF SUBCONTRACTORS [ATTACHED] City of Lake Elsinore CIP Project No, Z10017 SECTION C BID DOCUMENTS c-o City of Lake Elsinore CIP Project No. 710017 MAIN STREET INTERCHANGE IMPROVEMENT PROJECT CIP PROJECT NO. Z10017 Company: Griffith Company Honorable Mayor, Members of the Council: In accordance with the Notice Inviting Bids pertaining to the receiving of sealed proposals by the City Clerk of the City of Lake Elsinore for the above titled improvement, the undersigned hereby proposes to furnish all Work to be performed in accordance with the Specifications, Standard Drawings, and the Contract Documents, for the unit price or lump sum set forth in the following schedule: Time of Completion: Three Hundred (300) Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. Rlrl CCHFI1111 F ITEM IT UNIT ESTIMATED UNIT AMOUNT ITEM NO, CODE QUANTITY PRICE 1 070030 LEAD COMPLIANCE PLAN LS 1 ,� Z 2 100100 DEVELOP WATER SUPPLY LS 1 14 1 TRAFFIC CONTROL SYSTEM (INCLUDING LS 1 t�61069 r 3 120100 CONSTRUCTION AREA SIGNS AND FLAGGING) 1 4 120120 TYPE III BARRICADE EA 15 6 120169 TEMPORARY TRAFFIC STRIPE (PAINT) LF 71035 1 1 7 ';:6 O 6 120166 CHANNELIZERS (SURFACE MOUNTED) EA 183 7 120300 TEMPORARY PAVEMENT MARKERS EA 166 lt� 8 124000 TEMPORARY PEDESTRIAN ACCESS ROUTE LS 1 1 9 128651 PORTABLE CHANGEABLE MESSAGE SIGN EA 6 1,900 14 r, Too 10 129000 TEMPORARY RAILING (TYPE K) LF 3,880 IU 1 S 11 129100 TEMPORARY CRASH CUSHION MODULE EA B4 14 12 130100 JOB SITE MANAGEMENT LS 1 PREPARE STORM WATER POLLUTION PREVENTION LS 1 13 130300 PLAN 14 130310 RAIN EVENT ACTION PLAN EA 10 Lr0 olkyloo 15�I 130320 STORMWATER SAMPLING AND ANALYSIS DAY EA 10 (S0. ISOO. 16 130330 STORM WATER ANNUAL REPORT EA 2 S2 0 130605 MOVE-IN/MOVE-OUT (EROSION CONTROL) EA 1 0.— 0. — �ftj6 17 130560 TEMPORARY SOIL BINDER yp 4,300 n,ys iLi'15 18 130610 TEMPORARY CHECK DAM LF 25 f0 TEMPORARY DRAINGE INLET PROTECTION 19 130620 EA 1b 9 1 00.� 'LOO. C-1 City of Lake Elsinore CIP Project No. Z10017 20 130640 TEMPORARY FIBER ROLL LF 4,280 Zf 21 130680 TEMPORARY SILT FENCE LF 890 22 130710 TEMPORARY CONSTRUCTION ENTRANCE EA 8 23 130730 STREET SWEEPING AND VACUUMING LS 1 24 130900 TEMPORARY CONCRETE WASHOUT LS 1 REMOVE YELLOW THEROMPLASTIC TRAFFIC STRIPE LS 1 25 141103 (HAZARDOUS WASTE) S 26 141120 TREATED WOOD WASTE LS 1 27 146002 CONTRACTOR -SUPPLIED BIOLOGIST LS 1 1A0 28 148005 NOISE MONITORING SYSTEM (INCLUDING SYSTEM) LS 1 29 160110 TEMPORARY HIGH -VISIBILITY FENCE (TYPE ESA) LF 2,060 y. o u 30 170103 CLEARING AND GRUBBING LS 1 421 50 a u2�2yO• Tq' �%8 0• 31 190101 ROADWAY EXCAVATION CY 6,260 32 192037 STRUCTURAL EXCAVATION (RETAINING WALL) CY oo $32, Ile• 33 192060 STRUCTURAL EXCAVATION(GROUND ANCHOR WALL) CY 454 $, — IpA 34 193013 STRUCTURAL SACKFILL(RETAINING WALL) CY 2,073 5c.— It 35 193027 STRUCTURAL BACKFILL (GROUND ANCHOR WALL) CY 48 I 36 193031 PERVIOUS BACKFILL MATERIAL (RETAINING WALL) CY 86 O•' 32�Le6• 37 200002 ROADSIDE CLEARING LS 1It 31 beo� 38 200114 ROCK BLANKET O FT 8,000 1*7 HIWO 39 200122 WEED GERMINATION so8,265 40 200123 CULTIVATION SO YD 6,930 1.2D 41 202006 SOILAMENDMENT CY 3 42 202039 SLOW -RELEASE FERTILIZER LB 30 2• 2.^' D 43 203100 SOILTESTING EA 4 44 204035 PLANT(GROUPA) EA 15 Z4*7 45 204036 PLANT (GROUP B) EA 30 o•lo 46 204038 PLANT (GROUP U) EA 17 ( V }, 'y Z•s 0 47 204096 MAINTAIN EXISTING PLANTED AREAS LS 1 3e suo. Kfuo' 48 204097 PLANT ESTABLISHMENT WORK (MINIMUM BID) LS 1 49 206034 DECOMPOSED GRANITE F° 4,050 5• �• C-2 -J City of Lake Elsinore CIP Project No. Z10017 50 205035 WOOD MULCH CY 745 I J�I.'� tti ya gl 51 206400 CHECK AND TEST EXISTING IRRIGATION FACILITIES LS 1 !O S. o 62 2064402 OPERATE EXISTING IRRIGATION FACILITIES LS 1 63 206560 CONTROL AND NEUTRAL CONDUCTORS LS 1 1.00: 64 206562 1" REMOTE CONTROL VALVE EA 5 55 206564 11/2" REMOTE CONTROL VALVE EA 15 7d11 , 58 206565 2" REMOTE CONTROL VALVE EA i I %A6 I uo.� 57 20B446 RISER SPRINKLER ASSEMBLY (GEAR DRIVEN) EA 4 58 208447 POP-UP SPRINKLER ASSEMBLY (GEAR DRIVEN) EA 81 Vol 59 208448 RISER SPRINKLER ASSEMBLY EA 30 CfD•� oo.� 60 208588 3"GATE VALVE EA 5 61 208594 3/4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 11090 S. 40 62 208696 1" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 11235 63 208596 1 1/4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 830 Le.piO 64 208597 1 11Z' PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 275 65 208598 2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 335 fl*10 107/ j0 66 208599 21/2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 1,490 Q•' O ' 67 208607 3" PLASTIC PIPE (CLASS 316) (SUPPLY LINE) LF 650877$"� 68 220101 FINISHING ROADWAY LS 1 000.r O 69 260203 CLASS 2 AGGREGATE BASE CY 21460 ( 5 70 398001 REMOVE ASPHALT CONCRETE PAVEMENT FQ 700.0 _ 71 390095 REPLACE ASPHALT CONCRETE SURFACING CY 3.7 fie' 72 390100 PRIME COAT TON 21.65 73 390132 HOT MIX ASPHALT - TYPE A TON 11490 iSt.- 21(p 74 390137 RUBBERIZED HOT MIX ASPHALT (GAP GRADED) TON 21370 76 394090 PLACE HOT MIX ASPHALT(MISCELLANEOU AREA) SF 62.7 76 397006 TACK COAT TON 13.9 9ras - of .So 77 398200 COLD PLANE ASPHALT CONCRETE PAVEMENT MAXIMUM) SO YD 17650 .SO 78 460200 GROUND ANCHOR (VERTICAL) EA 18.0 200 . �0 00•— 79 460210 GROUND ANCHOR (SUSHORIZONTAL) EA 102 10 80 610060 (F) STRUCTURAL CONCRETE, RETAINING WALL CY 991.0 0 S 77 C-3 City of Lake Elsinore CIP Project No. Z10017 et 510502 (F) MINOR CONCRETE (MINOR STRUCTURE) CY 22.83 82 611035 (F) ARCHITECTURAL TREATMENT F° 4,495.0 •q(0.50 0b Ob1•$ 83 520103 (F) BAR REINFORCING STEEL (RETAINING WALL) LB 160)BB3 2 00 314Vz4v 84 530101 SHOTCRETE(STRUCTURAL) CY 220 2,400? 5509,0000 86 650014 18" REINFORCED CONCRETE PIPE LF 119 10.00 1 %13D 80 650018 24" REINFORCED CONCRETE PIPE LF 16 tt$O,�jg�8Y0� 87 665006 8" CORRUGATED STEEL PIPE (0.079"THICK) IRRIGATION CROSSOVER LF 60 ZyL•dd 15 360 88 665017 18" CORRUGATED STEEL PIPE (0.079" THICK) LF 242 13�•�O 5�, 35N•' 89 665023 24" CORRUGATED STEEL PIPE (0,079" THICK) LF 15 S{�D p0 �21(OD•� 90 700617 DRAINAGE INLET MARKER EA 14 4i1,04 g,b3�.' 91 700639 36" CORRUGATED STEEL PIPE INLET (0.109$1 THICK) LF 16.45 OZOO.w %1�I(Or 92 707A050 DRAINAGE INLET (TYPE OL-14) EA 1 'Lt1p00.�'L(�060.' 93 7078050 DRAINAGE INLET (TYPE OL-21)(MODIFIED) EA 1 1�•'j80���%�/ 94 707050 DRAINAGE INLET (TYPE G2) EA 1 S',$06 is �xDO •' 95 720000 x REMOVE SLOPE PAVING (So YD) o SYD 21117 Or s0 %.01t(�•yy50 96 721610 SLOPE PAVING (CONCRETE) CY 64.0 $01.00 %13�Dj1D. 97 730040 (F) MINOR CONCRETE (GUTTER) LF 676.0 wj 00 �41,Z�•' 98 731510 (F) MINOR CONCRETE (SIDEWALK AND DRIVEWAY) CY 109.3 6�wh o 99 731623 (F) MINOR CONCRETE (CURB RAMP) CY 12.4 'L15`lo!"1D3���61D8•' 100 731626 (F) MINOR CONCRETE (CURB AND GUTTER) CY 102 41�0 �� of 320.' 101 780260 REMOVE AND REPLACE MONUMENT EA 6 210500 102 803060 x REMOVE CHAIN LINK FENCE LF 100 2A,00 Z�t00 •� 103 803140 RECONSTRUCT CHAIN LINK FENCE LF 20 �O.D•O� 3� ((10.� 104 810120 x REMOVE PAINTED TRAFFIC STRIPE AND MARKING LF 41708 105 810170 DELINEATORS (CLASS 1) EA 46 60.0p Z 760, 106 810230 PAVEMENT MARKER(RETROREFLECTIVE) EA 485 4•(,G� 2ljejel,�JO 107 820270 x REMOVE ROADSIDE SIGN (ONE OR TWO POST) EA t0 �j, Da C50.Oo 10B 820610 x RELOCATE ROADSIDE SIGN (ONE POST) EA 18 �0.00 �1�b0•w 109 820610 x RELOCATE ROADSIDE SIGN (TWO POST) EA 2 I:*.06 110 820640 ROADWAY SIGNS (ONE POST) EA 14 57/006 7 � /D • � 111 820850 ROADWAY SIGNS (TWO POST) EA 4 (1 �J5' Sr1`70•/ C-4 Clty of Lake Elsinore CIP Project No. Z10017 112 832005 MIDWEST GUARDRAIL SYSTEM LF 888 47400 604L4*01 113 832070 VEGETATION CONTROL (MINOR CONCRETE) YD 530 Iveo 114 839621 (F) CABLE RAILING LF 660 04 00 ZS 10806 115 839581 END ANCHOR ASSEMBLY (TYPE SFT) EA 3 �b0m ��3��•� 116 839584 ALTERNATIVE IN -LINE TERMINAL SYSTEM EA 2 5410000 1042%•fl•� 117 839752 REMOVE GUARDRAIL (INCLUDING ANCHOR ASSEMBLY LF 588 q FJ6%G' (SRT)) 05D 118 840602 THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET LP 11,100 �• (��� NIGHT VISIBILITY) 119 B40505 6" THERMOPLASTIC PAVEMENT STRIPE LF 273 1 , 00 120 840506 8" THERMOPLASTIC PAVEMENT STRIPE LF 31523 6122450 121 840516 THERMOPLASTIC PAVEMENT MARKING FOT 1,830 5', 10 122 860A889 MODIFYVEHICLE DETECTION SYSTEM LS 1 )Q4)!•'a., �1g1(Cj0•�'�i 123 870009 LS 1 pt�9bi 390 / '40,0 ELEM NITS DURINGCONSTIRUCTIONEMENTSYSTEM YY%/�0�0a0 870401 SIGNALAND LIGHTING (LOCATION 1-SOUTHBNND LS 124 A RAMPS) 870402 SIGNAL AND LIGHTING (LOCATION 2-NORTHBOUND LS 1 ?�Q(b, 3Zb�OQb•� 125 A RAMPS) 126 870403 SIGNAL AND LIGHTING(LOCATION 3-CAMINO DEL LS 1 tis OOU� 2151�1• A NORTE) 127 870511 RAMP METERING SYSTEM (LOCATION 1R - LS 1 5000 Y 7090mlll A NORTHBOUND ENTRANCE RAMP) 1 4 128 870512 RAMP METERING SYSTEM (LOCATION 2R - LS 1 3t2 06 ;517y 011%•l A SOUTHBOUND ENTRANCE RAMP) 4 129 871812 INTERCONNECTION CONDUITAND CABLE LS , QI15pp, a(IS00•� 130 872130 MODIFY LIGHTING AND SIGN ILLUMINATION LS 1 4it%ll U)49Q0,� 380�000 3pp8000pe'. 131 999990 MOBILI7ATION(+/-5%) LS , Subtotal 1/ 7i24,1 p. SUPPLEMENTAL FUNDS (SF) 132 066696 ADDITIONAL WATER POLLUTION CONTROL WORK LS i S 133 0568063 SERVICE CONNECTION LS 1 rj 000,E 5 0Qb•� 134 066A600 REPAIR EXISTING IRRIGATION FACILITIES LS 1 E I DO �4q'LQ• 135 130200 PREPARE WPCP WATER POLLUTION CONTROL PLAN LS i I �p•/ "' q 0,� tlllfteseelll TROL WOR .—Lb-� ..Y ®.8% •�:¢� Subtotal AGENCY FURNISHED MATERIAL (AFM) 137 066062 COZEEP LS 1 Ina• ' O•� 138 066063 TRAFFIC MANAGEMENT PLAN PUBLIC INFORMATION LS 1 c-s City of Lake Elsinore CIP Project No. Z10017 066841 2070E TRAFFIC CONTROLLER ASSEMBLY (LOCATION EA 1 139 A IN -NB ENTRANCE RAMP) o 066842 2070E TRAFFIC CONTROLLER ASSEMBLY (LOCATION EA 1 140 A 2R-SO ENTRANCE RAMP) I 100. 086843 2070E TRAFFIC CONTROLLER ASSEMBLY (LOCATION 1 EA 1 141 A -SB RAMPS) i OD•' 066844 2070E TRAFFIC CONTROLLER ASSEMBLY (LOCATION 2 EA 1 142 A -NB RAMPS) 1004 066845 2070E TRAFFIC CONTROLLER ASSEMBLY(LOCATION- EA 1 143 A 3 CAMINO DEL NORTE) 1004 100 •� 066852 TYPE 334 CONTROLLER CABINET (LOCATION iR-NB EA 1 144 A ENTRANCE RAMPS) 066853 TYPE 334 CONTROLLER CABINET (LOCATION 2R- SB EA 7 145 A ENTRANCE RAMPS) to 00.E 146 066916 CONSTRUCTION GENERAL PERMIT FEE LS 1 OQ. O TOTAL 1000,E TOTAL BID PRICE: TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR MAIN STREET INTERCHANGE IMPROVEMENT PROJECT Total Bid Price in Numbers $ Stazn mLUront Intn e hundred ��nG1v) Ct�houSctttA St�C l� T tal Bid Price in Writt n Form lullcyvec��te c�ol�ays �tn6� tt�l-�S In case of discrepancy between the written price and the numIrical price, the written price shall prevail. Note: Estimated quantities are for the purpose of Bid comparison only; payments will be made on the basis of actual measurement of Work completed, except for lump sum (LS) and final pay (F) quantities. (S) denotes a specialty item. The Bid Price shall include, but not be limited to, sales tax and all other applicable taxes and fees. All work described on the plans and in the specifications and other incidentals necessary to complete the project shall be paid under items above. No additional payments will be allowed. C-6 City of Lake Elsinore CIP Project No. Z10017 The undersigned agrees to enter Into and execute a contract, with necessary bonds, at the unit prices set forth herein and in case of default in executing such contract, with necessary bonds, the check or bond accompanying this bid and the money payable thereon shall be forfeited thereby to and remain the property of the City of Lake Elsinore. The above unit prices Include all work appurtenant to the various Items as outlined in the Specifications and all work or expense required for the satisfactory completion of said items. In case of discrepancies between unit prices and totals, the unit prices shall govern. The undersigned declares that it has carefully examined the Plans, Specifications, and Contract Documents, and has investigated the site of the work and is fa iiliar with the conditions thereon. Date: b T/� By: Contractor's State License No.: 88 CI A, B, C-8, C12, C27, C31, HAZ Department of Industrial Relations Registration No: Registration Date: Address: 01 /14/2015 contractor 1000005611 Expiration Date: Vice President /Regional Manager 06/30/2022 12200 Bloomfield Ave. Santa Fe Springs, Ca. 90670 Phone: 562-929-1128 FAx� 562-864-8970 ca CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness accuracy, or validity of that document State of California + County of Los Angeles fl On August 25, 2021 before me, Dianna E. Senn Notary Public Data Here Insert Name and THIS came Officer personally appeared Lucas J. Walker Name(s) of Signer(a) who proved to me on the basis of satisfactory evidence to be the persons) whose names) is/are subscribed to the within instrument and acknowledged to me that 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. DIANNA E. SENN • Notary Public -California -+r Los Angeles County ` Commission p 2253909 My Comm. Expires Aug 13, 2022 Place Notary Sael Move I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 1 �_ Signature of Notary Public OPTIONAL Though the 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: Bidder's Proposal - Main Street Interchange Improvements -Z10017 Document Date: Number of Pages: Signer's Name: Lucas J. Walker Signer(s) Other Than Named Above: Signer's Name: X�Corporate Officer -- Title(s): vice Presidengltegicnal Manager nCorporate Officer -- Title(s): Lj Individual Guardian or Conservator Other: Signer is Representing: Griffith Company RIGHT THUMBPRINT GF SIGNER Individual Signer is Representing: ® 2014 National Notary Association www.NationalNotary.org • 1-Boo-U6 NOTARY (1-800-576-6827) •Item #5907 City of Lake Elsinore CIP Project No, Z10017 CONTRACTOR INFORMATION MAIN STREET INTERCHANGE IMPROVEMENT PROJECT CIP PROJECT NO, Z10017 Contractor's License No.: 88 Class: A1 , C 8 C12 C27, C31, HAZ a. Date first obtained: 09/24/1929 Expiration 09/30/2022 b, Has Bidder's License ever been suspended or revoked? No. If yes, describe when and why: N/A c. Any current claims against License or Bond? No. If yes, describe claims: N/A Principals in Comoany (List all —attach additional sheets if necessary): NAME TITLE LICENSE NO. (If Applicable) Jdimie R. AUgUs: CEO/President-30S0 E. Bir<h St., Brea, Ca.92821—]34/904/5500 Ryan J. AUkerman: Exec. VP-3050 E. Birch St., Brea, Ca. 92821-714/984/5500 EStebai9 A. RUelas: CFO/SEC./rRES.-3050 E. Birch St., Brea, Ca. 92821 — 714/984/55M LUcas J. Walker: VP/Reg. Mgr.-12200 Bloomfield Ave. Santa Fe Springs., Co. 90670 — 562/929/1128 $Larr N. $talllrlgS: Asst. Set. —12200 Bloomfield Ave., Santa Fe Springs, Ca. 90670-562/929/1128 C-15 City of Lake Elsinore CIP Project No. M017 VIOLATIONS OF-FEDERALm STATE OR LOCAL LAWS MAIN STREET INTERCHANGE IMPROVEMENT PROJECT CIP PROJECT NO. Z10017 Has your fjrm or its officers been assessed any penalties by an agency for noncompliance or violations of Federal, State or Local labor laws and/or business or licensing regulations within the past five (5) years relating to your construction projects? YES 4110j (circle one) Federal (State /Local (circle one) If "YES," identify and describe, (including agency and status); Have the penalties been paid? YES NO (circle one) 2. Does your firm or its officers have any ongoing investigations by any public agency regarding violations of the State Labor Code, California Business and Professions Code or State Licensing Laws? YES NO (circle one) Code/Laws: N/A Section/Article: N/A If "yes," identify and describe, (including agency and status): N/A 3. Has Bidder been "default terminated" by an owner (other than for convenience), or has a Surety completed a contract for Bidder within the last five (5) years7 YES NO (circle one) If "yes," please explain: N/A Has Bidder been cited more than twice for failure to pay prevailing wages in the last five (5) years7 YES 0 (circle one) If "yes," please explain: N/A City of Lake Elsinore CIP Project No. Z10017 Notes: Providing fats inf Ion may result in criminal prosecution or administrative sanctions. The above c rtific ti n is part of the Proposal. Signing this Proposal on the signature portion ther f s all Ise constitute signature of this Certification. Walker, Vice President / Contractor Name al Mana Title City of Lake Elsinore CIP Project No. Z10017 nISQUALIFICATION OR DEBARMENT MAIN STREET INTERCHANGE IMPROVEMENT PROJECT CIP PROJECT NO. Z10017 Has your firm, any officer of your firm, or any employee who has a proprietary interest in your firm ever been disqualified, removed, or otherwise prevented from bidding on, performing work on, or completing a federal, state or local project because of a violation of law or a safety regulation? YES / LNLuj (circle one) If yes, provide the following information (if more than once, use separate sheets): Date: N/A Entity: N/A Location: N/A Reason: N/A Provide Status and any Supplemental Statement: N/A Has your firm been r YES GD (circle Notes: Providing f The above portion the Griffith by this entity? nation may result in criminal prosecution or administrative sanctions. on is part of the Proposal. Signing this Proposal on the signature also constitute signature of this Certification. J. Walker, Vice President /Regional Man Name If the Bidder fails to properly sign or omits the required signature, the bid will be considered non -responsive and will be rejected. C-18 City of Lake Elsinore CIP Project No. Z10017 UTIrITYAGREEMENT MAIN STREET INTERCHANGE IMPROVEMENT PROJECT CIP PROJECT NO. Z10017 HONORABLE MAYOR AND CITY COUNCIL CITY OF LAKE ELSINORE, CALIFORNIA The undersigned hereby promises and agrees that in the pertormance of the work specified in this contract for Project No. Z10017, MAIN STREET INTERCHANGE IMPROVEMENT PROJECT, (1) (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 binding upon any subcontractor or subcontractors tl undersigned, and that the undersigned shall tg� compliance by any said subcontractor or subco r herein. sions herein shall be and are e retained or employed by the as are necessary to assure h the requirements contained J. Walker Vic�/President/Regional Manager Title Griffith Company Contractor Name City of Lake Elsinore CIP Project No. Z10017 PUBLIC CONTRACT CODE MAIN STREET INTERCHANGE IMPROVEMENT PROJECT CIP PROJECT NO. Z10017 Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, State. 1985), the bidder hereby declares under penalt of perjury under the laws of the State of California that the bidder has has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary Interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation: Yes No If the answer is yes, explain the circumstances in the following space. Public Contract Code 10232 Statement In accordance ith Public Contract Code Section 10232, the Contractor, hereby states under penalty of u that no more than one final unappealable finding of contempt of court by a federal c ha, s been issued against the Contractor within the immediate preceding two-year perlod b c e f the Contractor's failure to comply with an order of federal court which orders the Cc ra t r t comply with an order of the National Labor Relations Board. Note: The abov S ent and Questionnaire are part of the Proposal. Signing this Proposal on the signature po I n ereof shall also constitute signature of this Statement and Questionnaire. Bidders are cauti ne h t making a false certification may subject the certifier to criminal prosecution. J. Walker, Vice President / Name G R I F F I T H COMPANY CORPORATE OFFICE URI FF Y H COMPANY PAy `rY 3050 E. Birch Street Bro Pax[714192821 LICENSE �VE�T�CATE [7141 984-5500 Pax [714j 054-9754 CENTML REGION 112E Carrier Parkway Ave. Bakersfield, CA 93306 1 certify under penalty of perjury under the laws of th tate o alif Fula that the following is true [601] 392-6640 and correct. Fax 1661] 393-9525 SYIt—r.Dcl9: 12200 Bloomfield Santa Fe Springs, CA 90670 [5621929-1128 Fax [5621864-8970 State Contractor's License No. Lucas j WakeiZcPresident/ Regional Manager SmUONREDM310N 3050 E. Birch Street Brea, CA 92821 "" CONTRACTORS 7141984 STATE LICENSE BOARD Fax [714] 854-0227 e' ACTIVE LICENSE UNDEROROVND DMSION pn.. 88 =+r'• t✓Or\P. 3050 E. Birch Street _,rz W. GRIFFITH COMPANY Brae, CA 92821 [714] 964-5500 Fax(714] 854-0226 UND3CAPE DMSION 12200 Bloomfield Ave. Santa Fe Springs, CA 90670 1562] 929-1128 Fax[562] 863-3488 CONCRETE DMSION 12200 filoomfleld Ave. Santa Fe Springs, CA 90670 [6521929-1128 Fax [562]864-8970 www.qriLlithcomoany.net 1n,,n,,,xa: A B C�8 C12 C27 HAZ.C3i 09/3612022 MAV.csib.ca.gov R1ml Ini ormation Legal EntY.y Neme GRIFFbIH COMpAM! .grlitilhcom net Legal EnFityType Comorafion Status Contractors Active License#88 Registration Number IONW5611 Registration effective date 07/01/19 Registration expiration date 06/30/22 Meiling Address 3050EBIXHU BREN92821CAUNtad SwleeofAmedca Phy5kari Address 3050EBIR[H ST BRFA92921C7tUNtad StatesefAmad<e Email Address srueles0gdfiNCOmpa met Trade Name/OBA License Number (a) MB:88 �Reegistretion_ His[o)y __ En nl.e ogle Expi2tbn eau W125110 _--_06130119 -- _ W/OBIS] O6(30)18 , W/01/18 W(30117 -; W..... O6I30/lb 01/14115 06(30/15 W101119 06/30/22 Griffith Company is an equal opportunity employer and an employee owned company. �Reegistretion_ His[o)y __ En nl.e ogle Expi2tbn eau W125110 _--_06130119 -- _ W/OBIS] O6(30)18 , W/01/18 W(30117 -; W..... O6I30/lb 01/14115 06(30/15 W101119 06/30/22 Griffith Company is an equal opportunity employer and an employee owned company. Griffith Company is an equal opportunity employer and an employee owned company. CORPORATE OFFICE 3050 E. Stroh Street Brea, CA 92821 I714]984-5500 Fax [714) 864-9754 CENTRAL REGION 1128 Center Parkway Ave. Bakersfield, CA 93308 [6611392-6640 Fas(6611393-9525 SOUTHERN REGION 12290 Bloomfield Ave. Santa Fe Springs, CA 90670 [5621929-1128 Fax [5B2)864-8970 STRUCTURE DIVISION 3050 E. Birch Street nor, CA 92821 V141984-5500 Fax V141854-0227 UNDERGROUND DIVISION 3050 E. Birch Street Brea, CA 92821 [7141964-5500 Fax [7141854-0226 LANDSCAPE DIVISION 3050 E. Birch 9lreet Brea, CA 92821 [714] 984-5500 Fax 17141854-7843 CONCRETE DIVISION 12200 Bloomfield Ave. Santa Fe Springs, CA 90670 [5621929-1128 Fas[562)929-7116 MATERIALS DIVISION 3050 E. BIrGt Street Brea• CA 92821 17141984-5500 Fax [7141864.9754 ENVIRONMENTAL DIVISIGN 3050 E. eiroh Street area, CA 92B21 [7141984-5500 Fax(7141854-9754 vnsty.grififithconorianarnet CA Contractors License 988 NV Contractors License #78889 AZ Contractors License #292209 =49 GRIFFITH COMPANY MEMORANDi7M TO: All Griffith Company Employees FROM: Griffith Company Board of Directors Jaimie R, Angus, President & CEO DATE: March 16, 2020 SUBJECT: Election of Company Officers Griffith Company Board of Directors is pleased to announce election of the foRowing officers for the 2020 calendar year, effective January 1, 2020: Jaimie R. Angus: President and Chief Executive Officer Ryan J. AukeLman: Executive Vice President Esteban A. Ruelas: Treasurer and Chief Financial Officer Secretary David A. Diaz: Vice President Field Operations Manager Daniel A. McGrew: Vice -President, Business Development Lucas 7. Walker: Vice President Regional Manager Walter E. Weishaar: Vice President Regional Manager Denise Denapoli: Assistant Secretary Starr N. Stallings: Assistant Secretary Griffith Company is an equal opportunity employer and an employee -owned company. CORPORATE OFFICE 3050 E. Birch Street Brea, CA 92821 [714] 984-5500 Fax [714] 854-9754 CENTRAL REO/ON 7128 Carrier Parkway Ave. Bakersfield, CA 93308 [6611392-6640 Fax[661] 393-9525 SOUTNERNREGION 12200 Bloomfield Ave. Santa Fe Springs, CA 90670 [562] 929-1128 Fax [5621 864-8970 STRUCTURE DIVISION 3050 E. Birch Street Brea, CA 92821 [7141984-5500 Fax (714] 854-0227 UNDERGROUND DIVISION 3050 E. Birch Sireet Brea, CA 92821 (7141984-5500 Fax [714] 854-0226 LANDSCAPE DIVISION 3050 E. Birch Street Brea, CA 92821 [71419844500 Fax [7141 854-7843 CONCRETE DIVISION 12200 Bloomfieltl Ave. Santa Fe Springs, CA 90670 [5821 929-1128 Fax(5621929-7116 MATERIALS DIVISION 3050 E. Birch Street Brea, CA 92821 [714] 9845500 Fax [7141854-9754 ENVIRONMENTAL DIVISION 12200 Bloomfeltl Ava. Santa Fe Spnngs, CA 90870 15621929-1128 Fax [6621864-8970 www.o riffithcomoanv.net CA Contractors License #88 NV Contractors License #78889 AZ Contractors License #292209 G R I F F I T H COMPANY MEMORANDUM TO: All Griffith Company Employees FROM: Griffith Company Board of Directors Jaimie R. Angus, President & CEO DATE: March 22, 2021 SUBJECT: Authorized Signers Griffith Company Board of Directors is pleased to announce that any one or more of the following positions are appointed as authorized signers and hereby authorized to execute and deliver in the name of and behalf of this Corporation any and all bids, authorizations, contracts, certifications, declarations and releases, including: bid bonds, labor and material bonds, performance bonds and stop notice bonds. Bradley E. Austin Chief Estimator Martin M. Carpenter, Jr. Division Manager Mark G. Davenport Division Manager Jason R. Dennis Chief Estimator Miguel Fenley Division Manager Dennis Gansen Division Manager Edgar Martinez Division Manager Ronald B. Pierce General Counsel Jason C. Spear Chief Estimator Mac A. Tarrosa Division Manager Stephen Timm Assistant Division Manager Grilfi[h Company is an eryual opportunity employer and an employee -owned company. DocuSign Envelope ID: F7758FA3-C452-444C-A87B-A78D8EA136A7 BOARD RESOLUTION ELECTION OF OFFICERS MARCH 22, 2021 BE IT RESOLVED, that the Board of Directors of Griffith Company elect the following individuals as the Officers of Griffith Company for the 2021 Calendar Year, effective January 4, 2021: Jaimie R. Angus: Ryan J. Aukerman: Esteban A. Ruelas: David A. Diaz: Daniel A. McGrew: Lucas J. Walker: Walter E. Weishaar: Denise Denapoli: Starr N. Stallings: DocuSlgnetl by: iCCCEGBUilE04E0... Attest: Thomas L. Foss Chairman of the Board President and Chief Executive Officer Executive Vice President Vice President Treasurer and Chief Financial Officer Secretary Vice President Field Operations Manager Vice President, Business Development Vice President Regional Manager Vice President Regional Manager Assistant Secretary Assistant Secretary �DocuSlgnetl by: _ E£ESA61S Esteban A. Ruelas Secretary DocuSign Envelope ID: F7758FA3-C452-444C-A87B-A78D8EA136A7 BOARD RESOLUTION AUTHORIZED SIGNERS OF THE CORPORATION MARCH 22, 2021 BE IT RESOLVED, that any one or more of the Officers of this Corporation are hereby authorized to execute and deliver in the name of this corporation any and all bids, authorizations, contracts, notes, deeds, bonds, stocks, declarations, releases and agreements of any nature or sort whatever. FURTHER RESOLVED, that any one or more ofthe following are appointed as authorized signers and hereby authorized to execute and deliver in the name of and behalf of this Corporation any and all bids, authorizations, contracts, certifications, declarations and releases, including: bid bonds, labor and material bonds, performance bonds and stop notice bonds. Regional Manager, Division Manager, Assistant Division Manager, Chief Estimator, General Counsel FURTHER RESOLVED, that any and all persons, firms, corporations, and other entities shall be entitled to rely on the authority of any one or more of the officers or authorized signers named to bind this Corporation by the execution and delivery of any of the documents or papers set forth hereinabove. FURTHER RESOLVED, that the authority granted hereby shall not be modified or revoked except by a resolution to that effect passed by the Board of Directors of this Corporation. FURTHER RESOLVED, that any and all authorization heretofore granted by this Corporation to any officers or authorized signers other than those named, to perform acts in the name of and on behalf of this Corporation similar to the acts authorized above, be and they are hereby revoked, rescinded and annulled. �o.oaslaaaaey: aleE Esteban W"w A. Ruelas Secretary o sla.aany: 1CCfi E�9Di Ia6iEa... Attest: Thomas L. Foss Chairman of the Board EQUAL EMPLOYMENT OPPORTUNITY _..._. AND AFFIRMATIVE ACTION UNDER EXECUTIVE ORDER 11246 Effective January 10,1964, Griffith Compa�ry developed an affirmative action plan for equal employment opportunity. On April 11, 1978, this plan was revised and amplified. In January, 1985, this plan was updated to meet the additional requirement of the Century Freeway (I- 105). In March, 1987, this plan was revised and amplified. The February 7, 1992 revision was a restatement of said program, including additional requirements of the Century Freeway. In January, 2005, this plan was updated with the current EEO Officer information. hi January 2008, this plan was updated with the current President information. In February.Ml6, this plan was updated. In February 2018, this plan was updated with the current EEO Officer information. In February 2019, this plan was updated with the current President/CEO information. Statement ofpolicy In order to provide equal employment opportunities to all qualified persons without regard to race, color, religion, sex, national origin, disabiity, sexual orientation, gender identity, protected veteran status, or any other protected class status this company agrees to do the following: (1) recruit, hire, train, and promote persons in all job titles, without regard to race, color, religion, sex, national origin, disability, sexual orientation, gender identity, protected veteran status, or any other protected class status (2) base decisions on employment so as to further the principle of equal employment opportunity, (3) ensure that promotion decisions are in accord with principles of equal employment opportunity by imposing only valid requirements for promotional opportunities, (4) ensure that all personnel actions, including but not limited to compensation, benefits, transfers, lay-offs, return from layoffs, company sponsored training, education, tuition assistance, social and recreational programs, will be administered without regard to race, color, religion, sex, national origin, disability, sexual orientation, gender identity, protected veteran status, or any other protected class status. Responsibi]ityfor the Program JaimieR. Angus, President/CEO will personally oversee the program and will appoint Daniel A. McGrew as the Equal Employment Opportunity Officer (hereinafter refereed to as the EEO Officer) to carry out the program. The EEO Officer is hereby given full authority to carry out the program and is given the responsibility and authority to perform in-depth analyses of the company's total employment process to determine whether and where impediments to equal employment opportunity ...-_ .. _..-- exist, includingbut not limited to -the following 1. Develop policy statements and internal and external communication procedures. 2. Assist line management in collecting and analyzing employment data, identifying problem areas, setting goals and timetables and developing programs to achieve goals. Such programs shall include specific remedies to eliminate any discriminatory practices discovered in the employment system. 3. Desigu, implement and monitor internal audit and reporting systems to measure program effectiveness and to determine where progress has been made and where further action is needed and, if necessary, to assure that such action is taken. 4. Report, at least quarterly, to Jaimie R. Angus on the progress of each unit in relation to company goals. 5, Serve as liaison between the compairy, government regulatory agencies, minority and female's organizations mid other community groups. 6. Assure that current legal information affecting affirmative action is disseminated to responsible officials. Dissemination of poliek 1. Internal Dissemination ofPolicv In order to disseminate the EEO Policy to all members ofthe company staffwho are authorized to hire, supervise, promote and discharge employees, or who recommend such action, the company will take the following steps: (a) Include the policy in the company's policy manual; (b) Publicize the policy in company newspapers, magazines, anmial reports, and other available media devices; (c) Conduct special meetings with executive, management, and supervisory personnel to explani the intent of the policy and individual responsibility for effective implementation, making clear the chief executive officer's attitude with respect to affnrative action obligations; (d) Schedule special meetings with all other employees to discuss policy and explain individual employee responsibilities; (e) Discuss the policy thoroughly in both employee orientation and management training programs; (f) Meet with union officials as appropriate to inform them of the policy, and to request their cooperation; (g) Include non-discrimination clauses in any union agreements, and review all contractual provisions to ensure they are non-discriminatory; (h) Publish articles in company publications covering EEO programs, progress reports, promotions, etc., for minority and female employees; (i) Post policy on the company bullerin boards; (j) Ensure that employees featured in product or consumer advertising, employee handbooks or similar publications include both minority and non -minority males and females; (k) Inform employees ofthe existence ofthe company's affmnative actionpolicy and enable employees to avail themselves of its benefits; (1) Maintahraworkingenvironmentfreeofharassment,hrtimidation,andcoercionat all sites and in all facilities at which Griffith Company employees are assigned to work. Griffith Company shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry outthe Griffith Company's obligation to maintain such a working environment, with specific attention to minorities or females workirIg at such sites or in`such facilities. = 2. -- External Dissemination of Policy In"order td make the company's Equal Lmployrinent . a Opportunity Policy known to all employees, prospective employees, and potential sources of employees, such as schools, employment agencies, labor unions, and college placement offices, the company will take the following action: (a) Inform all recruitment sources verbally and in writing of the company policy, stipulating that these sources actively recruit and refer minorities and females for all positions listed; (b) Incorporate the equal opportunity clause in all purchase orders, leases, and contacts covered by Executive Order 11246, as amended, and its implementing regulations; (c) Notify minority and female organizations, community agencies, community leaders, secondary schools, and colleges of the company policy, preferably in writing; (d) Inform prospective employees of the existence of the company's affirmative action policy and enable such prospective employees to avail themselves of its benefits; (e) Ensure that employees pictured in consumer or help wanted advertising include both minority and non -minority males and females; 3 (f) Sendwrittennoflficationofthe companypoliciestoausubconuactors,vendors, and suppliers With requests for appropriate action on their part; Sexuai Harassment - Definifion arrd Policy It is the policy of Griffith Company to maintain a work place free of sexual harassment, intimidation and coercion. All allegations of sexual harassment will be fully reviewed. Disciplinary action will be taken against any employee found to have sexually harassed another employee. Sexual harassment is defined as, but not limited to: Any repeated or unwarranted verbal, visual or physical sexual action, sexually explicit derogatory statement or remark of a sexual nature made by someone in the work place which can be reasonably determined by the recipient and the persons) reviewing the complaintto be offensive or objectionable or which may cause the recipient or anyone in the immediate area discomfort or humiliation. The company will investigate all complaints of alleged sexual harassment in connection with its obligations under its contracts, will attempt to resolve such complaints, and will take appropriate corrective action. Ifthe investigation indicates that the sexual harassment riiay affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the company will inform the complainant of its finding and of all avenues of appeal within thirty (30) days of receiving the complaint. -To minimize the occurrence of sexual har•assmerit in the work place, and to ensure that all employees uifJerstand that such actions will not 6e tolerated, managers -and supervisors shall distribute the policy to• every employee and periodically reinforce the importance of compliance. Utilization of Minorities and Females The company will make a good faith effort to meettlre designated goals set for the by the Office of Federal Contract Compliance Programs for utilizing minorities and females in the various crafts on all construction jobs during the time this contractor has a federally - assisted or direct federal construction contract. Recruitment 1. When advertising for employees, the company will include in all advertisements for employees the notation: "An Equal Opportunity Employer". The company will insert advertisements in newspapers or otherpublications having a large circulation among minority and £erriale groups in the area from which the company's workforce would normally be derived. 2. The company will conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, state employment agencies, schools, colleges and minority group organizations. To meetthese requirements, the company will, through the EEO Officer, identify sources ofpotential minority and female group employees and establish procedures whereby applicants may be referred to the company for employment consideration. 12 3. The company will encourage its present employees to refer minority and female group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. Personnel Actions Wages, working conditions, and employee benefits shall be established and administered, and personnel action of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, leave of absence, and termination, will be taken without regard to race, color, religion, sex, national origin or disability. The following procedures will be followed: 1. Periodic nspections ofproject sites will be conducted to ensure thatworkirig conditions and employee facilities do not allow discriminatory treatment of project site personnel. 2. The spread of wages paid within each classification will be periodically evaluated to determine any evidence of discriminatory wage practices. 3. The company will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the company will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. 4. The company will investigate all complaints ofalleged discrimination ht connection with its obligations under its contracts, will attempt to resolve such complaints, and will take appropriate corrective action. If. the investigation indicates that the disctinrination may affect persons other than the complainant, such corrective action shall include such otlier persons. Upon compretion of each investigation, the company will inform the complainant of its finding " .. and of all avenues of appeal within thirty (30) days of receiving the complaint. Trainin:r and Promotion 1. The company will assist in locating, qualifying and increasing the skills ofmhiority and female employees and applica is for employment. 2. Consistent with its requirements and as permissible under Federal and State regulations, the company will make full use of training programs, such as pre - apprenticeship, apprenticeship, or on-the-job training programs, for the geographical area of contract performance. 3. To the extent possible, the company will advise employees and applicants for employment of available training programs and entrance requirements for such programs. 4. The company will periodically review the training and promoting potential of minority and female employees and will encourage eligible employees to apply for' such training and promotion. Unions The company will use its best efforts to obtain the cooperation of any unions with which it has collective bargainingrelationships to increase minority and female opportunities within the unions, and to effect referrals of minority and female employees by such unions. 1. The company will cooperate with unions, as appropriate, to develop joint painhrg programs aimed at qualifying more minority and female employees for membership in the unions and increasing the skills of minority and female employees so that they may have the opportunity to qualify for higher paying employment. 2. The company will encourage the incorporation of an equal employment opportunity clause hrto any union agreements stating that such unions will be bound contractually to refer applicants without regard to race, color, religion, sex, national origin, or disability. 3. In the event a union is unable to refer minority and female applicants as requested by the company within the time limit set forth in a union agreement, the company will, through its own recruitment procedures, fill the employment vacancies without regardto race, color, religion, sex, national origin, or disability, making every effort to obtain qualified female employees. 4. The company will provide immediate written notification to the Director when a union with which it has a collective bargaining agreement fails to refer a minority or female, or when the company has other information that the union referral process is impeding its efforts to meet iLs obligations. Subcontracting - 1. When required by federal contractthe company will use i&best effortto utilizeminority group subcontractors, suppliers and vendors. The company, however; reserves the ilgfit to.. ` determine if the firm is a bona fide Minority Business Enterprise, 2. The company will use its best effort to assure subcontractor corpliance with equal employment opportunity obligations through monitoring and enforcement of "Section 21 - Recourse by Contractor" and "Section 22 - Indemnity Clause for Equal Employment Opportunity Violations" contained in Griffith Company's construction subcontract. Records and Reports 1. The company will keep such records as are necessary to determine compliance with its equalemploymentopportunityobligations. The recordskeptbythecompanywillbedesignedto indicate: (a) The number of minority, non -minority and female group member employees in each work classi5cation. (b) The progress and efforts being made (in cooperation with unions, if appropriate) to increase protected group employment opportunities. (c) The progress and efforts being made in locating, hiring, paining, qualifying and upgrading protected group employees. (d) The progress and efforts being made ht scouting the services ofin nority group subcontractors. 2. All such records will be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State and Federal governments. The company reserves the right to require these representatives to show proper credentials. 3. The company will submit all reports required by Executive Order 11246 and appropriate state and federal agencies, and will permit access to its books, records, and accounts by the appropriate governmental agencies and the Secretary of Labor for purposes of investigation to ascertain compliance with the rules, regulations and orders of the Secretary of Labor promulgated pursuant to Executive Order 11246, Other Work The company agrees that it wilt be bound by the Equal Opportunity Clause required by Executive Order 11246 with respect to its own employment practices when it participates in nonfederal constuction work during which time it also has a federally -assisted or direct federal contract. Assistance in Compliance The company agrees it will assist and cooperate actively with the appropriate governmental agencies and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the Equal Opportunity Clause and the rules, regulations, and relevant orders of the Secretary of Labor. The company Will furnish such information as may be required forthe supervisionof 5. such compliance. -. Non-Segrepated Facilities All employee facilities provided by the company shall be non -segregated. These include, but are not limited to, rest areas, parking lots, drinking fountains, and all other such common facilities. Toilets and necessary changing facilities will offer privacy to both mates and females. Post -Award Compliance It is understood that the OFCCP may review the company's employment practices as well as those of any subcontactors the company has employed during the performance of a federally -assisted or direct federal contract. Ifthe goals for the employment of minorities and females set by the OFCCP are not being met, the company shall still be given an opportunity to demonstrate that it has made every good faith effort to meet its commitment. For the purpose of this policy statement, the term "minority" means Black, Hispanic, Asian and Pacific Islander, American Indian and Alaskan Native. For the purpose of this policy statement, a bona fide Minority Business Enterprise is a business, firm, or corporation which is at leastfifty one percent (51%) owned and operated by aminority person or persons. The purpose ofthe company's commitmentto specific goals for the utilization of minority and/or female employees is to meet the affirmative action obligations under the Equal Opporttnity Clause of a federal or federally -assisted contract. This commitment is not intended and shall notbe used to discriminate against any qualified applicant or employee. 7 Refusal to Deal with Debarred or Ineligible Contractors or Subcontractors The company agrees that it will refeain from entering intoanycontract or contract modifications subject to Executive Order 11246 - with a contractor or subcontractor debarred form or who has notdemonstrated eligibility for direct federal or federally -assisted construction contracts pursuant to Executive Order 11246, Griffith Compa�ry will use its best effortto meet the goals set forth in the contract specifications. Complaints of non-compliance and grievances are to be directed to the attention of the company's designated Equal Opportunity Officer: Daniel A. McGrew Griffith Company 3050 E. Birch St. Brea, CA 92821 (714) 984-5500 aimie R. Angus, President/CEO Griffith Company Company Narne February 19, 2019 Date E