Loading...
HomeMy WebLinkAboutAGR-7655 - SQUARE SIGNS LLC DBA FRONT SIGNS - REMOVAL AND INSTALLATION OF PARK RULES SIGNS - BID NO. 23-24.24DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A CDs AGR-7655 CONTRACT Removal of Existing and Installation of New Park Rules Signs (Bid No. 23-24.24)1 THIS CONTRACT (the "Contract") is made and entered into as of March 13 2024 ("Effective Date") by and between the CITY OF ORANGE, a municipal corporation City"), and SQUARE SIGNS LLC dba FRONT SIGNS, a California limited liability company Contractor"), who agree as follows. ARTICLE 1 Work Performed a. For and in consideration of the payments and agreements hereinafter mentioned,to be made and performed by City,and under the conditions expressed in the two(2)bonds presented to City with this Contract and incorporated herein by this reference, Contractor hereby agrees to and shall do all the work and furnish all the labor, materials, tools and equipment, except such as are mentioned in the specifications to be furnished by City to Contractor,necessary to complete in good workmanship and substantial manner the work (the "Work") described in Contractor's Bid Proposal, which are attached hereto as Exhibit A, and incorporated herein. b. Contractor acknowledges that it has received the Plans from City and that a complete copy of the Plans are in its possession and are hereby specifically referred to and by such reference made a part hereof. The Orange Book, Greenbook and City of Orange Standard Special Provisions and Standard Plans are on file with City's Public Works Director and are hereby specifically referred to and by such reference made a part hereof. Contractor hereby acknowledges that it has read,reviewed and understands the Plans,the Orange Book,the Greenbook,the Special Provisions, the Standard Plans, and the Encroachment Permit as they relate to the Work, all of which documents shall be referred to herein collectively as the "Plans and Specifications." c.Contractor acknowledges the provisions of Chapter 8.28 of the Orange Municipal Code which requires, among other things, that Contractor utilize City's exclusive solid waste hauler for the rental of bins for trash and debris removal and imposes mandatory recycling requirements for self-hauled construction and demolition waste. The terms and conditions set forth in this Contract shall control over any terms and conditions in the Plans and Specifications to the contrary. d. The Work shall be performed in conformity with the Plans and Specifications and the Bid Proposal and all applicable laws, including any and all applicable federal and state labor laws and standards and applicable prevailing wage requirements and any and all state, federal and local statutes, regulations and ordinances relating to the protection of human health or the environment. e.Unless and until otherwise notified in writing by City's Community Services Director, David Nobbs, Community Services Parks Maintenance Supervisor ("Authorized City Representative"), shall be the person to whom Contractor will report for the performance of the Work hereunder. It is understood that Contractor's performance hereunder shall be under the DocuSign Envelope ID:6D71E8F1-4E68-413A2-A104-C2D55DACC28A direction and supervision of the Authorized City Representative or such other person as City's Community Services Director may designate from time to time, that Contractor shall coordinate the Work hereunder with the Authorized City Representative to the extent required by the Authorized City Representative,and that all performances required hereunder by Contractor shall be performed to the satisfaction of the Authorized City Representative or City's Community Services Director. f.It is expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and Contractor's Bid Proposal, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said Bid Proposal conflicting herewith. g. Reserved. ARTICLE 2 Commencement of Work Contractor shall commence the Work provided for in this Contract within fifteen(15)days of the date of the issuance by City of a Notice to Proceed and diligently prosecute completion of the Work within thirty (30) calendar days from such date, unless legal extension is granted in accordance with the terms set forth in the Greenbook. Time is of the essence in this Contract. Contractor shall do all things necessary and incidental to the prosecution of Contractor's Work. ARTICLE 3 Compensation a.Contractor agrees to receive and accept an amount not to exceed THIRTEEN THOUSAND NINE HUNDRED NINETY-ONE DOLLARS and 00/100 ($13,991.00) as compensation for furnishing all materials and doing all the Work contemplated and embraced in this Contract. Said compensation covers (1) all loss or damage arising out of the nature of the Work, from the acts of the elements; (2) any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the Work until its acceptance by City, other than as provided below; (3) all risks of every description connected with the Work; (4) all expenses incurred by or in consequence of the suspension or discontinuance of the Work; and (5)well and faithfully completing the Work, and for the whole thereof, in the manner and according to the Plans and Specifications, and requirements of the Authorized City Representative under them. Retention amounts shall be withheld from progress payments as required by law unless Contractor provides securities in lieu of retention. b. In addition to the scheduled Work to be performed by the Contractor, the parties recognize that additional, unforeseen work and services may be required by the Authorized City Representative. In anticipation of such contingencies, the sum of TWO THOUSAND SEVEN HUNDRED NINTY-EIGHT DOLLARS and 20/100 ($2,798.20) has been added to the total compensation of this Contract. The Authorized City Representative may approve the additional work and the actual costs incurred by the Contractor in performance of additional work or services in accordance with such amount as the Authorized City Representative and the Contractor may 2 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A agree upon in advance. Said additional work or services and the amount of compensation therefore, up to the amount of the authorized contingency, shall be memorialized in the form of a Contract Amendment approved by the City Manager on a form acceptable to the City Attorney. The Contractor agrees to perform only that work or those services that are specifically requested by the Authorized City Representative. Any and all additional work and services performed under this Contract shall be completed in such sequence as to assure their completion as expeditiously as is consistent with professional skill and care in accordance with a cost estimate or proposal submitted to and approved by the Authorized City Representative prior to the commencement of such Work or services. c.The total amount of compensation under this Contract, including contingencies, shall not exceed SIXTEEN THOUSAND SEVEN HUNDRED EIGHTY-NINE DOLLARS and 20/100 ($16,789.20). ARTICLE 4 Licenses Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the Work contemplated by this Contract and that Contractor and subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Contract. ARTICLE 5 Guarantees a. Contractor guarantees the construction and installation of all Work included in the Plans and Specifications for which Contractor has been awarded this Contract. b. Should any of the materials or equipment installed pursuant to this Contract prove defective or should the Work as a whole prove defective, due to faulty equipment, workmanship, materials furnished or methods of installations, or should said Work or any part thereof fail to function properly, as designed, due to any of the above causes within twelve(12)months after the date on which said Work is accepted by City, Contractor shall make repairs and furnish such materials and equipment as are necessary to be furnished and installed within fifteen(15)calendar days after the receipt of a demand from City. c.Said Work will be deemed defective within the meaning of this guarantee in the event that it fails to function as originally intended either by the Plans and Specifications of this Contract or by the manufacturer(s) of the equipment incorporated into the Work. d. In the event repairs are not made within fifteen(15)calendar days after Contractor's receipt of a demand from City, City shall have the unqualified option to make any needed repairs or replacements itself or by any other contractor. Contractor shall reimburse City, upon demand, for all expenses incurred in restoring said Work to the condition contemplated in this Contract, including the cost of any equipment or materials replaced. 3 DocuSign Envelope ID:6D71E8F1-4E68-413A2-A104-C2D55DACC28A e.It is understood that emergency repairs may, by necessity, be made by City. Therefore, when defective equipment, materials or workmanship result in emergency repairs by City, Contractor shall reimburse City,upon demand,for all expenses incurred. Emergency repairs will be deemed as those repairs determined by City's Director of Community Services to be necessary due to an immediate detriment to the health, safety, welfare or convenience of the residents of City. ARTICLE 6 Water Quality a. The Santa Ana Regional Water Quality Control Board ("RWQCB") has issued National Pollutant Discharge Elimination System ("NPDES") Permit No. R8-2009-0030 (the Permit"), which governs storm water and non-storm water discharges resulting from municipal activities performed by City or its contractors. In order to comply with the Permit requirements, the County of Orange has prepared a Drainage Area Management Plan ("DAMP"), containing Model Maintenance Procedures with Best Management Practices ("BMPs") that City and its contractors must adhere to. The Model Maintenance Procedures contain pollution prevention and source control techniques to minimize the impact of those activities upon dry-weather urban runoff, storm water runoff, and receiving water quality. Examples include: wash water from cleaning of sidewalks or parking lots must be collected and disposed of in the sewer or landscaped areas. b. Reserved. ARTICLE 7 Independent Contractor; Contractor not Agent a. At all times during the term of this Contract, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Contract. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Contract. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Contract. Contractor shall be solely responsible for,and shall indemnify,defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security,withholding and all other wages,salaries,benefits,taxes,exactions,and regulations of any nature whatsoever. Contractor acknowledges that Contractor and any subcontractors, agents or employees employed by Contractor shall not, under any circumstances, be considered employees of City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. b. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 4 DocuSign Envelope ID'6D71E8F1-4E68-4BA2-A104-C2D55DACC28A ARTICLE 8 Public Work; Prevailing Wage a.The Work which is the subject of this Contract is a"public work," as that term is defined in Section 1720 of the California Labor Code, for which prevailing wages must be paid. To the extent Contractor's employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that Contractor, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such workers. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Contract, Contractor must meet all State registration requirements and criteria, including project compliance monitoring. b. Attached hereto as Attachment No. 1 and incorporated herein by this reference is a copy of the provisions of Sections 1725.5, 1771, 1771.1, 1771.4, 1775, 1776, 1777.5, 1813 and 1815 of the California Labor Code. Contractor hereby acknowledges that it has read, reviewed and understands those provisions of the Labor Code and shall prosecute and complete the Work under this Contract in strict compliance with all of those terms and provisions. c.Contractor shall secure the payment of compensation to its employees in accordance with the provisions of Section 3700 of the California Labor Code. Accordingly, and as required by Section 1861 of the California Labor Code, Contractor hereby certifies as follows: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." d. Contractor shall indemnify,protect,defend and hold harmless City and its officers, employees, contractors and agents, with counsel reasonably acceptable to City, from and against any and all loss, liability, damage, claim, cost, expense, and/or "increased costs" (including reasonable attorney's fees, court and litigation costs, and fees of expert witnesses)which result or arise in any way from the noncompliance by Contractor of any applicable local,state and/or federal law, including, without limitation, any applicable federal and/or state labor laws (including, without limitation, the requirement to pay state prevailing wages). It is agreed by the parties that, in connection with the construction of the Work which is the subject of this Contract, Contractor shall bear all risks of payment or non-payment of state prevailing wages. "Increased costs" as used in this paragraph shall have the meaning ascribed to it in Labor Code Section 1781, as the same may be enacted, adopted or amended from time to time. The foregoing indemnity shall survive termination of this Contract. 5 DocuSign Envelope ID:6D71E8F1-4E68-413A2-A104-C2D55DACC28A ARTICLE 9 Equal Employment Opportunity During the performance of this Contract, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Such actions shall include,but not be limited to the following: employment,upgrading,demotion or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms of compensation and selection for training, including apprenticeship. Contractor shall post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall,in all solicitations and advertisements for employees placed by,or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c.Contractor shall cause the foregoing paragraphs (a) and (b) to be inserted in all subcontracts for any Work covered by this Contract, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. ARTICLE 10 Conflicts of Interest Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a contractor to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers,partners, or employees have a financial interest as defined in Section 87103 of the Government Code. Contractor further agrees that it shall not be eligible to work as the builder for any project for which the design work is part of this Contract. ARTICLE 11 Indemnity Contractor shall defend, indemnify and hold harmless City and its officers, officials, agents, and employees from and against: a. Any and all claims, liabilities, losses, damages, penalties, costs or expenses including reasonable attorneys' fees and court costs)which City may directly or indirectly sustain or suffer arising from or as a result of the death of any person or any accident, injury, loss or damage whatsoever caused to any person or the property of any person which shall occur on or adjacent to the real property which is the subject of this Contract, or in connection with performance of this Contract which may be directly or indirectly caused by the acts or omissions 6 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A of Contractor or its officers, employees, contractors or agents, or as a consequence of any use, generation, manufacture, storage, disposal, release or threatened release of a hazardous waste or substance. Contractor shall not be responsible for (and such indemnity shall not apply to) any willful misconduct, negligence or breach of this Contract by City or its officers, officials, agents, and employees. The foregoing indemnity shall survive termination of this Contract. b. Any and all claims under workers' compensation acts and other employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's employees arising out of Contractor's Work under this Contract, including any and all claims under any law pertaining to Contractor's status as an independent contractor. ARTICLE 12 Insurance a. Contractor shall procure and maintain for the duration of this Contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Work hereunder and the results of that Work by Contractor,its agents, representatives, employees or subcontractors. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth below shall be maintained for the duration of the Contract. b. Contractor shall maintain the following minimum amount of insurance: the greater of either the limits set forth in(1)through(4),below; or all of the insurance coverage and/or limits carried by or available to Contractor. 1) General Liability 2,000,000 per occurrence for bodily injury,personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2) Automobile Liability 1,000,000 per accident for bodily injury and property damage. 3) Workers' Compensation as required by the State of California. 4) Employer's Liability 1,000,000 per accident for bodily injury or disease. c.Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Contract are sufficient to cover the obligations of Contractor under this Contract. 7 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2U55UACC28A d. Any deductibles or self-insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions with respect to City, its officers, officials, agents and employees; or Contractor shall provide a financial guarantee satisfactory to City guaranteeing payment of losses and related investigations, claim administration, and defense expenses. e.Each policy of general liability and automotive liability insurance shall contain, or be endorsed to contain,the following provisions: 1) City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy,with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of Contractor (any auto), and with respect to liability arising out of Work or operations performed by or on behalf of Contractor, including materials, parts or equipment furnished in connection with such Work or operations. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement, City will accept a copy of the policy(ies) which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 12.b, above, shall apply to City as an additional insured. 2) For any claims related to this Contract, Contractor's insurance coverage shall be primary insurance with respect to City, its officers, officials, agents and employees. Any insurance or self-insurance maintained by City, its officers, officials, agents and employees shall be excess of Contractor's insurance and shall not contribute with it. 3) Coverage shall not be canceled, except after thirty (30) days' prior written notice has been provided to City. f.Contractor shall furnish City with original certificates of insurance and endorsements effecting coverage required by this Article 12. The endorsements shall be on forms acceptable to City. All certificates and endorsements are to be received and approved by City before the Work commences. However, failure to do so shall not operate as a waiver of these insurance requirements. City reserves the right to require complete,certified copies of all required insurance policies,including endorsements effecting the coverage required by these specifications at any time. g. All insurance procured and maintained by Contractor shall be issued by insurers admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best Key Rating Guide. h. Contractor shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Contract unless otherwise directed by City. In such a case,City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom by way of set-off from any sums owed Contractor. 8 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A i.Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor or City with respect to the services of Contractor herein, a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of City for all Work performed by Contractor, its employees, agents and subcontractors. Contractor shall obtain any other endorsement that may be necessary to effect this waiver of subrogation. j.Contractor shall require and verify that all subcontractors maintain insurance meeting all of the requirements stated herein. ARTICLE 13 Termination City, acting through its City Manager or designee, reserves the right to terminate this Contract for any reason by giving five(5)days'written notice of intent to terminate to Contractor. Upon receipt of notice, Contractor shall immediately cease work, unless the notice provides otherwise. Should City terminate this Contract,City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Contract, unless such termination shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. ARTICLE 14 Maintenance and Inspection of Records In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents,papers, accounting records and other information (collectively, the "records") pertaining to the costs of and completion of services performed under this Contract. During the term of this Contract and for a period of three (3)years after termination or completion of this Contract, City shall have the right to inspect and/or audit Contractor's records pertaining to the performance of this Contract at Contractor's office. Contractor shall make available all such records for inspection or audit at its offices during normal business hours and upon three(3)days' notice from City,and copies thereof shall be furnished if requested. ARTICLE 15 Compliance with Laws a. Contractor shall be knowledgeable of and comply with all local, state and federal laws pertaining to the subject matter hereof or in any way regulating the activities undertaken by Contractor or any subcontractor hereunder. b. Contractor represents and warrants that it: 9 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A 1) Has complied and shall at all times during the term of this Contract comply, in all respects,with all immigration laws,regulations, statutes,rules,codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 (IRCA); and 2) Has not and will not knowingly employ any individual to perform services under this Contract who is ineligible to work in the United States or under the terms of this Contract; and 3) Has properly maintained, and shall at all times during the term of this Contract properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Contractor's employees; and 4) Has responded, and shall at all times during the term of this Contract respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. c.Contractor shall require all subcontractors and/or subconsultants to make the same representations and warranties required by this Article 15 when hired to perform services under this Contract. d. Contractor shall,upon request of City,provide a list of all employees working under this Contract and shall provide, to the reasonable satisfaction of City, verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by Contractor. Once such request has been made, Contractor may not change employees working under this Contract without written notice to City, accompanied by the verification required herein for such employees. Contractor shall require all subcontractors and/or sub-consultants to make the same verification when hired to perform services under this Contract. e.If Contractor,or a subcontractor or subconsultant,knowingly employs an employee providing Work under this Contract who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee, such shall constitute a material breach of this Contract and may be cause for immediate termination of this Contract by City. f.Contractor shall indemnify and hold City, its officials and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures, City may sustain by reason of Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Contract. ARTICLE 16 Governing Law and Venue This Contract shall be construed in accordance with and governed by the laws of the State of California and Contractor shall submit to the jurisdiction of California courts. Venue for any dispute arising under this Contract shall be in Orange County, California. 10 DocuSign Envelope ID:6D71 E8F 1-4E68-4BA2-A104-C2D55DACC28A ARTICLE 17 Integration and Amendment a. This Contract constitutes the entire agreement of the parties. No other agreement, oral or written,pertaining to the Work to be performed under this Contract shall be of any force or effect unless it is in writing and signed by both parties. Any Work performed which is inconsistent with or in violation of the provisions of this Contract shall not be compensated. b. Amendments to this Contract must be in writing and signed by both parties. The City Manager is authorized to execute amendments to this Contract up to the amounts specified in Chapter 3.08 of the Orange Municipal Code. ARTICLE 18 Notice Except as otherwise provided herein, all notices required under this Contract shall be in writing and delivered personally, by e-mail, or by first class mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three (3) days of deposit in the U.S. Mail,whichever is earlier. Notices sent by e-mail shall be deemed received on the date of the e-mail transmission. CONTRACTOR" CITY" Square Signs LLC dba Front Signs City of Orange 3520 Valhalla Drive 300 E. Chapman Avenue Burbank, CA 91505 Orange, CA 92866-1591 Attn: Gevorg Hambardzumyan Attn: David Nobbs Telephone: (747)231-9924 Telephone: (714) 744-6464 E-Mail: proc@squaresigns.com E-Mail: dnobbs@cityoforange.org ARTICLE 19 Claim Resolution City and Contractor agree that the claim resolution process applicable to any claim by Contractor in connection with the Work provided herein shall be subject to the procedures set forth in California Public Contract Code Section 9204, attached hereto as Attachment No. 2, and incorporated herein by this reference. ARTICLE 20 Counterparts This Contract may be executed in one or more counterparts,each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. 11 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A CITY" CITY OF ORANGE, a municipal corporation DoeuSigned by: Llikhetig 6. )t to By: 8FAAF5B83OA1488... Thomas C. Kisela City Manager CONTRACT, BONDS AND INSURANCE APPROVED BY: ATTEST: DoeuSigned by:DocuSigned by: CCCA CDC307DC0A7548A... nR2RFnrRARFFd3A Nathalie Adourian Pamela Coleman, City Clerk Senior Assistant City Attorney CONTRACTOR" SQUARE SIGNS LLC dba FRONT SIGNS, a California limited liability company DocuSlgned by: AW/VI Rtutilmrk-pimicuA, Note: Signature of Managing Member By: Snr4R07111QAAdrF or Person(s)Authorized to bind LLC is Printed Name: Gevorg Hambardzumyan are) required] Title: CEO By: Printed Name: Title: 12 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A ATTACHMENT NO. 1 CALIFORNIA LABOR CODE SECTIONS 1725.5, 1771, 1771.1, 1771.4, 1775, 1776, 1777.5, 1813 and 1815 Section 1725.5. Registration of contractors; mandatory registration; qualifications and application; fees; exempt contractors A contractor shall be registered pursuant to this section to be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code,or engage in the performance of any public work contract that is subject to the requirements of this chapter. For the purposes of this section, contractor" includes a subcontractor as defined by Section 1722.1. a) To qualify for registration under this section, a contractor shall do all of the following: 1)(A) Register with the Department of Industrial Relations in the manner prescribed by the department and pay an initial nonrefundable application fee of four hundred dollars ($400) to qualify for registration under this section and an annual renewal fee on or before July 1 of each year thereafter. The annual renewal fee shall be in a uniform amount set by the Director of Industrial Relations,and the initial registration and renewal fees may be adjusted no more than annually by the director to support the costs specified in Section 1771.3. B) Beginning June 1, 2019, a contractor may register or renew according to this subdivision in annual increments up to three years from the date of registration. Contractors who wish to do so will be required to prepay the applicable nonrefundable application or renewal fees to qualify for the number of years for which they wish to preregister. 2) Provide evidence, disclosures, or releases as are necessary to establish all of the following: A) Workers' compensation coverage that meets the requirements of Division 4 (commencing with Section 3200) and includes sufficient coverage for any worker whom the contractor employs to perform work that is subject to prevailing wage requirements other than a contractor who is separately registered under this section. Coverage may be evidenced by a current and valid certificate of workers' compensation insurance or certification of self-insurance required under Section 7125 of the Business and Professions Code. B)If applicable,the contractor is licensed in accordance with Chapter 9 (commencing with Section 7000) of the Business and Professions Code. C) The contractor does not ha'e any delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state,or local administrative agency,including a confirmed arbitration award. However, for purposes of this paragraph, the contractor shall not be disqualified for any judgment, order, or determination that is under appeal, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. D) The contractor is not currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. E) The contractor has not bid on a public works contract, been listed in a bid proposal, or engaged in the performance of a contract for public works without being lawfully registered in accordance with this section, within the preceding 12 months or since the effective date of the requirements set forth in subdivision (e), whichever is earlier. If a contractor is found to be in violation of the requirements of this paragraph,the period of disqualification shall be waived if both of the following are true: Attachment No. 1 Page 1 of 13 DocuSign Envelope ID:6D71E8F1-4E68-46A2-A104-C2D55DACC28A i)The contractor has not previously been found to be in violation of the requirements of this paragraph within the preceding 12 months. ii)The contractor pays an additional nonrefundable penalty registration fee of two thousand dollars($2,000). b) Fees received pursuant to this section shall be deposited in the State Public Works Enforcement Fund established by Section 1771.3 and shall be used only for the purposes specified in that section. c)A contractor who fails to pay the renewal fee required under paragraph(1) of subdivision(a) on or before the expiration of any prior period of registration shall be prohibited from bidding on or engaging in the performance of any contract for public work until once again registered pursuant to this section. If the failure to pay the renewal fee was inadvertent, the contractor may renew its registration retroactively by paying an additional nonrefundable penalty renewal fee equal to the amount of the renewal fee within 90 days of the due date of the renewal fee. d) If, after a body awarding a contract accepts the contractor's bid or awards the contract, the work covered by the bid or contract is determined to be a public work to which Section 1771 applies, either as the result of a determination by the director pursuant to Section 1773.5 or a court decision,the requirements of this section shall not apply, subject to the following requirements: 1)The body that awarded the contract failed, in the bid specification or in the contract documents,to identify as a public work that portion of the work that the determination or decision subsequently classifies as a public work. 2) Within 20 days following service of notice on the awarding body of a determination by the Director of Industrial Relations pursuant to Section 1773.5 or a decision by a court that the contract was for public work as defined in this chapter, the contractor and any subcontractors are registered under this section or are replaced by a contractor or subcontractors who are registered under this section. 3) The requirements of this section shall apply prospectively only to any subsequent bid, bid proposal, contract, or work performed after the awarding body is served with notice of the determination or decision referred to in paragraph(2). e) The requirements of this section shall apply to any bid proposal submitted on or after March 1, 2015, to any contract for public work, as defined in this chapter, executed on or after April 1, 2015, and to any work performed under a contract for public work on or after January 1, 2018, regardless of when the contract for public work was executed. f) This section does not apply to work performed on a public works project of twenty-five thousand dollars 25,000)or less when the project is for construction, alteration, demolition, installation, or repair work or to work performed on a public works project of fifteen thousand dollars($15,000)or less when the project is for maintenance work. Section 1771. Payment of general prevailing rate Except for public works projects of one thousand dollars ($1,000) or less, not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed as provided in this chapter, shall be paid to all workers employed on public works. This section is applicable only to work performed under contract,and is not applicable to work carried out by a public agency with its own forces. This section is applicable to contracts let for maintenance work. Attachment No. 1 Page 2 of 13 DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A Section 1771.1. Registration as a contractor or subcontractor required prior to bid submission; exceptions; violations; penalties a) A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. b) Notice of the requirement described in subdivision (a) shall be included in all bid invitations and public works contracts, and a bid shall not be accepted nor any contract or subcontract entered into without proof of the contractor or subcontractor's current registration to perform public work pursuant to Section 1725.5. c) An inadvertent error in listing a subcontractor who is not registered pursuant to Section 1725.5 in a bid proposal shall not be grounds for filing a bid protest or grounds for considering the bid nonresponsive, provided that any of the following apply: 1) The subcontractor is registered prior to the bid opening. 2)Within 24 hours after the bid opening,the subcontractor is registered and has paid the penalty registration fee specified in subparagraph(E) of paragraph (2) of subdivision(a)of Section 1725.5. 3) The subcontractor is replaced by another registered subcontractor pursuant to Section 4107 of the Public Contract Code. d) Failure by a subcontractor to be registered to perform public work as required by subdivision(a) shall be grounds under Section 4107 of the Public Contract Code for the contractor, with the consent of the awarding authority, to substitute a subcontractor who is registered to perform public work pursuant to Section 1725.5 in place of the unregistered subcontractor. e) The department shall maintain on its Internet Web site a list of contractors who are currently registered to perform public work pursuant to Section 1725.5. f)A contract entered into with any contractor or subcontractor in violation of subdivision(a) shall be subject to cancellation,provided that a contract for public work shall not be unlawful,void, or voidable solely due to the failure of the awarding body, contractor, or any subcontractor to comply with the requirements of Section 1725.5 or this section. g) If the Labor Commissioner or his or her designee determines that a contractor or subcontractor engaged in the performance of any public work contract without having been registered in accordance with this section, the contractor or subcontractor shall forfeit,as a civil penalty to the state, one hundred dollars($100)for each day of work performed in violation of the registration requirement,not to exceed an aggregate penalty of eight thousand dollars ($8,000) in addition to any penalty registration fee assessed pursuant to clause (ii) of subparagraph(E) of paragraph(2)of subdivision(a)of Section 1725.5. h)(1) In addition to, or in lieu of, any other penalty or sanction authorized pursuant to this chapter, a higher tiered public works contractor or subcontractor who is found to have entered into a subcontract with an unregistered lower tier subcontractor to perform any public work in violation of the requirements of Section 1725.5 or this section shall be subject to forfeiture,as a civil penalty to the state,of one hundred dollars($100) Attachment No. 1 Page 3 of 13 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-G2D55DACC28A for each day the unregistered lower tier subcontractor performs work in violation of the registration requirement, not to exceed an aggregate penalty of ten thousand dollars ($10,000). 2) The Labor Commissioner shall use the same standards specified in subparagraph (A) of paragraph (2) of subdivision(a)of Section 1775 when determining the severity of the violation and what penalty to assess,and may waive the penalty for a first time violation that was unintentional and did not hinder the Labor Commissioner's ability to monitor and enforce compliance with the requirements of this chapter. 3)A higher tiered public works contractor or subcontractor shall not be liable for penalties assessed pursuant to paragraph (1) if the lower tier subcontractor's performance is in violation of the requirements of Section 1725.5 due to the revocation of a previously approved registration. 4) A subcontractor shall not be liable for any penalties assessed against a higher tiered public works contractor or subcontractor pursuant to paragraph (1). A higher tiered public works contractor or subcontractor may not require a lower tiered subcontractor to indemnify or otherwise be liable for any penalties pursuant to paragraph (1). i) The Labor Commissioner or his or her designee shall issue a civil wage and penalty assessment, in accordance with the provisions of Section 1741, upon determination of penalties pursuant to subdivision (g) and subparagraph (B) of paragraph (1) of subdivision (h). Review of a civil wage and penalty assessment issued under this subdivision may be requested in accordance with the provisions of Section 1742. The regulations of the Director of Industrial Relations, which govern proceedings for review of civil wage and penalty assessments and the withholding of contract payments under Article 1 (commencing with Section 1720) and Article 2 (commencing with Section 1770), shall apply. j)(1) Where a contractor or subcontractor engages in the performance of any public work contract without having been registered in violation of the requirements of Section 1725.5 or this section, the Labor Commissioner shall issue and serve a stop order prohibiting the use of the unregistered contractor or the unregistered subcontractor on all public works until the unregistered contractor or unregistered subcontractor is registered. The stop order shall not apply to work by registered contractors or subcontractors on the public work. 2) A stop order may be personally served upon the contractor or subcontractor by either of the following methods: A)Manual delivery of the order to the contractor or subcontractor personally. B) Leaving signed copies of the order with the person who is apparently in charge at the site of the public work and by thereafter mailing copies of the order by first class mail, postage prepaid to the contractor or subcontractor at one of the following: i) The address of the contractor or subcontractor on file with either the Secretary of State or the Contractors' State License Board. ii) If the contractor or subcontractor has no address on file with the Secretary of State or the Contractors' State License Board, the address of the site of the public work. 3) The stop order shall be effective immediately upon service and shall be subject to appeal by the party contracting with the unregistered contractor or subcontractor,by the unregistered contractor or subcontractor, or both. The appeal, hearing, and any further review of the hearing decision shall be governed by the procedures,time limits, and other requirements specified in subdivision(a) of Section 238.1. Attachment No. 1 Page 4 of 13 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A 4)Any employee of an unregistered contractor or subcontractor who is affected by a work stoppage ordered by the commissioner pursuant to this subdivision shall be paid at his or her regular hourly prevailing wage rate by that employer for any hours the employee would have worked but for the work stoppage,not to exceed 10 days. k) Failure of a contractor or subcontractor, owner, director, officer, or managing agent of the contractor or subcontractor to observe a stop order issued and served upon him or her pursuant to subdivision (j) is guilty of a misdemeanor punishable by imprisonment in county jail not exceeding 60 days or by a fine not exceeding ten thousand dollars ($10,000), or both. 1) This section shall apply to any bid proposal submitted on or after March 1, 2015, and any contract for public work entered into on or after April 1, 2015. This section shall also apply to the performance of any public work, as defined in this chapter, on or after January 1, 2018,regardless of when the contract for public work was entered. m)Penalties received pursuant to this section shall be deposited in the State Public Works Enforcement Fund established by Section 1771.3 and shall be used only for the purposes specified in that section. n) This section shall not apply to work performed on a public works project of twenty-five thousand dollars 25,000) or less when the project is for construction, alteration, demolition, installation, or repair work or to work performed on a public works project of fifteen thousand dollars ($15,000)or less when the project is for maintenance work. Section 1771.4. Additional requirements when bidding and awarding public works contracts a) All of the following are applicable to all public works projects that are otherwise subject to the requirements of this chapter: 1)The call for bids and contract documents shall specify that the project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 2) The awarding body shall post or require the prime contractor to post job site notices, as prescribed by regulation. 3)Each contractor and subcontractor shall furnish the records specified in Section 1776 directly to the Labor Commissioner, in the following manner: A)At least monthly or more frequently if specified in the contract with the awarding body. B) In a format prescribed by the Labor Commissioner. 4) If the contractor or subcontractor is not registered pursuant to Section 1725.5 and is performing work on a project for which registration is not required because of subdivision(f) of Section 1725.5, the unregistered contractor or subcontractor is not required to furnish the records specified in Section 1776 directly to the Labor Commissioner but shall retain the records specified in Section 1776for at least three years after completion of the work. 5) The department shall undertake those activities it deems necessary to monitor and enforce compliance with prevailing wage requirements. Attachment No. 1 Page 5 of 13 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A b) The Labor Commissioner may exempt a public works project from compliance with all or part of the requirements of subdivision(a) if either of the following occurs: 1)The awarding body has enforced an approved labor compliance program, as defined in Section 1771.5,on all public works projects under its authority, except those deemed exempt pursuant to subdivision (a) of Section 1771.5, continuously since December 31, 2011. 2)The awarding body has entered into a collective bargaining agreement that binds all contractors performing work on the project and that includes a mechanism for resolving disputes about the payment of wages. c) The requirements of paragraph(1)of subdivision(a)shall only apply to contracts for public works projects awarded on or after January 1, 2015. d) The requirements of paragraph (3) of subdivision(a) shall apply to all contracts for public work, whether new or ongoing, on or after January 1, 2016. Section 1775. Penalties for violations a)(1) The contractor and any subcontractor under the contractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded,forfeit not more than two hundred dollars($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rates as determined by the director for the work or craft in which the worker is employed for any public work done under the contract by the contractor or, except as provided in subdivision (b),by any subcontractor under the contractor. 2)(A) The amount of the penalty shall be determined by the Labor Commissioner based on consideration of both of the following: i)Whether the failure of the contractor or subcontractor to pay the correct rate of per diem wages was a good faith mistake and, if so, the error was promptly and voluntarily corrected when brought to the attention of the contractor or subcontractor. ii) Whether the contractor or subcontractor has a prior record of failing to meet its prevailing wage obligations. B)(i) The penalty may not be less than forty dollars ($40) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rate,unless the failure of the contractor or subcontractor to pay the correct rate of per diem wages was a good faith mistake and, if so, the error was promptly and voluntarily corrected when brought to the attention of the contractor or subcontractor. ii) The penalty may not be less than eighty dollars ($80) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rate, if the contractor or subcontractor has been assessed penalties within the previous three years for failing to meet its prevailing wage obligations on a separate contract,unless those penalties were subsequently withdrawn or overturned. iii) The penalty may not be less than one hundred twenty dollars ($120) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rate, if the Labor Commissioner determines that the violation was willful, as defined in subdivision(c) of Section 1777.1. C) If the amount due under this section is collected from the contractor or subcontractor, any outstanding wage claim under Chapter 1 (commencing with Section 1720) of Part 7 of Division 2 against that contractor Attachment No. 1 Page 6 of 13 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A or subcontractor shall be satisfied before applying that amount to the penalty imposed on that contractor or subcontractor pursuant to this section. D) The determination of the Labor Commissioner as to the amount of the penalty shall be reviewable only for abuse of discretion. E) The difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the contractor or subcontractor,and the body awarding the contract shall cause to be inserted in the contract a stipulation that this section will be complied with. b) If a worker employed by a subcontractor on a public works project is not paid the general prevailing rate of per diem wages by the subcontractor,the prime contractor of the project is not liable for any penalties under subdivision (a) unless the prime contractor had knowledge of that failure of the subcontractor to pay the specified prevailing rate of wages to those workers or unless the prime contractor fails to comply with all of the following requirements: 1) The contract executed between the contractor and the subcontractor for the performance of work on the public works project shall include a copy of the provisions of this section and Sections 1771, 1776, 1777.5, 1813, and 1815. 2)The contractor shall monitor the payment of the specified general prevailing rate of per diem wages by the subcontractor to the employees,by periodic review of the certified payroll records of the subcontractor. 3)Upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages,the contractor shall diligently take corrective action to halt or rectify the failure, including,but not limited to,retaining sufficient funds due the subcontractor for work performed on the public works project. 4) Prior to making final payment to the subcontractor for work performed on the public works project, the contractor shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages to his or her employees on the public works project and any amounts due pursuant to Section 1813. c)The Division of Labor Standards Enforcement shall notify the contractor on a public works project within 15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure of a subcontractor on that public works project to pay workers the general prevailing rate of per diem wages. Section 1776. Payroll records; retention; inspection; redacted information; agencies entitled to receive nonredacted copies of certified records; noncompliance penalties; rules a) Each contractor and subcontractor shall keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1)The information contained in the payroll record is true and correct. 2) The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by his or her employees on the public works project. Attachment No. 1 Page 7 of 13 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-G2D55DAGG28A b)The payroll records enumerated under subdivision(a)shall be certified and shall be available for inspection at all reasonable hours at the principal office of the contractor on the following basis: 1)A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. 2)A certified copy of all payroll records enumerated in subdivision(a)shall be made available for inspection or furnished upon request to a representative of the body awarding the contract and the Division of Labor Standards Enforcement of the Department of Industrial Relations. 3)A certified copy of all payroll records enumerated in subdivision(a)shall be made available upon request by the public for inspection or for copies thereof. However, a request by the public shall be made through either the body awarding the contract or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph(2), the requesting party shall, prior to being provided the records,reimburse the costs of preparation by the contractor, subcontractors, and the entity through which the request was made. The public may not be given access to the records at the principal office of the contractor. c) Unless required to be furnished directly to the Labor Commissioner in accordance with paragraph (3) of subdivision (a) of Section 1771.4, the certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the same information as the forms provided by the division. The payroll records may consist of printouts of payroll data that are maintained as computer records, if the printouts contain the same information as the forms provided by the division and the printouts are verified in the manner specified in subdivision (a). d) A contractor or subcontractor shall file a certified copy of the records enumerated in subdivision(a)with the entity that requested the records within 10 days after receipt of a written request. e) Except as provided in subdivision (f), any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body or the Division of Labor Standards Enforcement shall be marked or obliterated to prevent disclosure of an individual's name, address, and social security number. The name and address of the contractor awarded the contract or the subcontractor performing the contract shall not be marked or obliterated. Any copy of records made available for inspection by, or furnished to, a multiemployer Taft-Hartley trust fund (29 U.S.C. Sec. 186(c)(5)) that requests the records for the purposes of allocating contributions to participants shall be marked or obliterated only to prevent disclosure of an individual's full social security number, but shall provide the last four digits of the social security number. Any copy of records made available for inspection by, or furnished to, a joint labor- management committee established pursuant to the federal Labor Management Cooperation Act of 1978 (29 U.S.C. Sec. 175a) shall be marked or obliterated only to prevent disclosure of an individual's social security number. f)(1)Notwithstanding any other provision of law, agencies that are included in the Joint Enforcement Strike Force on the Underground Economy established pursuant to Section 329 of the Unemployment Insurance Code and other law enforcement agencies investigating violations of law shall, upon request, be provided nonredacted copies of certified payroll records. Any copies of records or certified payroll made available for inspection and furnished upon request to the public by an agency included in the Joint Enforcement Strike Force on the Underground Economy or to a law enforcement agency investigating a violation of law shall be marked or redacted to prevent disclosure of an individual's name, address, and social security number. Attachment No. 1 Page 8 of 13 DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A 2) An employer shall not be liable for damages in a civil action for any reasonable act or omission taken in good faith in compliance with this subdivision. g)The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city, and county, and shall, within five working days, provide a notice of a change of location and address. h) The contractor or subcontractor has 10 days in which to comply subsequent to receipt of a written notice requesting the records enumerated in subdivision(a). In the event that the contractor or subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A contractor is not subject to a penalty assessment pursuant to this section due to the failure of a subcontractor to comply with this section. i) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. j)The director shall adopt rules consistent with the California Public Records Act(Chapter 3.5 (commencing with Section 6250) of Division 7 of Title 1 of the Government Code) and the Information Practices Act of 1977 (Title 1.8 (commencing with Section 1798) of Part 4 of Division 3 of the Civil Code) governing the release of these records, including the establishment of reasonable fees to be charged for reproducing copies of records required by this section. Section 1777.5. Employment of registered apprentices; wages; standards; number; apprenticeable craft or trade; exemptions; contributions; compliance program a)(1) This chapter does not prevent the employment upon public works of properly registered apprentices who are active participants in an approved apprenticeship program. 2) For purposes of this chapter, "apprenticeship program" means a program under the jurisdiction of the California Apprenticeship Council established pursuant to Section 3070. b)(1) Every apprentice employed upon public works shall be paid the prevailing rate of per diem wages for apprentices in the trade to which he or she is registered and shall be employed only at the work of the craft or trade to which he or she is registered. 2)Unless otherwise provided by a collective bargaining agreement, when a contractor requests the dispatch of an apprentice pursuant to this section to perform work on a public works project and requires the apprentice to fill out an application or undergo testing, training, an examination, or other preemployment process as a condition of employment, the apprentice shall be paid for the time spent on the required preemployment activity,including travel time to and from the required activity,if any,at the prevailing rate of per diem wages for apprentices in the trade to which he or she is registered. Unless otherwise provided by a collective bargaining agreement, a contractor is not required to compensate an apprentice for the time spent on preemployment activities if the apprentice is required to take a preemployment drug or alcohol test and he or she fails to pass that test. c)Only apprentices,as defined in Section 3077,who are in training under apprenticeship standards that have been approved by the Chief of the Division of Apprenticeship Standards and who are parties to written Attachment No. 1 Page 9 of 13 L)ocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A apprentice agreements under Chapter 4 (commencing with Section 3070) of Division 3 are eligible to be employed at the apprentice wage rate on public works. The employment and training of each apprentice shall be in accordance with either of the following: 1) The apprenticeship standards and apprentice agreements under which he or she is training. 2) The rules and regulations of the California Apprenticeship Council. d) If the contractor to whom the contract is awarded by the state or any political subdivision, in performing any of the work under the contract, employs workers in any apprenticeable craft or trade, the contractor shall employ apprentices in at least the ratio set forth in this section and may apply to any apprenticeship program in the craft or trade that can provide apprentices to the site of the public work for a certificate approving the contractor under the apprenticeship standards for the employment and training of apprentices in the area or industry affected. However,the decision of the apprenticeship program to approve or deny a certificate shall be subject to review by the Administrator of Apprenticeship. The apprenticeship program or programs,upon approving the contractor, shall arrange for the dispatch of apprentices to the contractor. A contractor covered by an apprenticeship program's standards shall not be required to submit any additional application in order to include additional public works contracts under that program. "Apprenticeable craft or trade," as used in this section, means a craft or trade determined as an apprenticeable occupation in accordance with rules and regulations prescribed by the California Apprenticeship Council. As used in this section, "contractor" includes any subcontractor under a contractor who performs any public works not excluded by subdivision o). e) Before commencing work on a contract for public works, every contractor shall submit contract award information to an applicable apprenticeship program that can supply apprentices to the site of the public work. The information submitted shall include an estimate of journeyman hours to be performed under the contract, the number of apprentices proposed to be employed, and the approximate dates the apprentices would be employed. A copy of this information shall also be submitted to the awarding body, if requested by the awarding body. Within 60 days after concluding work on the contract, each contractor and subcontractor shall submit to the awarding body, if requested, and to the apprenticeship program a verified statement of the journeyman and apprentice hours performed on the contract. The information under this subdivision shall be public. The apprenticeship programs shall retain this information for 12 months. f) The apprenticeship program supplying apprentices to the area of the site of the public work shall ensure equal employment and affirmative action in apprenticeship for women and minorities. g) The ratio of work performed by apprentices to journeymen employed in a particular craft or trade on the public work may be no higher than the ratio stipulated in the apprenticeship standards under which the apprenticeship program operates if the contractor agrees to be bound by those standards. However, except as otherwise provided in this section, in no case shall the ratio be less than one hour of apprentice work for every five hours of journeyman work. h) This ratio of apprentice work to journeyman work shall apply during any day or portion of a day when any journeyman is employed at the jobsite and shall be computed on the basis of the hours worked during the day by journeymen so employed. Any work performed by a journeyman in excess of eight hours per day or 40 hours per week shall not be used to calculate the ratio. The contractor shall employ apprentices for the number of hours computed as above before the end of the contract or, in the case of a subcontractor, before the end of the subcontract. However, the contractor shall endeavor,to the greatest extent possible,to employ apprentices during the same time period that the journeymen in the same craft or trade are employed at the jobsite. When an hourly apprenticeship ratio is not feasible for a particular craft or trade, the Administrator Attachment No. 1 Page 10 of 13 DocuSign Envelope ID:6071E8F1-4E68-4BA2-A104-C2D55DACC28A of Apprenticeship, upon application of an apprenticeship program, may order a minimum ratio of not less than one apprentice for each five journeymen in a craft or trade classification. i)A contractor covered by this section who has agreed to be covered by an apprenticeship program's standards upon the issuance of the approval certificate, or who has been previously approved for an apprenticeship program in the craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen stipulated in the applicable apprenticeship standards, but in no event less than the 1-to-5 ratio required by subdivision(g). j)Upon proper showing by a contractor that he or she employs apprentices in a particular craft or trade in the state on all of his or her contracts on an annual average of not less than one hour of apprentice work for every five hours of labor performed by journeymen, the Administrator of Apprenticeship may grant a certificate exempting the contractor from the 1-to-5 hourly ratio, as set forth in this section for that craft or trade. k)An apprenticeship program has the discretion to grant to a participating contractor or contractor association a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting the contractor from the 1-to-5 ratio set forth in this section when it finds that any one of the following conditions is met: 1) Unemployment for the previous three-month period in the area exceeds an average of 15 percent. 2) The number of apprentices in training in the area exceeds a ratio of 1 to 5. 3)There is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either on a statewide basis or on a local basis. 4) Assignment of an apprentice to any work performed under a public works contract would create a condition that would jeopardize his or her life or the life, safety,or property of fellow employees or the public at large, or the specific task to which the apprentice is to be assigned is of a nature that training cannot be provided by a journeyman. 1) If an exemption is granted pursuant to subdivision (k) to an organization that represents contractors in a specific trade from the 1-to-5 ratio on a local or statewide basis, the member contractors shall not be required to submit individual applications for approval to local joint apprenticeship committees, if they are already covered by the local apprenticeship standards. m)(1) A contractor to whom a contract is awarded, who, in performing any of the work under the contract, employs journeymen or apprentices in any apprenticeable craft or trade shall contribute to the California Apprenticeship Council the same amount that the director determines is the prevailing amount of apprenticeship training contributions in the area of the public works site. A contractor may take as a credit for payments to the council any amounts paid by the contractor to an approved apprenticeship program that can supply apprentices to the site of the public works project. The contractor may add the amount of the contributions in computing his or her bid for the contract. 2)(A) At the conclusion of the 2002-03 fiscal year and each fiscal year thereafter, the California Apprenticeship Council shall distribute training contributions received by the council under this subdivision, less the expenses of the Department of Industrial Relations for administering this subdivision, by making grants to approved apprenticeship programs for the purpose of training apprentices. The grant funds shall be distributed as follows: Attachment No. 1 Page 11 of 13 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A i) If there is an approved multiemployer apprenticeship program serving the same craft or trade and geographic area for which the training contributions were made to the council, a grant to that program shall be made. ii) If there are two or more approved multiemployer apprenticeship programs serving the same craft or trade and county for which the training contributions were made to the council, the grant shall be divided among those programs based on the number of apprentices from that county registered in each program. iii) All training contributions not distributed under clauses (i) and (ii) shall be used to defray the future expenses of the Department of Industrial Relations for the administration and enforcement of apprenticeship and preapprenticeship standards and requirements under this code. B)An apprenticeship program shall only be eligible to receive grant funds pursuant to this subdivision if the apprenticeship program agrees,prior to the receipt of any grant funds,to keep adequate records that document the expenditure of grant funds and to make all records available to the Department of Industrial Relations so that the Department of Industrial Relations is able to verify that grant funds were used solely for training apprentices. For purposes of this subparagraph, adequate records include, but are not limited to, invoices, receipts, and canceled checks that account for the expenditure of grant funds. This subparagraph shall not be deemed to require an apprenticeship program to provide the Department of Industrial Relations with more documentation than is necessary to verify the appropriate expenditure of grant funds made pursuant to this subdivision. C)The Department of Industrial Relations shall verify that grants made pursuant to this subdivision are used solely to fund training apprentices. If an apprenticeship program is unable to demonstrate how grant funds are expended or if an apprenticeship program is found to be using grant funds for purposes other than training apprentices, then the apprenticeship program shall not be eligible to receive any future grant pursuant to this subdivision and the Department of Industrial Relations may initiate the process to rescind the registration of the apprenticeship program. 3) All training contributions received pursuant to this subdivision shall be deposited in the Apprenticeship Training Contribution Fund, which is hereby created in the State Treasury. Upon appropriation by the Legislature, all moneys in the Apprenticeship Training Contribution Fund shall be used for the purpose of carrying out this subdivision and to pay the expenses of the Department of Industrial Relations. n) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. The stipulations shall fix the responsibility of compliance with this section for all apprenticeable occupations with the prime contractor. o) This section does not apply to contracts of general contractors or to contracts of specialty contractors not bidding for work through a general or prime contractor when the contracts of general contractors or those specialty contractors involve less than thirty thousand dollars ($30,000). p)An awarding body that implements an approved labor compliance program in accordance with subdivision b) of Section 1771.5 may, with the approval of the director, assist in the enforcement of this section under the terms and conditions prescribed by the director. Section 1813. Forfeiture for violations; contract stipulation; report of violations The contractor or subcontractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty- five dollars ($25) for each worker employed in the execution of Attachment No. 1 Page 12 of 13 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C21355UACC28A the contract by the respective contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. In awarding any contract for public work, the awarding body shall cause to be inserted in the contract a stipulation to this effect. The awarding body shall take cognizance of all violations of this article committed in the course of the execution of the contract, and shall report them to the Division of Labor Standards Enforcement. Section 1815. Overtime Notwithstanding the provisions of Sections 1810 to 1814, inclusive, of this code, and notwithstanding any stipulation inserted in any contract pursuant to the requirements of said sections, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than 1 Y2 times the basic rate of pay. Attachment No. 1 Page 13 of 13 DocuSign Envelope ID:6D71E8F1-4E68-413A2-A104-C2D55DACC28A ATTACHMENT NO. 2 CALIFORNIA PUBLIC CONTRACT CODE SECTION 9204 Section 9204. Legislative findings and declarations regarding timely and complete payment of contractors for public works projects; claims process (Eff: January 1, 2017) a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. b)Notwithstanding any other law,including,but not limited to,Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100)of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3,this section shall apply to any claim by a contractor in connection with a public works project. c) For purposes of this section: 1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. C) Payment of an amount that is disputed by the public entity. 2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000)of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. 3)(A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau,board, or commission,the California State University,the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district,public authority, political subdivision,public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. B) "Public entity" shall not include the following: i)The Department of Water Resources as to any project under the jurisdiction of that department. ii)The Department of Transportation as to any project under the jurisdiction of that department. iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. Attachment No. 2 Page 1 of 3 DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A v)The Military Department as to any project under the jurisdiction of that department. vi) The Department of General Services as to all other projects. vii)The High-Speed Rail Authority. 4) "Public works project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. 5)"Subcontractor"means any type of contractor within the meaning of Chapter 9(commencing with Section 7000)of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. d)(1)(A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and,within a period not to exceed 45 days,shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim,a public entity and a contractor may,by mutual agreement, extend the time period provided in this subdivision. B) The claimant shall furnish reasonable documentation to support the claim. C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. D)Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph 3) shall apply. 2)(A) If the claimant disputes the public entity's written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time,prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. Attachment No. 2 Page 2 of 3 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation.Any mediation utilized shall conform to the timeframes in this section. D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties' dispute. 3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety.A claim that is denied by reason of the public entity's failure to have responded to a claim,or its failure to otherwise meet the time requirements of this section,shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. 4)Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. 5)If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist,the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing,either on their own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim,provide the subcontractor with a statement of the reasons for not having done so. e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. f)A waiver of the rights granted by this section is void and contrary to public policy,provided,however,that 1)upon receipt of a claim,the parties may mutually agree to waive,in writing,mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. g) This section applies to contracts entered into on or after January 1, 2017. h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. i)This section shall remain in effect only until January 1, 2027, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2027, deletes or extends that date. Attachment No. 2 Page 3 of 3 DocuSlgn Envelope ID:6D71E8F1-4E68-413A2-A104-C2D55DACC28A O OR 0 7 t CF a'iR rrr`G CITY OF ORANGE COMMUNITY SERVICES DEPARTMENT www.cityoforange.org PHONE: (714)744-7274 • FAX:(714)744-7251 REMOVAL OF EXISTING AND INSTALLATION OF NEW PARK RULES SIGNS REQUEST FOR BID (RFB) BID NO. 23-24.24 BIDS DUE: JANUARY 25, 2024 TIME: 2:00PM The documents contained in this Request for Bid document are considered to be the invitation and not the full final representation of the documents needed to submit a successful response to the bid described herein. Interested bidders should subscribe to receive bid updates and notifications via the City's website at: https://public.govdelivery.com/accounts/CACITYORANGE/subscriber/new as well as emailing CommServBids©cityoforange.org to be added to the contact list for this specific bid list in order to receive emailed updates of any revised/additional information and addenda. It is the responsibility of the interested bidder to request being added to the bid list and to check the website frequently to look for any additional updates. Project Name: Removal of Existing And Installation of New Park Rules Signs Location Address: For a list of park locations, please see Attachment No. 5 City Contact: David Nobbs, Parks Maintenance Supervisor Office Phone: 714) 532-6468 E-mail: dnobbscityoforange.orq PROJECT DESCRIPTION: The City of Orange, a Municipal Corporation, hereby invites the submission of bids from qualified companies to provide the City with removal and installation of Park Rules Signs at various City parks. DocuSign Envelope ID:6D71E8F1-4E68-413A2-A104-C2D55DACC28A TIMELINE (APPROXIMATE): 1. Job walk: January 16, 2024 at 1 :30 p.m. 2. Questions due regarding RFB: January 18, 2024 by 2:00 p.m. 3. Bids due: January 25, 2024 by 2:00 p.m. 4. Notice to Proceed (NTP): TBD BID SUBMISSION: Provide response to the above Request for Bid on attached Bid Sheet and return all pages of the Request for Bids, including the bid bond and specification sections and references. Bids must be received on January 25, 2024, by 2:00 PM via Electronic Bid Submission, or at the City of Orange, City Clerk's Office located at: 300 E. Chapman Ave., Orange, CA 92866 OPTION 1: Electronic Bids may be submitted through the following link at Electronic Bid Submissions and must include all required attachments listed in the Request for Bid document. OPTION 2: Responses may be sent via U.S. Mail or delivered personally to the office of the City Clerk at the address listed above. Please provide three copies of bid packets. BID PACKETS MUST BE LABELLED APPROPRIATELY: RFB 23-24.24 - REMOVAL OF EXISTING AND INSTALLATION OF NEW PARK RULES SIGNS Attn: City of Orange, City Clerk's Office The City reserves the right to reject any and all Bids and any item or items therein, and to waive any non-conformity of Bids with this Request for Bid, whether of a technical or substantive nature, as the interest of the City may require. GENERAL PROVISIONS: 1. A job walk has been scheduled for Tuesday, January 16, 2024 at 1 :30 p.m. Job walk location will be Hart Park (701 S. Glassell St. Orange, CA 92866), please see Attachment No. 5 for all park locations. 2. Working hours will be per City of Orange ordinance. Weekend work will only take place with permission from the City of Orange. 3. The Contractor shall, at all times, carry valid insurance which meets all City of Orange insurance requirements as outlined in Attachment No. 4. DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-G2D55DAGG28A 4. All vehicles used by the contractor are to be identified with door signs (approx. 20" x 16", magnetic sign okay)or equivalent with the company name and phone number. These need to be visible from both sides of said vehicle. 5. Uniforms: All of contractor's employees shall wear appropriate uniforms at all times while on duty. Uniforms must have the contractor's name. 6. Background/Security: All personnel engaged in performance of this work shall be employees of the contractor and as such shall be warranted to possess sufficient experience and security records to perform this work. 7. All bids must be received, date and time stamped by the City Clerk's Office on or before the due date stated below. Any bids received after the stated due date and time will be returned unopened. SITE REQUIREMENTS: a) Contractor shall supply all equipment and labor necessary to provide removal of old and installation of new City provided Park Rules Signs. b) The contractor is responsible for becoming familiar with all existing site conditions at the park sites, including but not limited to park amenities, irrigation equipment, trees, and plant material to remain/be protected in place. c) The contractor is to at all times during construction maintain/keep the job site in a safe condition and remove equipment/tools from the job site, each workday. d) The project site shall be left each day in a clean, neat, and safe condition. SCOPE OF WORK: 1. Provide all materials, hardware, equipment, and labor to remove old and install new City provided Park Rules signs at various City Parks. There may be more than one existing sign to be removed. Aluminum signs are either 18"x24" or 24"x36". 2. Signs are to be mounted to existing light poles of varying diameters using Band-it 201 SS 3/4" x .030" thickness. Single bolt flared leg SS Brack-It with SS bolt, washer, and fiber washer 3/4" slot. Two mounting points per sign. For installation to 2" square breakaway posts, use two Steel Drive Rivets 3/8"x5/8" for each sign. 3. The signs are to be mounted high enough to deter vandalism as directed by City staff. 4. The City has up to 80 signs to be installed. REQUIRED INFORMATION: The bidder is required to complete, execute, and submit the following as part of the bid submittal: a) Bid Sheet attached hereto as Attachment No. 1; DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A b) A Statement of Required Information and Experience in the form attached hereto as Attachment No. 2; c) A Public Contract Code, Certificate of Non-Collusion Affidavit, and Debarment and Suspension Certification in the form attached hereto as Attachment No. 3; and PAYMENT BOND: a) Payment Bond. If awarded, this project requires a payment bond for projects over $25,000. The successful bidder shall submit a Payment Bond to Nicole McDaniel, Administrative Manager, in Community Services. CERTIFICATE OF INSURANCE: Proof of insurance is not required to be submitted with your bid but will be required prior to the City's award of the contract in accordance with the terms of the written contract attached hereto as Attachment No. 4. Contact Nicole McDaniel for any questions related to bid submission at nmcdaniel@cityoforange.org The City reserves the right to reject any and all bids and any item on items therein, and to waive any non-conformity of bids with this Request for Bids, whether of a technical or substantive nature, as the interest of the City may require. DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A1 O4-C2D55DACC28A Attachment No. 1 RFB 23-24.24 Removal And Installation of Park Rules Signs Bid Sheet Date: Bid Submitted by: Company Name: Address: Phone Number: E-mail Address: Signature of Responsible Officer or Employee Print Name PROJECT Removal And Installation of Park Rules Signs Various Parks in the City of Orange The stated bid amount below constitutes the total dollar amount to perform the work described in the above scope of services and to include all that is required to provide the work product and/or install all materials required to complete the work to a professional workmanship standard, and to install and apply all materials per the approved plans and all manufacturer's specifications and recommendations. Bid amounts must include all materials, labor, insurances, overhead, and any other related costs of service for installation. Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. Contractor represents that it is experienced in performing the work and will follow professional standards in performance of the work. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. Cost to install 80 City provided signs on City provided sign to light poles and square breakaway posts: total. DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A ATTACHMENT NO. 2 STATEMENT OF REQUIRED INFORMATION AND EXPERIENCE The bidder is required to supply the following information. Additional sheets may be attached if necessary: 1. The bidder shall provide the following: A. Company Name: B. Type of Entity (for example, a California corporation): 2.Number of years' experience as a licensed contractor engaged in signage installation work for public agencies: 3.List at least three (3) public agencies or contracts for work similar in nature and scope to the work for which this bid is being submitted. Such work or contracts must have been performed or under contract during the past five (5) years. A. Name: Address: City: State: Zip: Contact:Telephone: ( Type of Project: Contract Duration: Annual Contract Amount: B. Name: Address: City: State: Zip: Contact:Telephone: ( Type of Project: Contract Duration: Annual Contract Amount: C. Name: DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A Address: City: State: Zip: Contact:Telephone: ( Type of Project: Contract Duration: Annual Contract Amount: 4. The Bidder shall check one of the following blank spaces, as the case may be. If the Bidder does not check either box, it will be deemed that he has checked Box A: A. The undersigned DOES NOT INTEND to subcontract any portion of this project. B. The undersigned INTENDS to subcontract a portion of this project to the following subcontractors. Note: Please refer to the Subletting and Subcontracting Fair Practices Act commencing at Section 4100 of the California Public Contract Code for the portion of work for which subcontract disclosure is required with the bid.) For each subcontractor to be used for the performance of work under this RFB, please identify the name of the subcontractor, the contact person, address and telephone number, a description of the type of work to be performed by each subcontractor, and the percentage that its work represents to the whole: DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC26A ATTACHMENT NO. 3 PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985),the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has been convicted not 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 bid. Signing this bid 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 conformance 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 conformance with Public Contract Code Section 10232,the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. DocuSign Envelope IL):6D71E8F1-4E68-4BA2-A104-G2D55DAGG28A Non-collusion Affidavit Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY OF ORANGE — DEPARTMENT OF COMMUNITY SERVICES In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Non-collusion Affidavit is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Non- collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. DocuSign Envelope ID:6D71 E8F 1-4E68-4BA2-A104-C2D55DACC28A DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Certification. Docuslgn Envelope IL):6D71E81-1-4E68-4BA2-A1O4-G2D55DAGG28A The undersigned bidder hereby represents as follows: That no Councilman, officer, agent, or employee of the City of Orange, is personally interested, directly or indirectly, in the Contract, or the compensation to be paid hereunder: That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. By my signature on this bid I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). By my signature on this bid I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Noncollusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. Date: Sign Here Signature and Title of Bidder If an individual, so state. If a firm or co-partnership, state the firm name and give the names of all individual co-partners composing the firm. If a corporation, state legal name of corporation, also names of President, Secretary, Treasurer and Manager thereof). NAME OF BIDDER BUSINESS P.O. BOX CITY, STATE, ZIP BUSINESS STREET ADDRESS Please include even if P.O. Box is used) CITY, STATE, ZIP PLACE OF BUSINESS (Include City & State) PLACE OF RESIDENCE (Include City & State) Telephone No. ( ) Fax No.( ) Licensed in accordance with an Act providing for the registration of Contractors. LICENSE NUMBER LICENSE CLASS DocuSign Envelope ID:6D71 E8F 1-4E68-4BA2-A104-CLD55DAGG2SA Attachment No. 4 Removal And Installation of Park Rules Signs Sample Liability Insurance Contractor shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence Form CG 00 01). 2. Insurance Services Office Form Number CA 00 01 covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Contractor shall maintain limits no less than: 1. General Liability: 2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability:1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation: As required by the State of California. 4. Employer's Liability: 1,000,000 per accident for bodily injury or disease. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, it officers, officials and employees; or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Each policy of general liability and automotive liability insurance shall contain, or be endorsed to contain, the following provisions: DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-G2D55DAGG2SA 1. The City, its officers, officials, agents and employees are to be covered as additional insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the Contractor; and with respect to liability arising out of work or operations performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage shall be provided in the form of an Additional Insured Endorsement (Insurance Services Office, Inc. Form CG 20 10 11 85 or such other form as may be acceptable to the City) to the Contractor's insurance policy, or as a separate owner's policy. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials and employees. Any insurance or self- insurance maintained by the City, its officers, officials and employees shall be excess of the Contractor's insurance and shall not contribute with it. 3. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice has been provided to the City The Contractor shall furnish the City with original certificates of insurance and endorsements effecting coverage required by this clause. The endorsements should be on forms acceptable to City. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to do so shall not operate as a waiver of these insurance requirements. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications at any time. All insurance procured and maintained by the Contractor shall be issued by insurers admitted to conduct the pertinent line of insurance business in the State of California and having a rating of Grade A or better and Class VII or better by the latest edition of Best's Key Rating Guide. Contractor shall immediately notify the City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by the City. In such a case, the City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. Contractor hereby agrees to waive subrogation, which any insurer of the Contractor may acquire from the Contractor by virtue of the payment of any loss. The Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents and subcontractors. The Contractor shall require and verify that all subcontractors maintain insurance meeting all of the requirements stated herein. DocuSign Envelope ID:6D71 E8F 1-4E68-4BA2-A104-C2D55DACC28A Attachment No. 5 City of Orange Park Locations Removal And Installation of Park Rules Signs 1 . Belmont Park Orange, CA 92866 4536 E. Via Escola Avenue Orange, CA 92865 12.La Veta Park 2. Eisenhower Park 3705 E. La Veta Ave 2864 N. Tustin Avenue Orange, CA 92867 Orange, CA 92865 13.McPherson Athletic Center 3. El Camino Real Park 333 S Prospect Ave 400 N. Main Street Orange, CA 92869 Orange, CA 92868 14.Olive Park 4. El Modena Park 2841 N. Glassell St. 555 S Hewes Street Orange, CA 92865 Orange, CA 92869 15.Plaza Park 5. El Modena Basin Plaza Circle 4343 E. Jordan Avenue Orange, CA 92866 Orange, CA 92869 16.Santiago Hills Park 6. Fred Barrera Park 8040 E. White Oak Ridge 8511 E. Serrano Avenue Orange, CA 90602 Orange, CA 92869 17.Serrano Park 7. Grijalva Park 2349 Apache Creek Drive 368 N. Prospect Street Orange, CA 92869 Orange, CA 92869 18.Shaffer Park 8. Sport Center at Grijalva Park 1930 N. Shaffer Street 368 N. Prospect Street Orange, CA 92865 Orange, CA 92869 19.Steve Ambriz Memorial Park 9. Handy Park 610 Riverbend Parkway 2143 E. Oakmont Avenue Orange, CA 92865 Orange, CA 92867 20.Veterans Memorial at Depot Park 10.Hart Park 100 N. Atchison Street 701 S. Glassell Street Orange, CA 92866 Orange, CA 92866 21.Yorba Park 11.Killefer Park 190 S. Yorba Street 615 N. Lemon Street Orange, CA 92867 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DAGC28A 11F Ott, o (,) COtiwri CP.CITY OF ORANGE COMMUNITY SERVICES DEPARTMENT www.cityoforange.org PHONE: (714)744-7274 • FAX' (714)744-7251 ADDENDUM #1 Request for Bids (RFB) Bid No. 23-24.24 Removal of Existing and Installation of New Park Rules Signs January 22, 2024 This addendum serves as written notice of the following corrections, clarifications, additions and/or deletions to any and all copies of the Request for Bids Bid No. 23-24.24 1. Is there a price sheet to be filled out or is it going to be a lump sum? An updated price sheet is attached to the addendum (Attachment 1). Please complete the attached price sheet. 2. The document mentions a total of (80) signs with (2) different sizes; 24" x 18" & 36" x 24". Can the correct quantity for each be provided? There are 70 signs to be attached with "Band-it" straps and "Brack-its" There are 13 signs to be attached with Steel Drive Rivets. 3. Will these signs need to be with High-Intensity Reflective Vinyl or simple printed graphics directly onto the aluminum panels? The signs are already printed and ready to be installed. The selected contractor will be required to install the signs at predetermined locations. Printing of additional signage is not included in the current project scope. 4. Does the City require graffiti lamination or(2) coats of graffiti clear coat? The signs are already printed and ready to be installed. No additional work to the signs is required. 5. What is the deadline for installation of all park signs? Completion to occur by 30 days after execution of contract. 6. Can I get a copy of any addenda that have been released to date? This addendum and other information can be found on the City's website here: https://www.cityoforange.org/Home/Components/RFP/RFP/300/194 DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DAGG28A 7. How many signs need to be removed? Approximately 160 total. 8. What equipment is needed to install the signage in order to reach the appropriate elevation i.e. ladder or boom truck)? A ladder should be sufficient to reach the majority of sign locations. The attached sign placement charts depict the anticipated placement of new signage (Attachment 2). Please note that is document is subject to change at the City's discretion. 9. What is the accessibility of the sign locations? The attached sign placement charts depict the anticipated placement of new signage Attachment 2). Please note that is document is subject to change at the City's discretion. 10. Is this project subject to prevailing wage? Yes. 11. Does this City require specific permitting to complete this project? No City-issued permits are required for this project. 12. Does the City require business licensing with the City of Orange to complete work within the City? Yes, the selected contractor will be required to have an active City of Orange business license. 13. What are the bonding requirements? A payment bond as outlined in the RFB 23-24.24 is required. In addition, a bid bond is required. Please complete the attached form and submit it with your bid bond paperwork (Attachment 3). 14. Can I get a copy of the Prebid sign-in sheet? The job walk sign-in sheet is attached to this addendum (Attachment 4). 15. What is the license required for this project? California Contractor's License classifications, an "A", "B" or "C-45" are acceptable. Respectfully Submitted, David Nobbs Park Maintenance Supervisor dnobbs©cityoforange.org 714-532-6488 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A Attachment No. 1 RFB 23-24.24 Removal And Installation of Park Rules Signs Bid Sheet Date: Bid Submitted by: Company Name: Address: Phone Number: E-mail Address: Signature of Responsible Officer or Employee Print Name PROJECT Removal And Installation of Park Rules Signs Various Parks in the City of Orange The stated bid amount below constitutes the total dollar amount to perform the work described in the above scope of services and to include all that is required to provide the work product and/or install all materials required to complete the work to a professional workmanship standard, and to install and apply all materials per the approved plans and all manufacturer's specifications and recommendations. Bid amounts must include all materials, labor, insurances, overhead, and any other related costs of service for installation. Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. Contractor represents that it is experienced in performing the work and will follow professional standards in performance of the work. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. Lump Sum There are 70 signs to be attached with "Band-it" straps and "Brack-its." There are 13 signs to be attached with Steel Drive Rivets. Cost to install 83 City provided signs on City provided sign to poles and square breakaway posts: $ total. Add/Deduct Add/Deduct amount for "Band-it" mounted signs each Add/Deduct amount for Steel Drive Rivet mounted signs $ each Extra Work Per hour cost for extra sign related labor per hour Installation of 2"x10' galvanized square breakaway post with anchor and hardware per manufacturer's specifications $ each DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A Attachment No 2 Sign Placement Charts Behind this page.) 5..... c..) t f M.. Ulnas L11.ID t) Belmont Park kik 3 Instructions: qs : ri r t 1. Print the aerial map in full color even though t fo it is a black and white S 54 x 14 document. 4... i "'s v o cs '''° 4: v to ; / s 2. Use a black pen to complete this assignment.4ors\s,? taee t t 3. Take a photo of all the signs within the park ti 5 a4,, ,-4.boundary outlined, including monument i •. y'signs, park entrance signs and parking lot 4 t^ signs (refer to Supervisor regarding these rt signs).Mark its location on the map with the y a t r9 number that corresponds to the photo w}„f s f r' t 1. q t° #_ captured. For example, Photo Ifl will 1 # 1'Y'4 correspond to the location marked"1"on the 1- `k `# s:. , 0..' r map. a. Take photos from a distance r , w w approximately 4-5 feet)which shows il its general location and surroundings. 4. Save each photo in the specific park folder on j n the following path: N:IPARKS DIVISIDN(SignslPark Sign Project v ; F r" 2020)Park Mops and Photos. Rename each t photo to correspond with the sign location on1'7 the map. For example, "Signol.jpg" will to ""correspond to the location marked"1"on the x 79Y71aoE it map. r fr y § ys, i f. y" S. Scan(use the color and PDF function)and S save the aerial mapyou wrote on, in the v j• 00 k, i v/ same folder you saved the photos in.iiii a d ts , , ti . o,'_>r 6. Email your Supervisor after you complete ay each park. sS' i Notes: 1 1 id r x c2p C' A l 3 p. t RerHM•1),ID Depot Park Instructions: f3 i 1 S,, a "" 1. Print the aerial map in full color even though L9 J L3 it is a black and white S'x 14 document. r t r 11, 1f 'a 2. Use a black pen to complete this assignment. g $ 4 t t f ' ' 3. Take a photo of all the signs within the park If ty rr J boundary outlined, including monument L r tJ t signs, park entrance signs and parking lot o .' Tra r n • , signs (refer to Supervisor regarding these y • j signs).Mark its location on the map with thel {; Is number that corresponds to the photo i Y ,. m ir' 4 i- 7 - captured. For example, Photo #1 will c r r{ry I A.tt correspond to the location marked"1"on the i_ RJ 7._N„ IwaiGvrepot .7 0 H i• .• 11 i ' ......_l map. C jto,N t a. Take photos from a distance r approximately 4-5 feet)which shows har3 F,v,u4 f its general location and surroundings. ew e j aa'Ir .,,9 ie 4 Q ?I 105 her ,r, t.1t,n V. a; 9 r L L lJ: '4. Save each photo In the specific park folder on y the following path: A N:IPARKSD DIVISION(Signs(Park Sign Project 1 4') "A =' ram ' "° = '"= A- c 20(Park Maps and Photos. Rename each Vp ir+L --- -Z. photo to correspond with the sign location on the map. For le,l / 1. •e.•a t correspond to the location marked 1p on them/ y,` .. t a ^3" 7 map. t.v'etrer' ns Memona1 r:. r_; _ g Q 5. Scan (use the color and PDF function)and t DepoL'-r}', tt, ,- t , i 0 save the aerial map you wrote on, in the a 3 P , 3+ _ F same folder you saved the photos in. 4 p 6. Email your Supervisor after you complete t L Y•' • - 'P:S_1 Id idi ,d-J1ft9dfi-t4 q i e I 1i each park. ft^ eta 4 r-,'•• , Notes: ii Soil7e'",,f- 14(41 1-V-7.x..leY1 a it; 1JAtchtrsonSt GIG m 7 a-..... may,(-/ 7 1 „ 4; i - qItesFloor 1 Ik I ) l• vuRAilltalto.% Cheap L- ,Ca$i kA.` le i J 71 k » mow V r.r! , - i v .. 4 O tea • fl•vi,M<i)-30 g r_ 'j Eisenhower Park 1. . s r Instructions:P! y a • X k, i 1. Print the aerial map in full color even though i a • it is a black and white 8'x 14 document. r) i F a . 4, p GO,a Cr 2. Use a black pen to complete this assignment.j q: I i + ` 3. Take a photo of all the signs within the park j,t' boundary outlined, including monument r 'r 4 signs, park entrance signs and parking lot T.'I l tt t ,4 ''?ill signs (refer to Supervisor regarding these 8 signs).Mark its location on the map with the 1 d t y number that corresponds to the photo11i, r senncwet Y- 4 f it captured. For example, Photo #1 willtt. correspond to the location marked"1"on the t 4 AA -e4_ 4...» z e; TM A map.p'M 1 a a a a. Take photos from a distance i• M qt a 7• approximately 4-5 feet)which shows ilk'Er E ennoxe Fa k^ its general location and surroundings. fl i III a c1d= c -"V. 4. Save each photo in the specific park folder on s. p 1 c w f Yv' the following path: a,{ , ' j tea) , 4 `I N:1PARKS DlVISiON(SignslPark Sign Project 4 w `' s ' 2020(Park Maps and Photos. Rename each v.1pip-"p.-- r" a J r photo to correspond with the sign location on Cry F __.. ........ } I . y 4 s _ the map. For example, "Sign01.Jpg" will 4,` r i ' f correspond to the location marked"1"on the map.j -" i 5. Scan (use the color and PDF function)and r I 'd .A IN6 1Q 4i in the 13 IVA ' F r/. c t ., cp. \,, - y i n$r same folder you saved the photos in. a parry, r 7 .....`. „Qm. =i 4 6. Email your Supervisor after you complete a,,aNe_ z y(", g m each park. r ° r- - , ip . , 7.. ,410., r---- _. t 1 a• r a ti i 7R' . Notes:s i J Denny S. . :{, I k4. i Y S v xP w 1 a-.t... Ile 4 hip a PYfO. i to 3 f a n Retie.Lll-30 El Camino Real Park Instructions: t M imam . yaw ' i+. 1. Print the aerial map in full color even though it is a black and white 8'A x 14 document. v IIIIAPI 2. Use a black pen to complete this assignment. A- J 3. Take a photo of all the signs within the park from,...,.....f boundary outlined, including monument r' 'it l i• Y signs, park entrance signs and parking lot 4.1 - u, No r , r _ c r 'k i signs (refer to Supervisor regarding these 1 r-• signs).Mark its location on the map with the fle : ' it. rr'3 _ number that corresponds to the photo 3 ; 3 i4 captured. for example, Photo #1 will 1 NV i 0 E 1 v.r'9 i 4 correspond to the location marked"1"on the t i• •.,. map. 0 11!*r a, Take photos from a distance a ARK approximately 4-5 feet)which shows t R f f try its general location and surroundings. ire.„.. .....a a, Ai, i ` i 4, Save each photo in the specific park folder on 4 IA t i e I ` ;'i the following path: Q; I N:IPARKS OIVISION15ignslPark Sign Project l. _ i , , 6 20101Park Maps and Photos. Rename each s W s P photo tocorrespond withthe sign location onIiratiolbwr.i r+pthe map. For example, "SignOl.jpg' will tI44 1- -, Or € 0 " ,correspond to the location marked"1"on the v. ;ems I et ,P 'A r v8 map. a< r S1 '` - c - 4,. 4,). `' dr'- 5. Scan (use the color and PDF function)and r y_,_ 3 ._ save the aerial map you wrote on, in the to 4' r 4 same folder you saved the photos in. i -,1- ; a tiw i-i i"`'6. Email your Supervisor after you complete C 1 ; 4: 1 ai. each park. 14l e s Notes: Y IPA. 11, lio,fG'r 9 t ' i Y i .a;•3 A if i fta RI .l E li).; g ';* ii'.' -77,.. 7,...lei - r.._ 1 l L-- R.a,s 611-m 0 El Modena Basin Instructions: r,. g - 1.. ' •_ .r ,c 1" 1 1. Print the aerial map in full color eventhough a t it is a black and white 8%x 14 document.c" 5Sr ',, 4" 2. Use a black pen to complete this assignment. 0,. S7 , 3. Take a photo of all the signs within the park 34 " ;, boundary outlined, including monument i ' 4 signs, park entrance signs and parking lot i Z i signs (refer to Supervisor regarding these er signs).Mark its location on the map with the correspondsto thephoto m 4 y •ti captured For example, Photo #1will correspond to the location marked"1"on the k , asp y; map. i; 'g L '.41110 a. Take photos from a distance k qv approximately 4-5 feet)which shows g its general location and surroundings.s 4. specificpark folderon2• y•Save each photo in the 1liti f, the following path:ii- t" E y N:)PARKS D1VlS10N)Signs)Park Sign Project 20201Pork Mops and Photos. Rename each photo to correspond with the sign location on the map. For example, "SlgnOl,Jpg" will r, correspond to the location marked"1"on the.,..- 4e map. 5. Scan (use the color and PDF function)and y save the aerial map you wrote on, in the r'` same folder you saved the photos in. J w 1 4 I 6. Email your Supervisor after you complete C 10 1 * * II al It, 1 each park. J 1, y' lP\ j d7.1 4se's° " :a 1 Notes Q yt44.-,,,,, e t st 1 - c'.. :•... ' wR Hewes L%W t.v i 1 Yr/Y L est ywl. Cr -S s 1 :. Q 7,11, _ )V I I"' 4.* V I\ * J t k r , , ,,, , „, i-.., ,,,, ,,, ,, \ .. _,.. .,?m _ , ..., ,14, 10 n 3 3 3 V S. ZJ meow'int r r i. Revised L17-ID El Modena Park S Hewes St rA , ' r v" SHo,•,_Instructions: N...' - b A. 1. Print the aerial map in full color even though c it is a black and white 8'''A x 14 document. r^ P-,a r 2. Use a black pen to complete this assignment. 3. the signs within the park r Take a photo of all tv.•,,n,. r 4,',boundary outlined, including monument Pr signs, park entrance signs and parking lot k ysigns (refer to Supervisor regarding these t i 4 NPhes signs).Mark its location on the map with the r le es 51 S6-." r ej'-`°''; _. number that corresponds to the photo t q' captured. For example, Photo #1 will z r k x correspond to the location marked"1"on the J 4 I map. a. Take photos from a distance r'\5 HeK,e I i e approximately 4-5 feet)which showsflSSt its general location and surroundings.t f V:t•, 4. Save each photo in the specific park folder on r_.. Sf F e-^ path:the following fii, t. It PARKS DIVISIONJSigns(Pork Sign ProjectN: l e 11> 2020)Park Maps and Photos. Rename each photo to correspond with the sign location on 4 v 2y.I r " +-'t .' the map. For example, "SIgnOLJpg" will to 1.--,..... R r.- correspond to the location marked"1"on the w iA` map. r 5. Scan(use the color and PDF function)andtr save the aerial map you wrote on, in the C r 1. Rii "'•Lr f a same folder you saved the photos in. 1 4=I m 1.:.,___,,-,,,-, 6. Email your Supervisor after you complete C h r ri _S each park. Notes: I. t 4k t to L. 4 N y. Y? fir w y 4 J t Fbr-- Pi i' rt,.( t' xis y r IIx 1 iti44 4 A W Y L 1 Revised.1740 yp rwrra 0 Fred Barrera Park Instructions: t 1. Print the aerial map in full color even though 3 ww " t t is a black and white 8 h x 14 document. 1 rr -„ Qtoftwood(l 13toftwoodCD z 2. Use a black pen to complete this assignment. i a tss"l 4, 3. Take a photo of all the si ns within the parkf8 re j M '` s _; boundary outlined, including monument signs, park entrance signs and parking lot py signs (refer to Supervisor regarding these r t signs).Mark its location on the map with theiy1 t ` ,' number that corresponds to the photo tured. For le,oto #1 e ‘ , 1. f r correspond to the location marked"1"on the! r 4 r lii, y yc ) map. 1 i- 1..3- ` ",- , ? yid a.` ' Take photos from a distance r i: s- ^+s Po approximatelyk 4-5 feet)which shows 4 - " `.. g , a. ' r i* e S general location and surroundings. 1. . • 1 i.lg.w n t ,:. is tiR1 V. 4. Save each photoh in the specific park folder on t the following path: rve f N:)PARKS DIVISIONISigns)Pork Sign Project CM e a- y!° 1010)Park Maps and Photos. Rename each R At,.., Ir. 4 ;". 41. photo to correspond with the sign location on yr the map. For example, "S n01.Jpg" will g y .` correspond to the location marked"1"on the 7 4 a a • > map. l--yt " 3 q> J 5. Scan(use the color and PDF function)and 4 's `- y F t flt_.1 , y save the aerial map you wrote on, in the c y same folder you saved the photos in. r 6. Email your Supervisor after you complete Cy N x l y' i each park. I 4 ,...,. j tom'?r.-. a a. 'ET'4, J. a*' >f`, ntl'a loop j .gi ; - v * d r Notes: 3 e;ass a y J ..,,`,,;fil tK- t.... .fs-1. _,+ '. cy-4....?A'4:'" r:.}`v.,M i, ,,,,, v"i,(...r?: ..4 ' r .."6 y":„ d'-YPR:' *'sc:t...-•.„r t.. .'r`1' ` 4'i.»' r . Y x,; , . y.A. 4e, ice• '7v 's. 0.. ."-oe' rs,, kx Y ";ti . 1,-vt, f.Y logs t a( .. - 1 i ,L,,r r,y.t k : A `', q;+ 3'r>f.h'el fie""_+rxr•y'. 1+r s'. .. isaM1ti% S Y. r3°'+' •r;. l' , ,4-Tcd$'- .,5._l„ur..,„Av., d 'b "'e•>z{ AI R,t'4 r t 11 e++t..Netr.4. t ht i' '1 i`t'e' 4*- t Ml ,,^: i X.,- •>t5:., „y, '`'• ac.e.t"'” •'' '',...4,;...4 # •+- t S.Indr+1R ;;«4:44. 'sr.4 '.+}.1....`•'_>INIv,, rii-et cer..gi —.' e -.* — o`. ,, r"h a, s,' el,t t a D D J A 3 or w Grijalva Park at Santiago Creek gyp, F a .P Instructions. a 44, king_ v 1. Print the aerial map in full color even though r s c. ,,' r a•t is a black and white 8 Y,x 14 document. v Si k 2. Use a black pen to complete this assignment. f v f 3. Take a photo of all the signs within the park r 44,, y r' 1_; boundary outlined, including monument e, R tzerIP. eY s,{ signs, park entrance signs and parking lot rr t x - . ' signs (refer to Supervisor regarding these jt. signs).Mark it location on the map with the i. 44111 number that s corresponds to the photo b. 0.' } •=••-- captured. For example, Photo itl will u correspond to the location marked"1"on the 4 iia e m a T k hotos from a d stance_ f a e p i y T 411 I apok* i aPProximately 4-s feet)which shows na .• a IrC its general location and surroundings. 4. Save each photo in the specific park folder on Y Itif s p 3 I the following path: a v f N:)PARKS DlVISION signs)Park Sign Project i 4-' 202D Park Ma sand Photos. Rename each t a ^# phototo correspond with the sign location on f the map. For example, "SIgnOi.jpg" will M ry r r s( r * r e correspond to the location marked"1"on the st map. cx S. Scan(use the color and PDF function)and e * 4 save the aerial mas * you wrote on, in theaP s g - } k same folder you saved the photos in. z - 6. Email your Supervisor after you complete 4' 1. each park. i y N r S -'«` " ' t tna 4 i r d ir Notes: die t 3. ro ` ""4' " rt ilrG a ' rv'• •: e,.' -tom", x yi 4 i J Handy Park o,. 0 o,4Instructions: k t f;"1 IIMarkwooda MMarkwoodpi gCksp 1. Print the aerial map in full color even though a r i r it is a black and white 8 Y.x 14 document. r r r, If 2. Use a black pen to complete this assignment. s ' ti r-1 + 1 p=; 3. Take a photo of all the signs within the park r f'r -:'•-- t:. r J - f 1 - ss boundary outlined, induding monument 1, ( 1 I I j signs, park entrance signs and parking lot t Lift, ¢`, i I js• signs (refer to Supervisor regarding these SK` x I signs).Mark its location on the map with the Yk . . rX .a `- eiVi 't? .S-I' number that corresponds to the photo k '..8 - ; N.;:-....1.,' le f r captured. For example, Photo #1 will t ;;. s correspond to the location marked"1"on the r f I i p R" , it, map. 4 a. Take photos from a distance I F' approximately 4-5 feet)which shows r its general location and surroundings. 4 Save each photo in the specific park folder onigutt h T w` t-,, r the following path: I — r N:IPARKS DlV1SION).Signs(Park Sign Project r+ . 20101Park Mops and Photos. Rename each k I c photo to correspond with the sign location on z' ,' the map. For example, "Slgn0l.jpg" will AI , correspond to the location marked"1"on thetiC po IN map. 7 . .. ` R- * >- . S. Scan (use the color and PDF function)and s w ,.' i save the aerial map you wrote on, in the s.'. # y,,= r*., i.)7 "'• "^same folder you saved the photos in. r++ 6. Email your Supervisor after you complete 3 each park. z 1n iRceav Notes: j 7r R r J MI 1 f ww\\ y i1 Oil( y 2. ( _ .. , oat 11_* l.. mil st 1 " D i y a f i ., a n.Tlafrn*.7, p .. r ".Y. 1 J1. 1 T. D J A L.-S Raked 6 17.2D Hart Park-North iiiMillilimmillimill -7_,..•- 1 qiNNOMMillb =_. ej Instructions: 1. Print the aerial map In full color even though it is a black and white 8 II x 14 document. 1.1. t""* Ii''.*.!tor„--OS. - ,-,,.,• -4',....,I at N., ,# , -..... vi ...,,,,,..,,,,, ,1: ,......4, 32.. TUaskeeaab photolackpeonftaolall theom pslietgoest. withinhisassitghnompeanttk. 4/11)1 P T 1Fg- ir.. ' Cr '1%. _ -illik.sk., • , i. ' boundary outlined, including monument L. -it signs, park entrance signs and parking lotn .it ; • 1 ikIli-- 431 r7-, signs (refer to Supervisor regarding these r. „.../.. ' ' -071;=-- , . _ 1 r sc* signs).Mark its location on the map with the number that corresponds to the photowea'a •6 E.. op- ,.. --..5.s. • OP V:. 6 t6 •P* tf, Z captured. For example, Photo #1 will I It 1 2— 6- Li., 4.ea1444. correspond to the location marked"1"on the map. a. Take photos from a distance 4. -_, approximately 4-5 feet)which shows R/I 7 s x. . , '-, ',,, leill:', eAstsi:.'''' ,.... /.' N.:. " ' :'' . 7....' .,' 0,/''' s, : ' .. 7 Aig'hnoetroali location and surroundings. 44.. tk. 4. Save eaitcshgpe n the specific park folder on H a 11 the following path:QVoll...,u 3'1'.On, . ,I' • V NAPARKS DIVISIONISignAPark Sign Project 2020(Park Maps and Photos. Rename each Hail Park r A 7, I- photo to correspond with the sign location on1 .ri'• „„ 1 ' .,n,`PO gitut6b1,-1, .., ' ,mmv, .,P-ol .... _ 1 1 I ri the map. For example, "SignOlJpg" will correspond to the location marked 1" "on the141. P ag le -"°-' 1 ' : ' .... i., i P.. 1 .P o'&Zia.- ""`-•-it map. L.4„,,. 4 I 5. Scan(use the color and PDF function)and Cha.-an Nt**100V, , 1.5.Z.msil tig -' 03,1 •save the aerial map you wrote on, in the 41. N. I. ....:'' .- AP . same folder you saved the photos in. r t. J I. 6. Email your Supervisor after you completefiettitRIVC17 - a / each park.t 1*.IS ..7.-f f1 1 - 014iOrlir ''''' 4-'.....4r ' Notes: te. ...._ N..., Ns. tII 5 .- ' -1'. - ''"Ir;k1 V.- ' N „ 1 W low,--- E 4 r A,..,,, IV; 1" E.• ''''1 1/4.1 iS..'S} isr-,,, ‘ r I — --' - 41... 1--1* ' 1 C.) uum,,,,,... r -. . _ _ I ,, .?,..-,,,,.S 1 itt---' F..1.• ,,. qdh,---0.,-..spath 3," Oa' . D1 i fl 2' 1 Sx..,ua 4-17.20 s I 2._- Hart Park-South Instructions: 1. Print the aerial map in full color even though q, k it is a black and white 8 Si x 14 document. ti 1( r 1 2. Use a black pen to complete this assignment. 1 cif c• 41,„ . 3. Take a photo of all the signs within the park f e ae c boundary outlined, including monument T z 1a ,, 4: t signs, park entrance signs and parking lot y w 1g r l- , signs (refer to Supervisor regarding these J , E' ± signs).Mark its location on the map with the a fi` s x' j + number that corresponds to the photo Y• 113r A. captured. For example, Photo Ml will H. r k ? i y correspond to the location marked ion the y a v I , ,'. map. r'- t a. Take photos from a distancefft t j. r7,. a§' approximately 4-5 feet)which shows t" t s its general location and surroundings. N t.-. .: 4. Save each photo in the specific park folder on a 4 7y *t` a+ the following path: I rt•, •,r,TA 2 1 E N:IPARKS DIVISION(SignsiPark Sign Project a 2020\Park Maps and Photos. Rename each 1 'I. ', IL S t airt- r ; . F ) `-_ s•_ photo to correspond with the sign location onYxr it s i-t the map. For example, "Sign0l.IPg",will t 1 f, s kis; ° -_4 + correspond to the location marked"1"on theY j map. 1.;; t1. 5. Scan ruse the color and PDF function)and s s --' "` J save the aerial map you wrote on, in the same folder you saved the photos in. i 1• 3 ' -4 , .* 6. Email your Supervisor after you completeY f• y4 yvwr each park. 4' w r r:•c If'yF Notes: J s F f v. !If lor .`' w c D1 0 p l— S r sill.'0 tt 1. a ve.aan.m r r, • t14 r Killefer Park la l ;41 f o`w Instructions: p : 41 1. Print the aerial map In full color even though c t is a black and white 8 Y:x 14 document. I y: n E 3. Take a photo of all the sins within the park t Oh a' c " c ' s ? boundary outlined, including monument i r v r` '` ' a ',;. „,°. ,,' ' signs, park entrance signs and parking lot tE f y f 1 signs (refer to Supervisor regarding these y}( i o ,- signs).Mark its location on the map with the Ralt@GIO number that comes onds to the hoto I e_ P P i n orin captured. For example, Photo #1 will r correspond to the location marked"1"on the J I c map. r ti r a. Take photos from a distance QM approximately 4-5 feet)which showsy 2 i a ..cl , ; w r J'" .1.• its general location and surroundings. o 1ta, 4. Save each photo in the specific park folder on O2S y a"* t 1.the following path: 1 r i - r + _ d N:)PARXS OIVISION)Slgns)Park Sign Project sI • _ 2020IPark Mops and Photos. Rename each V g_: photo to correspond with the sign location on Os. r_- k• p ; the map. For example, Si n01. will I p 2 in a n cat " k )1 goy; correspond to the location marked" " n the p 4t f # I , y man4 ts'> 7 s 1 ----- 5. (use the color and PDF function)and r:a .. .*yam.7 ' save the aerial map you wrote on, in the i T ` J same folder you saved the photos in. r i ••Y 'tie M1 ' t'6. Email your Supervisor after you complete each park.ncRhladHii I,y( IJCi Y Notes:2 r ter' . t i 0.<t.c_.- r. rrr- np Lemon St`q 0 G"a fir ....- _ i.Y -' w' ` x X„ r' 53 3 L— S e . oir La Veta Park . . rr.m f r Instructions: P c - l''" r , d 1 it isa black and white 8 Y int the aerial map in fullx 14 documenolor even tthough c ' 4" 1, < 2. Use a black pen to complete this assignment. r .x r 4 3. Take a photo of all the signs within the park a boundary outlined, including monument signs, park entrance signs and parking lot signs (refer to Supervisor regarding these f 0)" a signs).Mark its location on the map with the f number that corresponds to the photo 3. captured. For example, Photo #1 will X correspond to the location marked"1"on the p map. sl * a. Take photos from a distance re{ r Q approximately 4-5 feet)which shows t , . its general location and surroundings. 4. Save each photo in the specific park folder on I c' the following path: N:PARKS DIVISION(Signs)Park Sign Project ti- zs • °' 2020\Park Mops and Photos. Rename each c t' r Y m photo to correspond with the sign location on the map. For example, "SignOl.jpg" will t m correspond to the location marked"1"on the 4 map. j N fir.,S. Scan (use the color and PDF function)and y save the aerial map you wrote on,in the n same folder you saved the photos in. W 4 "" 1 6. Email your Supervisor after you complete v k 03 4.' tiDdy% q GAeac park. ti r M r Notes. o Nilt4.7. ram t', sue I. s ytt ., Y s a 2 i RkWa4en 3 3 v S. I McPherson Athletic Facility Instructions: 1. Print the aerial map in full color even though ceozsotszi asp 1 it is a black and white 814 x 14 document. M. s w r,.' ..•,.._ ` y 2. Use a black pen to complete this assignment. k. fgle 3 41: , t..,,..,,.„ r m 3. Take a photo of all the signs within the park t+ ,, V boundary outlined, including monument tett signs, park entrance signs and parking lot i t •, -{ -'' I signs (refer to Supervisor regarding theseaStl• signs.Mark its location on the map with the t i knumber that corresponds to the photo i 1 c: captured. For example, Photo #1 will1114 correspond to the location marked"1"on the iii, (f, r ;,a , 912*map. i., a a. Take photos from a distance r'{'- ctt 1Ix' . approximately 4 5 feet which shows z is general location and surroundings.in.T ' — 1 i a 4. Save each photo in the specific park folder on i the following path: 470, a•_ - + c k 't N:1PARKS DIVISIONISignslPork Sign Project 0. `I ' Pa " r y Y k 1 1010(Park Maps and Photos. Rename each till N photo to correspond with the sign location onAillI ( the map. For example, "SignOl.jpg" will tliptfit' 3- • a l i correspond to the location marked"1"on the map. t 5. Scan (use the color and PDF function) and j s' t save the aerial map you wrote on, in the c { a' 4`. same folder you saved the photos in. j I E " ., _ t +-- ri' 6. Email your Supervisor after you complete c u er C " each park. J a: 1 iiic: a a. , v, M. s1.Notes: lioa, r,,,. M Pne tr:;:::, Net& 1 iiii. ,.-... r . . , , voliti I" psi::- r-1,74,-R,--- ii4, 740- 11 . A li Ills ' - 4-- 1, 4, .„4.. . ,5 pit-- .._- lib" i . al aFi_11-. 1 - .- 1 :_---j---r-- 7 Lii -- , 1/246 — _ , i .-, _ i 717''''IIi•eill rir i,r,_. o. MO 3 D Read.0.20 i s4t VEOlivePark4 Instructions: S : 5 i f x 1. Print the aerial map in full color even though it t it is a black and white 8 V:x 14 document. 11- a ila a '° i' J 2. Use a black pen to complete this assignment. V •' i 3. Take a photo of all the signs within the park 4i boundary outlined, including monument h 1L signs, park entrance signs and parking lot i l , iP i e r 1, signs (refer to Supervisor regarding these a> O'signs).Mark its location on the map with the r, i Psi r,`' number that corresponds to the photo Yl-i + Ce captured. For example, Photo #1 will y J j i'correspond to the location marked"1"on the map. Take photos from a distance i ' . 1 I approximately 4-5 feet)which shows c. . its general location and surroundings.}' y i 4. Save each photo in the specific park folder on the following path: 1 '' _ 4,• - N:(PARKS DIVISION\Signs\Pork Sign Project c 2020(Park Maps and Photos. Rename each i photo to correspond with the sign location on C%p x v t~ the map. For example, "SignOl.jpg" willrtcorrespondtothelocationmarked"1"on the ir 1 A 1 yalmap. y S. Scan(use the color and PDF function)and save the aerial map you wrote on, in the i, 'tom i rwi-'same folder you saved the photos in. J 6. Email your Supervisor after you complete a r each par] k. C t - c 11{{ f Q, Notes: t t ,,--11- i -••=t 111:01 P` T W\- • E tf., t ll ®Pat,,Aharlmerls +:, 1 .1\mit• n - 0), . ' ":""sr; . i 47 k 1rIr. ;.. AII.‘ 13t,1 y c+t i 1411104‘11 '. IIWI14 40411r j ILA,ash -, 1L easita-L C a re n s L— a.nray.m Pitcher Park Instructions: a Lair r` 1. Print the aerial map in full color even though it is a black and white 814 x 14 document. 1 2. Use a black pen to complete this assignment. Viet J.T r) t • 3. Take a photo of all the signs within the park 7 ._ T j rcv}' V. boundary outlined, including monument V• e L .''S / signs, park entrance signs and parking lot t ,... i 1 ;;, 4_, },9, signs (refer to Supervisor regarding these a t t. 'r'h t• y t,' signs).Mark its location on the map with the ti X v, number that corresponds to the photo1tai Y t , ir 'It' r ' t 1' + captured. For example, Photo ql will L.. f -. ' '* '- '4x' ,/ correspond to the location marked"1"on the t' \.1.a>.:. y` r» ` t +• J.••' map. u 4 a. Take photos from a distanceI 7b M • t •• ti • 4•11/ z approximately 4 5 feet)which shows 1)1 ,. `»•7 k 1 At'` y its general location and surroundings. a '. 4PC"C21 s w 4. Save each photo In the specific park folder on 1-1. , w• a 1 `P retie;Tat t the following path: st • I N:IPARKS DIVISIONISigns\Park Sign Project it i • k vv y 10201Pork Maps and Photos. Rename each r i , , stu^ T ti` 1 photo to correspond with the sign location on s. . A., w: i, -•ate\ + ' `y, wi i ''a i1 the map. For example, "SlgnOl.lp6" will A t a, e" correspond to the location marked"1"on the 1 ••v.;, .' h>,f r.map. y s' > ram'%-a+.I 5. Scan(use the color and PDF function)andt`}! f . 1c'• 1*' ,' - 4,•, } ;, i 4 .' s'F'i 4"s ' 4.save the aerial map you wrote on, In the i; ili # f ;`.. r t. Y i 4 y same folder you saved the photos In. t90 r ,• t i t` . •ts. r+. k l 6. Email your Supervisor after you complete c Y-` r ••.t a i r 4` «' each park. f 4 A- r ,.- y s., a Notes: 5 4•& 7.II I tail raf, .--4(., :1--- - - ' f., Y Y` sy Qs.tr) w• ` im ' "' d » w N 1. , j d t~ - Vtiom ro* 0 i A RNbN 41)IO WillimollaMilli --- Plaza Park Instructions: e. ly 4 _ A F„} 1. Print the aerial map in full color even though f Ja T y • 4a it is a black and white 8 h x 14 document. Gj° at•t3, gg Al rds N. 2. Use a black pen to complete this assignment. j j Q\ atia J; t,9G40 3. Take a photo of all the signs within the parkV d I boundary outlined, including monument IP + f1 CO signs, park entrance signs and parking lot r. F Xi signs (refer to Supervisor regarding these q, v Zc t '* a" ' ,. signs).Mark its location on the map with the t t 4• 4"- -%);., " a number that corresponds to the photo cue . t2, , t'i I r captured. For example, Photo #1 will 4g" t' G ; " t if` ! i correspond to the location marked"1"on the f d map.r yaf •r/r4 f rrALI `P r j _ i' x '.r r• a. Take photos from a distance F*?.,'„"Vet,,4., ',',,,!,1,', ' i4,1 r r •9'*. r..v, G ` ` approximately 4-5 feet)which shows t,t__w , yf, rf a" ti o lts general location and surroundings. Ss t t • r- "^.ry.r •__ (' ' w. ' ,t r 4. Save each photo in the specific park folder on R axc' •. i t'•`-R the following path: le. M'IPARXS DIVISIONISignslPark Sign Project K j'., s , r s• j t t . 22 )Pork Maps and Photos. Rename each i. . " ," t F x + -k photo to correspond with the sign location on 4.TM '?. ',, y, .w f is t. .the map. For example, "SignOl.jpg" will1 ®ha®hap man k7, f s pman correspond to the location marked"1"on the ma t d r' f t ~ s- x Orange Plaza j* r A'• • :.4. 5. Scan (use the color and PDF function)and W- j a r , r Square Park r 4 .. r; *" • save the aerial map you wrote on, in the c c i41 t S' L,+r , ., l same folder you saved the photos in. j ro, 6. Email your Supervisor after you complete C i. j•t xti., y r c u; • t't a 4 , ' each park. t fr!/ Ay, r R. ;; 5 d R ..am / i I 3 s `. tt 1 I ¢ Get n`: Notes: f 2i r• ' I ` M'1 Oralntermatioral ; 5kS •Y 7- Str air g r-*mot e r h :' . Tempo a lly GtXl• l . .. j w• f : • VN a r II Q; 1 o •• r d s 9‹, iG,R Uo Q av V. 4..r? lb. .s.,,- 3 3 SMAN L11-ia Z 1.- 2 Santiago Hills Park Instructions: l` 11k f 1. Print the aerial map in full color even though g it is a black and white 8 R x 14 document. t r W°rte.axwage r•' i•Il-n' 2. Useablackpentocompletethisassignment. a it • ry'r J 3. Take a photo of all the signs within the park 1 "v q!boundary outlined, including monument F !1,' a` n v s- signs, park entrance signs and parking lot K v F W°, 1a 1411 signs (refer to Supervisor regarding thesei 2 7A"t signs).Mark its location on the map with the s 6...r"itit f rt Y 4 number that corresponds to the photo Mk yr a ..f " k; i. `' ' captured. For example, Photo p1 will se I correspond to the location marked"1"on the ti;J ,* ; „ t..,...*:.V 1- ti {•N map. r* • y e' a. Take photos from a distance i5: approximately 4-5 feet)which shows0" t + ask its general location and surroundings, is 4. Save each photo in the specific park folder on y.'r 4 the following path: 4 \ , ,fir Q33 N:)PARKS DIVISIONISignslPork Sign Project I ,k. rOa lrr. ' 20201Park Maps and Photos. Rename each li as ," ' 1 ' 44' Ve `•, photo to correspond with the sign location on p a,s. s 11 the map. For example, "SignOl.Jpg" will 4111ri I, • ' correspond to the location marked"1"on the Fp s v y e y>11i j} '•'1 •a., . _• map. 5. Scan (use the color and PDF function)and h r N \ r 4 i save the aerial map you wrote on, in the r: '..` • W A s `E A'- same folder you saved the photos in. r- -A V //r t 6. Email your Supervisor after you complete a S/ each park.t 7 APf+ 1 s,• Notes:1 ' 7, N v r zDf h of . . 41i {. i 1 l!a a+ - i t 4' i610 t" r 4h r y E i-, \ • R" Sp/ n9 a.i- • r s, x ' f, ,+ 71 t. `. t • A i 4 i - - • - ,. •..!.• . "•• ,l.,:e.N . , 3 3 t.-- Z Pe..4 17 20 Serrano Park R It.* •~` F L +{'r.t ..p. ,.,«. '`. e,-L' yt il._ '. Instructions: a; y a: ry tir - 2r r* '14y ` ' s I . ii, .t" .%* w 4, 1. Print the aerial map in full color even though i i • `• • _, T ,,> , it is a black and white 8%x 14 document. Wil + 4 ti- r V' y •• r. t! 2. Use a black pen to complete this assignment. s i t f. , r} r- A g n> t 3. Take a photo of all the signs within the parkr 7 s ti boundary outlined, Including monument f a,a t a - t. yA j ° At " signs, park entrance signs and parking lot I, •f signs (refer to Supervisor regarding these r., a E t signs).Mark its location on the map with the 4li, 4 '` ` !V 3, number that corresponds to the photo AV w..< 10, r ; captured. e For example, Photo 81 will i a e I(h r'1'-rA! correspond to the location marked"1"on the t..b map. t.,•• , s .s rii t .a. Take photos from a distance W E S,, .• W.4,. I .. • 4 approximately 4-5 feet)which shows 4+ " Its general location and surroundings. S t I'k•. 4. Save each photo in the specific park folder on Nit the following path: D s N S DIVISION)SignsiPark Sign Project 3 y 2020)Park Maps and Photos. Rename each t } ik, } 1, '11. 1 phototocorrespondwiththesignlocationonprfitthemap. For example, "SignOl.Jpg" will er s y correspond to the location marked"1"on the A'^j, may'y f 7` map. i• r 5. Scan (use the color and PDF function)and s i', ,, x ' 53, 4. save the aerial map you wrote on, in the ar`' v same folder you saved the photos in. V 1 "I ' 6. Email your Supervisor after you completeice ' it I t - c 6pCp each park. y,4' a ti. e` `ice ApdCnP itOlii C PP Notes: fit, ko 1 4 P. 14,1,‘„. w l ' 3 v 3 3 ii-f Shaffer Park I I I I l N r' — Instructions: li 1. Print the aerial map in full color even though GROVE AVENUE it is a black and white 8 N x 14 document. W E 2. Use a black pen to complete this assignment. Q .\ t 3. Take a photo of all the signs within the park S 1 A boundary outlined, including monument u signs, park entrance signs and parking lotr. 4 Y f signs (refer to Supervisor regarding these i ?I'Nor Tip L A r , F f signs).Mark its location on the map with the6 j P. v number that corresponds to the photo I i 1 captured. For example, Photo fil will t kI 31 f correspond to the location marked"1"on the 3 y p. r r m a. Take photos from a distance j t I ro `' I approximately 4-5 feet)which shows r r ` w, its general location and surroundings. r • t 4. Save each photo in the specific park folder on the following path: r o N:(PARKS DIVISIONtSigns(Pork Sign Project f rl f`} r i v 2020(Pork Maps and Photos. Rename each f,_,,, photo to correspond with the sign location on w i y,—= F,.„ a,, the map. For example, 'SIgnO1.IPB' will i 4-: 2 , correspond to the location marked"1"on the 1 j' o ;, map.t 5. Scan(use the color and POF function)and j W. save the aerial map you wrote on, in the c same folder you saved the photos in. e r'i 6. Email your Supervisor after you complete i act l/ ' each park. air r Notes: i 3 67...4., (t) .):.Cky.:',';;,,'....iX..- 1 BLUERIDGEAVENUEi u J n i 0.vh.d 4.17-20 V f I i Sports Center at Grijalva Park qi,,,• - 'it 34"AI till fr ' 1 t Instructions: i • '•+•. i' 1. Print the aerial map in full color even though it is a black and white 8 Y.x 14 document. S 2. Use a black pen to complete this assignment. y 4" `''-` J`., 3. Take a photo of all the signs within the park boundary outlined, including monument r,. signs, park entrance signs and parking lot i 4* • t I V ''.. • M / fl j" signs (refer to Supervisor regarding these v O a r r signs.Mark its location on the map with the V 4 v ti I, so o dti. number that corresponds to the photo e 4 ( 0 captured. For example, Photo 41 will s ! s t° correspond to the location marked"1"on the g t} ( ) - P_ map. t r V a. Take photos from a distance igi L•Rem OSIMP ' 14.®y • approximately 4-5 feet)which shows 4 its general location and surroundings. 4. Save each photo in the specific park folder onILt0,1 ii G2- 14 `>* Ai;the following path: P ik yft N:(PARKS DIVISION(Signs(Park Sign Project 2O20(Park Maps and Photos. Rename each x .. r r photo to correspond with the sign location on 4 4a ' the map. For example, "SlgnOl.Jpg" will 1 x correspond to the location marked"1"on the t!.' Z .map. ti t !2 r 1 5. Scan (use the color and PDF function)and 3. save the aerial map you wrote on,in the i 1 t A fi same folder you saved the photos in. e V. x 6. Email your Supervisor after you complete t s each park. 1* • 1 . O Notes: iirI. 1 w v aSp J-' 3 a iI be t• T. 4 , L r '0 A Y Gla L___-- i•Revised•11.1 t '..• e • - Steve Ambriz Memorial Park le . ,_*1/4: f,,, ,,. , tit 70,- 44 1r- i b Oil ;::,..F.,;:i.%`'4 7 • 1.,••• . _,T• N. „.,._I': ,1 l. 44-' ') 4 A.-. • '- ' \ T ' a/L..'" --le••,;.1/4' ' l •' . T.. ., x 4 V ir . . 110"itAptz. 4•...6.,., !_•,.•• '4:: ' s , ,), ,,,,,,,,,t....„,e,..!," , f z. . .., Instructions: 4 l sli -• -, ,li'Vl.i. l.0.".'•4 • ...... 1 .e '-.'"? 1r 7-' i-ii iV- . . . 41-,:...b. —-— - ..., ..,.*- gP jr.. •Sr-Ise ' i' -- - :'''• ify \ 1. Print the aerial map in full color even though it is a black and white 8 IS x 14 document. 2. Use a black pen to complete this assignment. It ' d t . • s RI 4. .• * T Sls' ' 0410 -''- i*- . v' 3. Take a photo of all the signs within the park t.`o J..- boundaryoutlined, includingmonument r r signs, park entrance signs and parking lot lit, ‘-II. _------_---I IV signs (refer to Supervisor regarding these t ' signs).Mark its location on the map with ther , 10. It if.,'W„.... number that corresponds to the photo i \otsibu,, captured. For example, Photo 41 will correspond to the location marked"V on the vt . 5...; map. 7.-. I •a. Take photos from a distance Illt let:. firlik 1 JP - t.y. fi:',if 1., 1 r- -- 4...5 - !frt. ,,, .., .„- ,- I,tk ut 0 .approximately 4-5 feet)which shows rl.....okir•,- W its general location and surroundings. 1 -14 t241 t`" 4. Save each photo in the specific park folder on i,. i . • - l ., il' '.I fl . 2* it l . l " T• n ",:, \ O ‘/:' .._. the following path: v,t41'. ",- , 4, N:1PARKS DIVISIONISigns)Park Sign Project r , ..4 .,40 ,. ,....u• 4. I'*".... tt-54 2020)Park Maps and Photos. Rename each 4T 4 r.e,tarOurfl,,, ...V,NIP photo to correspond with the sign location on I.1._A..\ N-.....‘ 411- 7 t 1 kr theFor example, "SignOl.jpg" willcorrespondm a to the location marked"1"on the W + E 4map. s} e I iv •-,- - .- m 5. Scan(use the color and PDF function)and i I ' •ii• lit," i 6` isortivtif8 1111- 000004rassiali.tesir,,,,,). 9,,, .0'1-:' I save the aerial map you wrote on, in the same folder you saved the photos in. 4 J., ' tir ' etkalpieg Mei" 411:11 a i 1 6. Email your Supervisor after you complete siS. , ‘ N_____. al each park. LI • or 1 1 Notes:1 - _ 1:. ,t, • cr 1. 1 , ' • . - •„••,, 1 v, ,At ' 4, . .‘ •• • 0.,, .... iv— 7 3 410 61.oii 011 • 0.0.""31161 ir._-7,-n--,-r------ r 0 A 1 1*R.,...Nr...,,....,,, i 44. ----- "...........,......*". ar""""7..., . • - r A--o2.,..1t;•^1" i 4...„ 4 1----1 1 1 3, 1 0 i.•, rT- 0, „ 1.'“ mi.- it- 5, 3 Z- c1) w•NM 44749 Yorba Park C 4.3 EfF.Cra• Instructions: 1. Print the aerial map in full color even though N b3 `:i it is a black and white 8 Y.x 14 document. D 2. Use a black pen to complete this assignment. ty° Y i 3" Take a photo of all the signs within the park E if i....,, if boundary outlined, including monument 5• •; •4- ',f signs, park entrance signs and parking lot i,,,,,,,.. 5 signs (refer to Supervisor regarding these w t• - - e ,,, signs).Mark its location on the map with the Ti ',} number that corresponds to the photo r tf * tz + ; c t „ 1 captured. For example, Photo #1 will r t p•,,•, 1 correspond to the location marked"1"on the 44 k fit` fit' •54 1 it s ` -Sc ocls rs.E:d 1 n ) .1) map. H• r 1'i t p'Y; r r 7 1 t f' y a. Take photos from a distance j ,r k." ..' T.1 T approximately 4-5 feet)which shows A ' '" 1 c m c n t )t`t its general location and surroundings. gtsfailf - t ti 4. Save each halo in the specific park folder on2., S• ` t +Co '.d.- t s t :,. F rd3;!, .•; ' i the following path: p t+` d J 9 s r., s 1 ay ' 7 i N:IPARKS DIVISIONISigns)Park Sign Project r j 1i 0.; t s,. 2020)Park Maps and Photos. Rename each j . Y r g 4 r; + n 1t photo to correspond with the sign location onC. s 1 •` i, t t • i ' 1 "d'' the map. For example, "SignOl.jpg" willi 4 a 3 r'f 4c1"7- 1 r- 1 s} correspond to the location marked"1"on the y s 1. " map.t;, r r'• , -. i ' Al, 7'^., S. Scan(use the color and PDF function)and r . 1 i. *..) y save the aerial map you wrote on, in the 1 tt 1 1t f i .t _ same folder you saved the photos in. i e+' 4 it r! ; 6. Email your Supervisor after you complete C y is P ;Fl V'Va•k Assoc,atio 1,1q 3 each park. a 1 i c!' L, • i,r' ''. Or nqe n t 1 1 f • L+^ t.,, 0 aGots. t' ,4-w 41 Notes: q••. 1 t_a- i:,,,:i 7 4: ,7p Almond 4Vy cif i n. µ r rr i I 4t , ; r .a 1t3 U2 1r iu.' . .,, y C ighp,,- i D IT••• . :S: , 6.. 1 7y, SY + y_ f"r' a r! s fN aVf c tAn n s DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A Attachment No. 3 Bond No. CALIFORNIA PUBLIC WORKS PROPOSAL OR BID BOND TO WHOM IT MAY CONCERN: WE, CONTRACTOR)as Principal, and SURETY), a Corporation organized and existing under the laws of the State of and authorized to transact business in the State of California, as Surety, are held and firmly bound unto the CITY OF ORANGE,hereinafter called the Obligee, for the penal sum of Ten Percent (10%) of the Amount of the Bid as described herein and we each of us bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, by this Proposal/Bid Bond. WHEREAS, the Principal is herewith submitting a proposal (bid) for Bid No.23-24.07 Parking Lot Pavement Rehabilitation and Resurfacing of Bike Trails and Walking Paths THE CONDITION OF THE ABOVE OBLIGATION IS SUCH that if the Principal shall be awarded the contract, and the Principal does within the period specified therefor, or, if no period be specified, within ten (10) days after the notice of such award, enter into a contract and give bond or bonds as specified in the bidding or contract documents with good and sufficient surety of adequate financial size category rating acceptable to the Obligee for the faithful performance of the contract and for the prompt payment of labor and material furnished in the prosecution thereof, then this obligation shall be null and void. Otherwise the Principal and the Surety will pay to the Obligee the difference in money between the amount of the bid of the Principal and the amount for which the Obligee may legally contract with another party to perform the work if the latter amount be in excess of the former. In no event shall the liability hereunder exceed the penal sum hereof. SIGNED AND SEALED this day of 20 CONTRACTOR NAME OF SURETY BY: BY: SECRETARY/TREASURER ATTORNEY-IN-FACT BY: PRESIDENT/VICE PRESIDENT NOTARY ACKNOWLEDGEMENTS ATTACHED DocuSign Envelope ID:6D71 E8F 1-4E68-4BA2-A104-C2D55DACC28A Attachment No. 4 Job Walk Sign-In Sheet Behind this page.) DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A Removal of Existing and Installation of New Park Rules Signs JOB WALK RFB 23-24.24 Date:Tuesday,January 16, 2024 Time: 1:30 p.m. Location: Hart Park COMPANY NAME CONTACT NAME EMAIL ADDRESS PHONE NUMBER 0772 J,,te. yvAVi ub.edoc u>o y (c/ ) 9 z-yoi vi-6 22:2ti,T,o J l A c_s'-mot c12-c 3. LAfifwv,6, uwror,v4A OkinaK01444-5,,,,,,k (030 z-n-?c6(, 4. oarein NY)on 4 Y.csni L ;1. 32 16gq. C710-n Z rricktzz 5. Eron+ S ins U-C Ma-C.1 hc- hello@ fioetis;?1S. z3O32-6Y 6. - Q I pS ' /V (J /0( Q IYVIAI G 1 OOS . etkilAtis Ci/n- CoY150+(tAi I\(11- Co) Sh - 7. 8. DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A Attachment No. 1 RFB 23-24.24 Removal And Installation of Park Rules Signs Bid Sheet Date: 01/24/2024 Bid Submitted by: GEVORG HAMBARDZUMYAN Company Name: SQUARE SIGNS LLC DBA FRONT SIGNS Address: 3520 VALHALLA DRIVE, BURBANK, CA 91505 Phone Number:747 231 9924 E-mail Address: proc@squaresigns.com GEVORG HAMBARDZUMYAN Signature of Responsible officer or Employee Print Name PROJECT Removal And Installation of Park Rules Signs Various Parks in the City of Orange The stated bid amount below constitutes the total dollar amount to perform the work described in the above scope of services and to include all that is required to provide the work product and/or install all materials required to complete the work to a professional workmanship standard, and to install and apply all materials per the approved plans and all manufacturer's specifications and recommendations. Bid amounts must include all materials, labor, insurances, overhead, and any other related costs of service for installation. Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. Contractor represents that it is experienced in performing the work and will follow professional standards in performance of the work. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. Lump Sum There are 70 signs to be attached with "Band-it"straps and `Brack-its." There are 13 signs to be attached with Steel Drive Rivets. Cost to install 83 City provided signs on City provided sign to poles and square breakaway posts: $ 13,991.00 total. Add/Deduct Add/Deduct amount for `Band-it" mounted signs 90 each Add/Deduct amount for Steel Drive Rivet mounted signs $ 123.16 each Extra Work Per hour cost for extra sign related labor 60 per hour Installation of 2"x10' galvanized square breakaway post with anchor and hardware per manufacturer's specifications $220 each DocuSign Envelope ID:6D71 E8F 1-4E68-4BA2-A104-C2D55DACC28A ATTACHMENT NO. 2 STATEMENT OF REQUIRED INFORMATION AND EXPERIENCE The bidder is required to supply the following information. Additional sheets may be attached if necessary: 1. The bidder shall provide the following: A. Company Name: SQUARE SIGNS LLC DBA FRONT SIGNS B. Type of Entity (for example, a California corporation): LIMITED LIABILITY COMPANY 2. Number of years'experience as a licensed contractor engaged in signage installation work for public agencies: 4.8 3. List at least three (3) public agencies or contracts for work similar in nature and scope to the work for which this bid is being submitted. Such work or contracts must have been performed or under contract during the past five (5) years. A. Name: San Diego Metropolitan Transit System Address: 1255 Imperial Ave., Ste. 1000 • City: San Diego State: CA Zip: 92101 Contact: Quincy Forward Marin Telephone: ( 619 ) 557-4577 Type of Project: Installation of signs for Metropolitan Transist System March 2023-October 2023 no annual amount, Contract Duration: Annual Contract Amount: based on PO B. Name: City of Long Beach and Port of Long Beach Address: 415 W. Ocean Blvd City: Long Beach State: CA Zip: 90802-4664 Contact: Choi Jen jen.choi@polb.com 562 ) 480 5789 Type of Project: Fabrication and Installation of Banners and Signage Contract Duration: 5 years (2023-2028) Annual Contract Amount:not exceed$250,000.00 North County Transit District C. Name: DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A Address: 810 Mission Avenue City:Oceanside State: CA Zip: 92054 Contact: Leonard Brinkers Telephone: ( 760 ) 364.0913 Type of Project:Bus Stop Blade Signs March 2023-Jan 2023 no annual amount, Contract Duration: Annual Contract Amount: based oil PO 4. The Bidder shall check one of the following blank spaces, as the case may be. If the Bidder does not check either box, it will be deemed that he has checked Box A: A. X The undersigned DOES NOT INTEND to subcontract any portion of this project. B. The undersigned INTENDS to subcontract a portion of this project to the following subcontractors. Note: Please refer to the Subletting and Subcontracting Fair Practices Act commencing at Section 4100 oftheCaliforniaPublicContractCodefortheportionofworkforwhichsubcontractdisclosureisrequiredwith the bid.) For each subcontractor to be used for the performance of work under this RFB, please identify the name ofthesubcontractor, the contact person, address and telephone number, a description of the type of work to be performed by each subcontractor, and the percentage that its work represents to the whole: N/A DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A ATTACHMENT NO. 3 PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985),the bidders hereby declares under penalty of perjury under the laws of the State of California that the bidder 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 Section1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of theUniversityofCaliforniaortheTrusteesoftheCaliforniaStateUniversity. 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 bid. Signing this bid 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 conformance 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 X If the answer is yes, explain the circumstances in the following space. Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232,the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A Non-collusion Affidavit Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY OF ORANGE — DEPARTMENT OF COMMUNITY SERVICES In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Non-collusion Affidavit is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Non- collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. N/A Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Certification. DocuSign Envelope ID:6D71 E8F 1-4E68-4BA2-A104-C2D55DACC28A The undersigned bidder hereby represents as follows: That no Councilman, officer, agent, or employee of the City of Orange, is personally interested, directly or indirectly, in the Contract, or the compensation to be paid hereunder: That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. By my signature on this bid I certify, under penalty of perjury under the laws of the State ofCalifornia, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). By my signature on this bid I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Noncollusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. 01/24/2024 Date: Sign GEVORG HAMBARDZUMYAN, CEO Here 4, Signature and Title of Bidder If an individual, so state. If a firm or co-partnership, state the firm name and give the names of all individual co-partners composing the firm. If a corporation, state legal name of corporation, also names of President, Secretary, Treasurer and Manager thereof). SQUARE SIGNS LLC DBA FRONT SIGNS NAME OF BIDDER N/A BUSINESS P.O. BOX N/A CITY, STATE, ZIP BUSINESS STREET ADDRESS 3520 VALHALLA DRIVE CITY, STATE, ZIP BURBANK, CA 91505 Please include even if P.O. Box is used) BURBANK, CA PLACE OF BUSINESS (Include City & State) BURBANK,CA PLACE OF RESIDENCE (Include City & State) Telephone No. (747) 231 9924 Fax No.( ) N/A Licensed in accordance with an Act providing for the registration of Contractors. LICENSE NUMBER 1053708 C45 LICENSE CLASS DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A Attachment No. 3 Bond No.CSBA-25975CALIFORNIAPI-BLIC WORKS PROPOSAL OR RID HONDCOWHOMITMAYCONCERN: WE. ,..S.sware ona.!rontligns _ _ CONTRAf'TOR)asPrincipal.and J.vpt!st Ftains iionc,aCianikmy__ (st-RETY).a Corporation organized and existingunderthelawsoftheStateofDelawareandauthorizedtotransactbusinessMeStateCatilo.rnia,as Surety,are held and firmly hound unto the C7ITV OF ORANGE,hereinafter called theObligee,for the penal sum of Te P rent In% of t mount of the Bid as dest;ribed herein and We each of us hind ourselves.our heirs.executors.administrators,successors and assigns.jointly andseveralbythisProposalBidKind, WHEREAS.the Principal is herewith submitting a priiriksal(bid)for av, N i,IALLAJILLiatua_11.44L, d uiliaLutets_gx....4 THE CONDITION 0} THE ABOVE OBLIGATION IS SUCH that if the Principal shall beawardedthecontract. and the Principal dites ithin the period specified therefor:or, if no period be specified. w ithin ter t 0-1 dais atier the notice of sueli award.enter into a contract and give bond orbondsasiliedinthebiddingorcontractdocumentswithgoodandsufficientsure) ofadequatefinancialsizecategoryratingacceptabletothetstirthefaithfulperformance alive contract and for the prowl payment o(labor and material furnished in the prosecution thereof.then this obligation shall be null and void. Otherwise the Principal and the Surety will pa, to the Obligee the difference in morne.hetv%eim the amount of the hid lir the Principal and the amount for which the Obligee may legally contract ts ith another pam. to perfOrm the work if the latter MOM he in excessoldieformer. In no event shall the liability hereunder exceed the penal sun hereof.SIGNED AND SEALED this Uri: dw of21124Janyary__ sakkg_Lt2L2 Everest Roinsvanczi C7ONTRACTOR 13 N41E/OF SU REIN if A5:Inar!L:angrellSECRETARY!' REASCRER 4TTOR/44Y-IN-FACT PRESIDENT/VICE PRESIDENT NOTARY ACKNOWLEDGEMENTS ATTACHED DocuSign Envelope ID:6D71 E8F1-4E68-4BA2-A104-C2D55DACC28A ACKNOWLEDGMENT Anotary public orother 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 oryaticl!ty of that document. State of California County of Change On before me,_.. Mtriissa Ann Vary gro I pfa_u PubtR; insert name and title of the officer) personally appeared Adrian t.an rer_g r who proved to me on the basis of satisfactory evidence to be the person(s)whose namets)is/aresubscribedtothewithininstrumentandacknowledgedtomethathe/she/they executed the same inhtstherithetrauthorizedcapacityties).and that by his/her/their signature(s)on the instrument theperson(s) or the entity upon behalf of which the person(s)acted executed the instrument I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoingparagraphistrueandcorrect WITNESS my hand and official seal Signature _ ` ;.. !....• r M.. :: . hA Jissa Ann Vaccar i..^;... meal) c DocuSlgn Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC;28A everest POWER OF ATTORNEY eVE RE SI litiN3UftANCE COMPANY and EVES1 NATIONAL INSURANCE CONIPANY r,‘.1.0e0 ro-4,4%, 1A.yle ow!$ re'rearoe" i"exe,... 4',"iftee Nev.A* 1,twu Asale.aspic(Huckabay.Ashiah angrelf,Chelsea Liberatore,Frank Athivnes.R Rapp,Shaurrna Reedit,CI f:frorn Stong, 14.che•el O.&h.q.Irlerejarhih Wolfe.Dwoyht Rivity r A-trAo fw ,Esrale. 4..'a; 4.0r;104 fill ee"...W t? 4 t't it 1,0e.3e,3 0-0 110,esniel 4.le v^delta,,o,), 1"AlOtir• e.e.3te0.Art.11.'34.,ir ..ed Aral 1:.11.1* RtSCILVED SiiRlhEN . PA'7 0..w 7,0 h.'', .!,7 Av..; mg. VAT!4e$3 v1101EREC.r.•2Aev.000:r0:.00:0 I,Jipeo ie.:et-I./re,. 4740 ridejOri, r. SEAL S V 0 SEAL a lett L, t:-!> 1‘17- e.; #0,0/-01.1fw:$0.0,10 V0:k P°.LS.rlert' 724,qf Ap•srm 2023 t, erNerl: fr.3044.! f,4.:01,1MS r'I140,11 ewPwWe:eV wed"rfl.. Leir 0400,00.10 •,0 I - cox., V 4^ ION:S.374e pm L 00.010 Av.32./Olt Le—A P:Aftril‘ 7effit0tor E....0 Preely c,44,4•,..01m 00..v Y Ale no 41‘el 41 1.0.4 4.11,1.4 12.T1.4t 24 4214424 Wee tl•A 3144 744ft&mere en..le tee-04.1...4 ie.; van- le.nAe,d IN WITNESS WHEREOF I 23.0 neres,,4 114..22'0.,2•;c.0,•0-3 r"0: 5.327::onnan, d‘ootrane2, e SEAL 14? e' 6ral SEAL t. s' 10.„ 0, 4 DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A vnr1011 Rtuna rant0 Company e. 'VER ESN SURETY BOND SEAL ADDENDUM EVEREST REINSURANCE COMPANY Due to logistical issues associated with the use of traditional seats during the COVtD-19pandemic. Everest Reinsurance Company("Everest}has authorized its Attorney-in-Fact to affixEverestscorporatesealtoanybondexecutedonbehalfofEverestbyanysuchAttorney-in-Fact by attaching this Addendum to said bond ro the extent this addendum is attached to a bond that is executed on behalf of Everest by itsAttorney-in-Fact. Everest hereby agrees that the seal below shall be deemed affixed to saidbondtothesameextentasrfitsraisedcorporatesealwasphysicallyaffixedtothefaceofthebond Dated this 71 day or April 2020 EVEREST REINSURANCE COMPANY By Anthony Romano—Vice President 8 Global Head of Surety ran, 4 Avoit4' f o• a SEAL 4, , l417 zttawAP ' DocuSign Envelope ID:6D71E8F1-4E68-4BA2-A104-C2D55DACC28A CALIFORNIA ALL•PURPOSE ACKNOWLIEDONNINT CIVIL CODE§1189 A(k:itiivi Pirtits,or other oSs.er compleurri)lhki:egirticitte verities oniy'Se.ictentity 0 the,sciAtdusi wrra sioreo the aocixneritto',Own:firm r...ortificate6 attached ano not 0-.a truthfulness;at'OO.rel.or VOirOity Or Oral O0(..WO State ot California County of •:- betoie toe r-rr 411.,•1 D,31e Heat insert Name and Tie of the Officer personalty apoeared r ' , 7;1 Ot 4A/1-Ws) whiti prover) 1t3 me Ott the Misis 0 satistactory evtoonce to be the persero‘whose rwitnere subscribed to the within listrunient and acknowledged to rue that rie-Itteitrfei,executed the same in hisfr41)91eggrautnorued capacityyee,', and that by firr-dpet10160 Signaturt'W on the instrument the rierscirAtu. or he entity upon(*bad of*nth the persopt‘t acted,executed the instrument certify under PENALTY OF PERJURY cancer the laws of the State of California that fiarell0Ind PatagraPf'the is true and COrreCt. 141.1.010a4 LOBOS WITNESS mv hand and ottiagil tet 5..• '41:terr Put-or Csoforrha 11:1LosAnteet(c.", Czer,iibc.t 2113140 corrirr.tooi,yy aiiy 1.1015 Sign.Are 0 Utibi: Place Notary Seat Above OPrONAL Thoogo rtes section is opeonar,completing this information tan deter Venation of the document'or trauctilent reattachrhent al tivs harm It)al unintended document Description of Attached Document Or-type or riocutre.)t Cr I( CI Oocurnent Date 4-1*--;"(•Wirm.ber of Pag es' , v„,,f. • Sionertst Other Thar, Warned Above: Capocity(les)Claimed by 8I9novial Signer's Nime t ner's Name:_. 10roorate Officer - -Tide.%) Corpotat9Officer - TitIeil artner -- Limited Gerieral Partneri,- I.invited . General Attorney in Fact tridnuFlital Attorney in Fact trustee Guarriran or Conservator frusfee Guardian or Conservator Other, Other. Sqher ReiOrtt-.A.ntinq Signer 15 Represenbrig: t72015 National Notary ASsociation nee Nationaltiotan:cr •1 f300•US NOTARY t1-8C0-816,68?Tt nor.1,007