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